RES 2015-0610 - Agmt with URS corporation for Minne Lusa stormwater conveyance sewer and detention basin improvements, OPW 52004 .' 's� -' L V Public Works Department
Omaha/Douglas Civic Center
MAY I 2°15 2015 MAY -8 f5i! 9' 45 1819 harnam Street Suite 601
i U 1 Omaha,Nebraska 68183-0601
o � a (402)444-5220
�ArE'U F03 1' CITY CLERK (402 lax 444-5248
)
City of Omaha AHA, NE h R A S K 4 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. 2 to an Engineering Services
Agreement with URS Corporation to provide additional professional engineering design services
for Minne Lusa Stormwater Conveyance Sewer and Detention Basin Improvements project,
known as Project OPW 52004. The original Professional Services Agreement with URS
Corporation was approved by Council Resolution No. 1135 on September 28, 2010 and
Amendment No. 1 on January 24, 2012 by Council Resolution No. 94.
The attached Amendment No. 2 to the Agreement authorizes additional services and scope
changes not previously included in the final design and bid phase services for the project. The
exact scope of work is included in Exhibit B of the attached Amendment.
URS Corporation has agreed to perform the services detailed in Exhibit C of the attached
Amendment for a fee not to exceed $1,749,826.00, which is payable from the Sewer Revenue
Improvement Fund 21124, CSO Implementation Organization 116918; Sewer Revenue Bonds
will be issued to finance this project.
URS Corporation has filed the required Annual 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 Amendment to the Engineering Agreement.
Respectfully submitted, Referred to City Council for Consideration:
cb-t)
o ert G. Stubbe, P.E. Date Mayor's Office / Dat e
Public Works Director
Approved as to Funding: Approved:
cO c 5 /
�-� tephen . Curtis ate Human Rights and Relations Date
Finance Director Department
1388djr
Q}SAHA,A.A,
CSO!
-f+W � l'C:iy
o•
Clean Solutions for Omaha °g1TeDi
MEMORANDUM
Minne Lusa Storm Water Conveyance Sewer
TO: Bob Stubbe
FROM: Program Management Team
Marty Grate
Jim Theiler
DATE: March 11,2015
Purpose
The purpose of this memorandum is to provide an overview and summary talking points
related to Amendment 2 for the final design of the Minne Lusa Stormwater Conveyance
Sewer. Included is a discussion of additional scope,fees and revised project design and
construction schedules.
Project Overview and Proposed Changes
The Minne Lusa Conveyance Sewer and the Minne Lusa Storz Detention Basin
Improvements are identified in the Omaha CSO Control Long Term Control Plan(LTCP)
and intended to convey separated stormwater flows originating from upstream basins to
and through the Storz West and Pershing Detention Basins prior to discharging into the
Minne Lusa (CSO 105) Outfall Channel. Primary project components include:
• Drop shaft and deaeration chamber to be located at the former Gunderson Rail site near
31st Avenue&Paxton Boulevard
• 14-foot diameter stormwater conveyance sewer to convey up to a 10-year return period
stormwater flows
• Forebay improvements at the discharge into the Storz West Detention Basin
• Grading improvements to combine the Storz West and Pershing Basins into one large
basin and raise the embankment height to elevation 1000 which is consistent with the
top of the Missouri River levee elevation in the Minne Lusa Outfall Channel. This results
in the basin being considered a high hazard dam and regulated by the Nebraska
Department of Natural Resources (NDNR).
• Twin 8 feet by 8 feet reinforced concrete box structures to convey flows from the
northern end of the detention basin to the CSO 105 Outfall Channel
• CSO 105 Outfall Channel improvements at the discharge to dissipate energy and protect
the channel from erosion potential.
Amendment 2 includes modifications to the scope,schedule and budget to complete the
final design which include:
CSO!Program Office:Central Park Plaza,222 S.15TH St,Suite 1406S,Omaha,NE 68102
(402)341-0235 • webmail@omahacso.com • www.omahacso.com
• Additional project management and agency coordination required as a result of the
nearly 15 month project delay,value engineering analysis, and subsequent modifications
to the design.
• Final design of Contract 1 to incorporate new Division 00 and Division 01 specifications.
• Separation and final design of the Detention Basin improvements project into 2 bid and
construction packages (Contracts 2 and 3),providing opportunities to maximize local
contractor participation potential. The three contracts are:
o Contract 1 -OPW 52004 Minne Lusa Stormwater Conveyance Sewer-Storz
West Detention Basin to 31st&Paxton Tunnel
o Contract 2 -OPW 52752 Minne Lusa Stormwater Conveyance Sewer- Pershing
Detention Basin to Minne Lusa Outfall Channel
o Contract 3 -OPW 52454 Minne Lusa Stormwater Conveyance Sewer-Storz
West/Pershing Detention Basin Grading and Improvements.
• Design of upstream control gates and the associated supervisory control and data
acquisition (SCADA) system to prevent flow from entering the Minne Lusa Stormwater
Conveyance Sewer with the gates only operating under extreme weather and river
elevation conditions.
• Additional bid phase services associated with the bidding of three separate construction
packages.
• Design of restoration of a portion of the Mobile Home Park located near the CSO 105
Outfall Channel for which a temporary easement will be required to construct
improvements associated with Contract 2
• Incorporation of dredging of the Storz East detention basin into Contract 3.
The combined opinion of probable construction costs for the project are approximately
$90,000,000. The costs included within the current rate model are$92,136,900. The estimate
is based on April 2013 dollars (ENRCCI 9484).
Selected Project Team and Contract Fees, and Schedule
The Project Team selected for the project includes the following consulting firms:
lject Team Finns Major,Activities
AECOM(formerly URS) Project Team Lead
Olsson Associates Detention Basin Improvements and twin 8'x8'
reinforced concrete box structures
R.W. Engineering Survey
Lovgren Marketing Public Outreach
-2-
CSOI Program Office:Central Park Plaza,222 S.15TH St.,Suite 1406S,Omaha,NE 68102
(402)341-0235 • webmail@omahacso.com • www.omahacso.com
The negotiated contract budget for Amendment 2 is$1,749,826.This includes an estimated
4.3 percent of the fees allocated to registered SB/SEB firms (R.W. Engineering-2.5 %,and
Lovgren Marketing-1.8%)
The total contracted design fees for the planned improvements with the approval of
Amendment 2 are$13,900,724,which is approximately 15%of the estimated construction
cost of$90,000,000.
The following table highlights the design and delivery schedule for each of the projects.
Contract 1 Contract 2 Contract 3
100 Percent Design Deliverable 11/18/2015 11/5/2015 11/5/2015
Anticipated Bid Period Q1 2016 Q1/Q2 2016 Q3 2018
Anticipated Construction Jul 2016-Jul 2019 Jul 2016-Jul 2019 Jan 2019-Sep 2020
-3-
CSO!Program Office:Central Park Plaza,222 S.15TH St.,Suite 1406S,Omaha,NE 68102
(402)341-0235 • webmail@omahacso.com • www.omahacso.com
AMENDMENT NO. 2
TO THE AGREEMENT FOR ENGINEERING SERVICES
FOR OPW 52004—MINNE LUSA STORMWATER CONVEYANCE
SEWER PROJECT
The Professional Services Agreement between the City of Omaha, Nebraska (OWNER) and
URS Corporation (ENGINEER) dated September 28, 2010, for professional services to
provide preliminary and final design and bidding phase services is hereby amended as
follows:
ENGINEER is obligated to comply with the Utilization of Small and Emerging Small
Businesses as provided in Exhibit A.
Section VIII. INDEMNIFICATION of the Professional Services Agreement is hereby
replaced with the following:
VIII. INDEMNIFICATION
The ENGINEER 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 ENGINEER's negligent performance of
professional services under this AGREEMENT and that of its subconsultants or
anyone for whom the ENGINEER is legally liable. The CITY agrees, to the fullest
extent permitted by law, to indemnify and hold harmless the ENGINEER, its officers,
directors, employees and subconsultants (collectively, ENGINEER) 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 ENGINEER shall be obligated to indemnify the other party in any manner
whatsoever for the other party's own negligence. Neither party shall be liable to the
other for consequential damages, including, without limitations, loss of use or loss of
profits, incurred by one another or their subsidiaries or successors.
Paragraph K of Section X. GENERAL CONDITIONS of the Professional Services
Agreement is hereby replaced with the following:
K. Equal Employment Opportunity Clause. Annexed and made a part hereof by reference are the
equal employment provisions of this contract. All reference to "Contractor" shall mean
"ENGINEER". Refusal by the ENGINEER to comply with any portion of this program as
therein stated and described will subject the offending party to any or all of the following
penalties:
(1) Withholding of all future payments under the involved contracts to the
ENGINEER in violation until it is determined that the ENGINEER is in
compliance with the provisions of the contract;
(2) Refusal of all future bids for any contracts with the ENGINEER or any of its
departments or divisions until such time as the ENGINEER demonstrates
that they have established and shall carry out the policies of the program as
herein outlined.
1
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, national origin, or disability as defined by the
Americans With Disabilities Act of 1990 and Omaha Municipal Code 10-
192 and 13-89. The Contractor shall ensure that applicants are employed
and that employees are treated during employment without regard to their
race, religion, color, sex, age, sexual orientation, gender identity, disability
or national origin. The Contractor shall take all actions necessary to
comply with the Americans With Disabilities Act of 1990 and Omaha
Municipal Code including, but not limited to, reasonable accommodation.
As used herein, the word "treated" shall mean and include, without
limitation, the following:• Recruited, whether 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, age, sexual orientation, gender identity, disability or national
origin.
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 of Omaha, Nebraska, and shall post copies of the notice
in conspicuous places available to employees and applicants for
employment.
4) The Contractor shall furnish to the contract compliance officer 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 Omaha Municipal Code sections 10-
192 to 10-194, inclusive, and shall permit reasonable access to his records.
Records accessible to the contract compliance officer 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 of 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
2
(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 is necessary to protect the interests
of the City and to effectuate these 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 contract compliance officer. Compliance reports filed at such times as
directed shall contain information as to the employment practices, policies,
programs and statistics of the Contractor and its 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.
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 and scope of work changes for
final design, bid phase services, for the stormwater conveyance design for the Minne Lusa
Stormwater Project (CSO) based on the previous work Study phase analysis completed for
the project.
Compensation for the services in the Amendment shall be on an hourly basis as outlined in
Section IV of the September 28, 2010 agreement. 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 $1,749,826.00 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 September 28, 2010 Agreement;
"OWNER" "ENGINEER"
CITY OF OMAHA,NEBRASKA URS CORPORATION
Omaha/Douglas Civic Center 8300 College Blvd., Suite 200
1819 Farnam St., Suite 601 Overland Park, KS 66210
Omaha,NE 68183
3
This Amendment is executed by ENGINEER on this 16th day of March , 2015.
By ` e.4 / 441R
ATTEST
Vice President, URS Corporation
(Title)
This Amendment is executed by OWNER this day of , 2015.
ATTEST V4111
CITY OF OMAHA, A Municipal Corporation
B
DEB.U.T.Y, City Clerk ACTIN Ma)
APPROVED AS TO FORM:
r _ /t
ielf
Deputy City Attorney
4
I 0, ,1
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:
Scope of work or Projected
project tasks to be commencement and
Name of small or performed completion date of Agreed price with
emerging small Address work SB/ESB Percentage(%)
business
6225 N. 89th Topographic Field 9/1/14 to 12/31/17 44,270 2.5%
R.W. Circle, Omaha, NE Survey/Utility
Engineering & 68134 Locations
Surveying, Inc.
809 N. 96th St. Public 9/1/14 to 12/31/17 $31,600 1.8%
Lovgren Omaha, NE 68114 Involvement/Stake
Marketing Group holder Meetings
Totals $75,870 4.3%
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 'j4 b..et ..J4' r w.
Title Vice President Date of Signing 03-16-15
Firm or Corporate Name URS Corporation
Address 8300 College Blvd.,Suite 200,Overland Park,KS 66210
Telephone Number 913-344-1000
5
EXHIBIT "B"
SCOPE OF SERVICES
AMENDMENT NO. 2
OPW 52004 - MINNE LUSA STORMWATER CONVEYANCE SEWER PROJECT
Exhibit B presents the Scope of Services for Amendment No. 2. As of October 2014,the overall project
(Minne Lusa Stormwater Conveyance Sewer Project) has been separated into three individual
construction contracts with the following OPW designations and project names:
• OPW 52004 (Contract 1)—Storz West Detention Basin to 31 st& Paxton Tunnel
• OPW 52752 (Contract 2)—Pershing Detention Basin to Minne Lusa Outfall Channel
• OPW 52454 (Contract 3)—Storz West/Pershing Detention Basin Grading and Improvements
An additional amendment may be prepared if services during construction, construction inspection and
administration services, or if additional final design services are needed, as determined by the CITY.
ARTICLE 1. SCOPE OF SERVICES
This Amendment No. 2 to the AGREEMENT dated September 28, 2010, provides additional
engineering services for final design and bidding phase services, whereas the original scope of services
was through preliminary design. Amendment No. 1 included scope of services for final design and
bidding phases. The additional final design and bidding phase tasks as outlined below are based on the
preliminary and final design phase work performed by the ENGINEER. This Amendment No. 2
provides additions to the final design and bidding phase scope of work to complete the design of the
Minne Lusa Stormwater Conveyance Sewer and the Storz West and Pershing Detention Basins
Improvements project as three separate construction packages as outlined in the scope of services below.
The purpose of this project is to allow for conveyance of separated stormwater from previous and future
RNC and Long Term Control Plan (LTCP) sewer separation projects in the Minne Lusa(ML) Basin to
the expanded Pershing Detention Basin and subsequently to the Missouri River. This project will result
in Combined Sewer Overflow (CSO) volume and flow rate reductions to CSO 105 and CSO 106,
allowing the reduction in controls at these outfall locations as indicated in the CSO LTCP. In addition,
the expanded Pershing Detention Basin will improve the water quality of the stormwater prior to
discharging to the Missouri River.
The scope of services is organized starting with project assumptions, project management, and then by
the project final design tasks as follows:
Task 1 Project Management
Task 2 ML Stormwater Conveyance Sewer(CSOP.01.03.3B00) (Final Design)
Task 3 ML Storz West/Pershing Detention Basin Improvements (CSOP.01.03.3D00) (Final Design)
Task 4 Bidding Phase Services
Task 5 Additional Services
The PROJECT work will be performed as part of the overall Omaha Combined Sewer Overflow (CSO)
Control Program. The ENGINEER shall perform the final engineering design services in accordance
1:116530830 ML SW Final Design100000 CONT_PROP\00300 Cont Mods_Add\Final To Cory Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 6
with CITY and CSO Program Plans, Protocols, Procedures, Standards, and Guidance Documents. These
documents can be found on the CSO Web Portal in the following location:
http://www.omahacsopt.com/projects/Shared%20Docu ments/Forms/Document%20Group.aspx
The following documents are hereby included in this Amendment No. 2 by reference:
Document Name Document Date
PLANS
Combined Sewer Overflow Control Program Quality Management 05/15/2012
Plan
Risk Management Plan 04/12/2010Rev0
Environmental Plan Updated May 2013
Construction Management Plan 06/25/2012
Program-Wide Materials Management Plan for Soil and 04/06/2012
Groundwater
PROTOCOLS
Construction Management Protocol Updated 04/18/2013
Sewer Separation Protocol Rev. 0.01 Updated 07/30/2010
PROCEDURES
City of Omaha Manhole and Lamping Inspection Procedure Updated 03/12/2012
Revision 3
City of Omaha Pipeline Inspection Procedure Using Closed
Updated 03/12/2012
Circuit Television Revision 4
Public Information Procedure for CSO and RNC Projects Updated 04/11/2014
ROW Management and Property Acquisition Procedure for(Non- Updated 09/16/2010
Federal)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
PMT Work Change Acknowledgement 05/10/2012
Procedure for Electronic Advertisement for Projects in the 03/04/2014
CSO/RNC Program
Document and Data Control Procedure for Projects 06/13/2014�
STANDARDS
Omaha CSO Program CAD Standards with Update 04/26/2010 03/15/2010
I:\16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15-docx 3/16/2015Page
With 04/26/2010 Update I
InfoWorks Modeling Standard Updated 06/24/2010
Interim Flow Monitoring Standard, Rev. 0 12/30/2011
Public Works Department Design Division Surveying Proposals 03/04/2011
Guidelines for Preparation and Presentation
Electronic Filing Standard for Design Projects ____-_ __ ---06/13/2014
GUIDANCE DOCUMENTS
Sewer Separation Deliverable Expectations Guidance Documents 04/30/2012
Geotechnical Guidance Document 04/10/2014
Sewer Separation Cost Estimate Template Guidance Updated 06/04/2010
Omaha Green Solutions Site Suitability Assessment and BMP 12/21/2009
Selection 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
Urban Design Review Board Guidance Document for Sewer July 17,2013
Improvement Projects
Liquidated Damages Guidance 02/04/2013
USACE Omaha District Levee Channel Review Submittal 12/12/2006
Guidance
Small &Emerging Small Business SEB Guidance 09/13/2011
CSO Project Communication: PMT and Project Teams Technical Updated 01/04/2013
Memorandum
Notes:
1. Any documents listed above may be updated during the duration of the project. In the
event that a change is made to a document that affects the scope of work included
herein, a contract change may be required.
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.
I:i 6530830 ML SW Final Design\00000 CONT_PROP100300 Cont Mods_Add`,Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-I S.docx 3/16/2015Page 8
A. MAJOR PROJECT ASSUMPTIONS
The following major project assumptions regarding this Amendment No. 2 to the SCOPE OF
SERVICES are hereby agreed to by the ENGINEER and CITY, in addition to the assumptions
stated in the original SCOPE OF SERVICES. Changes to these or other assumptions will
represent a change of scope and may require adjustment to ENGINEER's compensation and
schedule as applicable. AGREEMENT modifications including scope, compensation, and fee
shall be addressed in accordance with the Terms of the AGREEMENT.
1. The final design for Tasks 2 and 3 shall meet the following items:
• The final design will be based on:
— Assessment of previous TM's including data, survey, drawings, assumptions,
analysis, alignments and costs.
— Evaluation of how the physical setting may affect the final design including
utilities, soil conditions, existing street sections, and easement needs.
— Verification of all required preliminary survey data for storm sewer construction
and street reconstruction.
— General accordance with the latest version of the Omaha Regional Stormwater
Design Manual. Any significant deviations from the above must be approved by
the CITY prior to preparation of plans. For storm sewer options the ENGINEER
will perform, at a minimum, the following hydraulic computations:
• Energy losses.
o Pipe size, slope and alignment transitions.
Inlet capacity requirements—additional information to be provided by the
City
• Outlet capacity study - additional information to be provided by City:
- Guidance provided by the City in a meeting held on July 1, 2014 and documented
in July 5, 2014 URS e-mail. This guidance involves modifications to the original
design that was previously completed to the 60 percent design level in November
2012.
- Guidance provided by the City in a project progress meeting held on October 1,
2014. This guidance involves separating the overall project into three
construction contracts. Contract No. 1 (OPW 52004) involves the entire tunnel
conveyance system and the addition of the two concrete transition boxes with dual
and automated shut-off slide gates (also referred to as upstream control gates) in
each transition box that conveys flow to the tunnel drop shaft, pressure control
box, forebay weirs and forebay structure modifications. The addition of the
upstream control gates is a feature to protect the downstream Storz detention
basin in extreme storm events and will be a requirement for getting the detention
basin permitted as a high hazard dam by NDNR. Contract No. 2 (OPW 52752)
will include the Minne Lusa Outfall Channel erosion protection, outfall channel
structure, levee penetration, approximately 1200 feet of twin 8-foot by 8-foot
concrete box conveyance with transition structures,two outfall/weir structures in
the basin and all associated excavation and grading for these structures. In
addition shut-off gates and flap gates are included in the outfall structure as
required by the USACE. Finally, this contact will include dredging of sediment
1,16530830 ML SW Final Design\00000 CONT_PROP\00300 Cant Mods_Add\Final To City Council 03-16-151OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 9
within the existing Storz East Detention Basin. Contract No. 3 (OPW 52454)will
include all earthwork, grading and perimeter berms around the existing Storz
West and Pershing basins, along with all seeding, rugby field restoration and
wetlands improvements.
Revised design schedule submitted in February 2015.
• Front-end contract documents (General Provisions/Special Provisions) for
specifications will be prepared using the CSO Standard Specifications as applicable for
all three construction contracts.
2. PMT will complete reviews of all project deliverables within a three week time period from
the date of receipt and submit compiled comments to the ENGINEER within three weeks of
the date of receipt. However, sufficient project schedule float time shall be included to allow
up to a four-week review time when requested in writing by the PMT for specific
deliverables. All review comments will be compiled in one document per deliverable only
for major milestone project deliverables by the PMT and will be submitted to the
ENGINEER in a single standard design review form called the QRF form. Other minor
deliverables or interim TMs will include comments in e-mail format only.
3. The overall final design scope of the work contained herein is developed based on the
previous preliminary and final design work for the stormwater sewer and detention basin
improvements. Additional Services that require prior written approval from the City are
included in Task 5.
4. The PMT shall provide the ENGINEER with timely data and updates that correspond to
other design packages and information that will impact the project's final design. Other
projects include the John Creighton Blvd. Stormwater Conveyance Sewer, Paxton Boulevard
Stormwater Conveyance Sewer, Miller Park to Pershing Stormwater Conveyance project,
and the Forest Lawn CSO Sewer Separation project,that are all in various stages of design,
construction or completion by others.
B. TASK 1 -- PROJECT MANAGEMENT
Objective: Provide for the overall project management throughout the duration of the PROJECT.
Deliverables: Updated Project Execution Plan; Health and Safety Plan Certification; Quality
Control Plan; monthly invoices; bi-weekly status updates, monthly progress reports; monthly
schedule updates; progress meeting and meeting minutes.
Scope:
1.1 Project Management and Administration. ENGINEER shall monitor progress and schedule
and facilitate coordination of the PROJECT design elements; prepare monthly invoicing with
estimated percentage of work complete by contract task; prepare monthly progress reports;
prepare and send e-mail progress updates every two weeks; scope, schedule, and budget
tracking; provide staffing management and contract administration; maintain communication
with PMT; maintain Quality Control; provide monthly PROJECT schedule updates. If not on
schedule or budget, explain reasons for deviations and develop a mitigation plan to rectify.
File project documents on the Project page of the CSO Program Web Portal and provide a
hard copy of all deliverables to the PMO Library.
I_\16530830 ML SW Final Design\00000 CONT_PROP\00300 Conn Mods_Add\Final To City Conned 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3f 16/2015Page 10
1.2 Quality Control Plan (QCP). The ENGINEER will update and implement a QCP that is
consistent with the CSO Program QMP. QCP will address field data QC as required in Field
Services Procedures. Maintain QCP throughout the duration of the project.
1.3 Project Health and Safety Plan (HSP). The ENGINEER is responsible for the health and
safety of its employees and confirming that ENGINEER'S subcontractors are aware of all
project health and safety requirements. The City and PMT put a high value on the safety of
all personnel working on delivery of the CSO Program. The ENGINEER will update the
project specific HSP as necessary to apply to employees and subcontractors working on this
project. The HSP addresses safety in the office, site visits, and field investigations.
1.4 Update Project Execution Plan (PEP). ENGINEER will update the PEP that was created
during preliminary design with all relevant final design information. ENGINEER will revise
the PEP based on revisions to project scope, schedule, utility, and permit coordination.
1.5 Initial Project Kickoff Meeting. ENGINEER will conduct the initial project kickoff meeting
with PMT. The purpose of the meeting will be to review the project approach, PEP, project
goals/objectives and preliminary design; establish project communication procedures; and
establish the project schedule. ENGINEER will prepare minutes for the meeting and
distribute electronically in Microsoft Word format.
1.6 Monthly PMT Meeting. ENGINEER will conduct monthly progress meetings with the PMT
for the duration of the PROJECT to provide updates on project progress, budget and schedule
status, current project issues, and public involvement activities. Anticipated future activities
and PMT needs will be discussed. ENGINEER will be responsible for arranging the meeting,
preparing an agenda, conducting the meeting, and taking and distributing meeting notes.
Twenty (20)progress meetings are assumed based on the preliminary schedule. An
additional fifteen (15) monthly progress meetings are assumed based on the revised final
design schedule.
1.7 Agency and Project Coordination. ENGINEER will provide routine agency and project
coordination activities consisting of:
1.7.1 Utility Coordination. ENGINEER will send utility requests directly to the utility
companies with copies of the requests to the PMT utility coordinator. ENGINEER
will be responsible for updating the utility tracking log that was prepared with
preliminary design, and maintaining it throughout the PROJECT, and taking and
distributing utility coordination meeting notes and incorporating utility information
into the design of the PROJECT. Six additional individual and two joint utility
coordination meetings are assumed based on the revised design schedule and
revised scope of work.
1.7.2 Agency Coordination and Permitting. Agency coordination will be conducted in
conformance with the Environmental Protocol and under the oversight of the
PMT's Compliance Coordinator. Communication with the impacted agencies will
be in conformance with the Environmental Protocol. ENGINEER will be
responsible for taking and distributing meeting notes and incorporating Agency
information into the design of the PROJECT. Additional bi-monthly meetings are
assumed necessary for the securement of necessary permits as follows: Four(4)
USACE Regulatory meetings, three (3) USACE 408 permit review meeting, and
two (2)NDNR meetings.
1:,16530830 ML SW Final Design\00000 CONT_PROP\00300 Com Mods_Add\Final To City Council 03-16-1510PW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 11
1.7.3 CITY Agency Coordination. ENGINEER will provide for meetings with CITY
Agencies including other divisions within the Public Works Department, Planning
Department and Parks, Recreation and Public Property Department. Meetings shall
be coordinated by the City Project Manager and will be held as necessary to
maintain open lines of communication, obtain feedback on design elements that
may impact other departments and allow for design reviews/comments as needed.
Coordination with the City Planning Department regarding Urban Design Review
Board approvals shall be in accordance with the Urban Design Review Board
Guidance.
1.7.4 GIS Coordination. This task includes GIS coordination work for the ENGINEER as
well as coordination with the CITY/PMT to manage and update CITY GIS
information for the PROJECT. This consists of providing necessary electronic files
and information developed as part of the PROJECT to the CITY/PMT for the City
or PMT to update the CITY's GIS database. All GIS deliverables (in any task)
should be created in ESRI's ArcGIS ArcMap v10.0 software,be in a file
geodatabase format(shapefiles or personal geodatabase formats are not acceptable),
and the use of the City of Omaha's GIS metadata XML template to populate new
data with required metadata.
1.7.5 Program Management and Technical Team Meetings. This task consists of
program management and technical team meetings anticipated during the course of
the project. Meetings will be held between the ENGINEER, CITY, PMT, and
SUBCONSULTANTS. Beyond kickoff and progress meetings, a total of ten (10)
additional meetings have been budgeted.
1.7.6 Coordination with Property Owners. Conduct up to eight meetings with owners of
significant surface facilities (e.g. building, roads, bridges, power poles, etc., along
the selected tunnel alignment) in coordination with the PMT to obtain structural and
facilities information. The focus of this effort will be for facilities that are within
the influence zone of the tunnel, shaft and portal construction. Property owner
meetings will need to be repeated with City ROW staff participation to provide for
additional coordination and initiate the easement acquisition process. Due to the
time lapse of the project, it is anticipated that an additional fifteen (15) meetings
will be required.
1.8 Public Involvement and Neighborhood Coordination. ENGINEER shall communicate with
the impacted property owners, businesses, schools, and neighborhood associations affected
by the PROJECT; organize and run meetings to discuss the PROJECT scope and schedule;
develop correspondence regarding PROJECT; and prepare exhibits. ENGINEER shall be
responsible for the following:
1.8.1 Project administration and meetings
• Participate in up to four monthly progress meetings as outlined in Task 1.6
to provide public involvement updates and obtain City/PMT feedback to
effectively communicate the project to the public, elected officials, and
others as necessary. Participate in eight(8) additional progress meetings
and/or other informational meetings.
1.8.2 Project Involvement Implementation Update
I:\16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-I6-15.docx 3%I6.!2015Page 12
• Update the public involvement strategic plan to reflect decisions made
during preliminary design.
• Refine a public information stakeholders list and contact information to
serve as an email and mailing database. This list includes neighborhood
associations, businesses, schools, churches, elected officials, community
leaders and organizations, planning organizations and City agencies.
1.8.3 Develop CSO Program Public Website Content
• Revise the PROJECT description and provide photos or exhibits to the
Program Public Facilitator(PPF)to be posted to the projects section of the
CSO Program Public Website.
• Provide all public meeting information to the PPF per the Public
Information Procedure.
• Provide a draft of any news opportunities to the PPF for coordination with
the Program media communications and provide copies of any printed news
items to be posted to the news archives on the public website.
• Prepare information for the CSO Hotline that is project specific.
• Update website over additional year of design.
1.8.4 Public Meetings. Conduct one (1) public meeting at the 80%design level in
coordination with neighborhood associations and other stakeholders. The purpose
of the "Open House" style meeting will be to review the overall PROJECT design
plans, proposed schedule, project expectations, community enhancements,
community expectations and opportunities for public input. The ENGINEER is
responsible to:
• Update the mailing list for public meetings and prepare and distribute public
meeting notifications according to the Public Information Procedure.
• Coordinate schedules between consultants, PMT and City project teams.
• Notify area elected officials in advance of the meeting.
• Post the meeting notification to community calendars in local and
neighborhood newspapers.
• Post flyers about the public meeting in community buildings.
• Make all necessary logistics arrangements for place, refreshments and
program.
• Prepare presentation materials including agenda, Power Point presentations,
hardboards, maps, design drawings and handouts.
• Provide CSO sign-in sheets and other CSO program materials that are
educational.
• Take minutes of the meeting and distribute electronically in Microsoft Word
format for draft and PDF for final format.
1.8.5 Stakeholder Communication and Education
• Conduct one-on-one and small group meetings with impacted stakeholders,
PMT and City agencies to communicate proposed improvements, green
solutions, community enhancements and potential construction impacts.
1:116530830 ML SW Final Design\00000 CONT_PROP\00300 Cant Mods_Add\Final To City Council 03-16-I5\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 13
�.n ('.". _ � ,.r.axxnmw.*�x�e ttw+a" enunw�pa++w,*.sona.¢,s.n�.«.,ter+.,'xrc�... ax, +.,«,-,, .wr.,na.nu':�.�,n� 5ur.�w.-........�.�,. e...�:...:...a i .,�,.,..�..,e ...:....:�wna..a+nawwriw+«w.....�..e+w.-.«:w..br .+..ay..m...n.��..w.+.r;..«¢w+a ......xa.nw�� ....� s..
• Continue meeting with key community leaders (2 meetings)to provide
project information updates. Engage community leaders and complete
additional meetings due to re-starting the design (up to 3 meetings).
• Revise the project handout materials to reflect new visuals and project
progress.
• Provide updated information about the project,timeline and other materials
pertinent to the project activities to Omaha Star, and agency newsletters
(such as Empowerment Network Urban League) that are distributed to the
target market area.
• Provide an update to elected officials and organizations with continued
interest.
• Update stakeholder contents and prepare E-newsletters, flyers, informational
materials, etc.
1.8.6 Community Enhancements and Green Solutions
• As the project green solutions and community enhancements are further
developed, collaborate with Parks and Recreation, local redevelopment
projects, parks master planning and local organizations.
• Provide project specific informational materials through the Keep Omaha
Beautiful clean-up days specific to the impacted areas.
• Continue to engage the community in expanding on green solutions through
community enhancements that could be collaboratively implemented during
the construction phase.
• Coordination with the PMT
C. TASK 2-ML CONVEYANCE SEWER/TUNNEL FINAL DESIGN (CSOP.01.03.3B00)
90% Design
Objective: Complete the 90% design including drawings and specifications and other deliverables
as outlined below for the Minne Lusa Stormwater Conveyance Tunnel. Design shall be based on
the 60%design already completed. The purpose of the 90%design submittal is to provide the
CITY/PMT the opportunity to review the drawings, specifications and appurtenant material prior
to bidding the project for construction.
90% Design Deliverables: 90% Design Drawings
90% Specifications (Technical, General and Special Provisions)
Opinion of Probable Construction Cost
Construction Schedule
Final Design Hydraulics TM
Permits and Environmental Clearances
Final SWPPP (part of grading permit and NDEQ Stormwater
Permit)
Final Post Construction Stormwater Management Plan
I:\16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To Coy Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/20I5Page 14
Final Urban Design Review Board Submittal
Final Drainage Report
Final Sustainability Plan
Final Risk Register
Updated Geotechnical Data Report (GDR)
Geotechnical Baseline Report(GBR)
Scope: The following final design tasks will be completed as part of the 90%design deliverables
to be submitted as outlined above.
2.14 Tunnel Engineering design task will continue with additional design evaluations and
calculations that include the following tasks. Documentation of final evaluations and
recommendations for refinements to the structural design will be provided in memorandum
format for each major tunnel design task. Evaluations will also be employed to prepare the
Geotechnical Baseline Report(GBR).
• Ground Deformation Analysis— Where estimated ground deformations exceed
established settlement tolerances for existing facilities, additional detailed evaluations
will be completed to allow final refinements to risk mitigation measures. Evaluations
will consider the soil-structure interaction and three dimensional properties of facilities
as it relates to estimated tunneling induced deformations. Numerical methods or finite
element modeling may be tools that are used to aid in this analysis.
• Adjacent Structures Protection Design—Risk mitigation measure designs will be
finalized where estimated ground deformations exceed established settlement
tolerances.
• Tunnel Lining Design—Conduct final lining evaluation for the preferred tunnel lining
system.
• Portal Design—Conduct final portal evaluations to facilitate completion of structural
design for permanent systems and performance based specifications for temporary
excavation support.
• Tunnel Transition Structure, Pressure Box, Sediment/Forebay, Weir Wall—
Complete final evaluation of the tunnel transition structure including verification of
upstream control gates and impacts on the system, pressure box, weirs, forebay
modifications structural design,this design work was removed from the detention
basin project and will now be incorporated into the tunnel design.
• Collector Transition Structures (Paxton/JCB)/Drop Structure Design—Complete
final collector transition and drop structure evaluations to facilitate completion of
structural design for permanent systems and performance based specifications for
temporary excavation support. Evaluate hydraulic design of dual gate system
(automatic gate and manual gate) for the Paxton and JCB Collector Structures and
verify design and operation of gates and gate closures under variable and high head
conditions. Structural/electrical design shall accommodate a NEMA rated enclosure
structure on top of each transition structure. These enclosure structures shall be pre-
fabricated steel or pre-cast concrete to house the gate actuators and control panels.
Structures shall include an access door, roof, and stairs as needed to meet all building
C\16530830 ML SW Final Design\00000 CONT_PROP\00300 Com Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3!I6i2015Page 15
- S ---------
codes. It is assumed one additional UDRB meeting will be required to facilitate
completion of this task.
• Instrumentation Design—Finalize instrumentation design, including development of
schematics for each instrument type, instrumentation site plans and schedule
identifying type, location, relevant depths/elevations, etc. Complete final schedules for
monitoring intervals, reporting and action levels.
• Finalize Risk Register— Finalize the project risk register and confirm that all
mitigation measures have been incorporated into the Contract Documents.
• Geotechnical Baseline Report(GBR)—Prepare a draft GBR to describe the
geotechnical conditions anticipated by the design team and to establish a contractual
baseline for evaluating differing site conditions. Furthermore, the report will provide
contractors with a consistent interpretation to base bid preparation. The GBR will be
prepared in general accordance with the ASCE guidance document titled Geotechnical
Baseline Reports for Construction—Suggested Guidelines(Essex, 2007). The GBR
will be a part of the Contract Documents and is considered an essential risk
management tool directed at reducing the potential for costly disputes and litigation
over an alleged differing site condition.
2.15 Geotechnical Engineering design task will continue with additional investigations (if
necessary) and analysis to supplement the tunnel final design as included in the following
tasks.
• Update the GDR—Update the GDR to reflect the 90% design level. This will include
incorporation of any additional subsurface data and revising plan and profile drawings
to match the design drawings.
2.16 Hydraulic Analysis will include a final analysis of the tunnel grade and diameter and overall
system hydraulics. The entire system including downstream collector segments, drop shaft,
primary tunnel system, discharge structure and detention basins will be evaluated to confirm
intended hydraulic performance is consistent with criteria established for the 60% design as
documented in the Design Hydraulics TM..
• Completed final hydraulic transient analyses using the Illinois Transient Model to
incorporate conveyance system modifications that result from 60%design physical
modeling and other design disciplines (e.g. tunnel design, structural design, basin
design, etc.). During physical modeling, it was determined that a 2500 cfs maximum
capacity can be conveyed in the 14-foot diameter tunnel and the detention basin model
was updated and this flow can be safely handled and conveyed through the modified
detention basin based on the basin design changes outlined in Task 3 below.
2.17 Structural Design—Complete final design of the tunnel conveyance system structural
components. Work will include resolution to address all 60%design comments, additional
analyses and design to address modifications made by other disciplines (hydraulics, tunnel
design, civil), development of details for concrete reinforcement,bolts, welds, anchors,
stiffener plates, base plates, bracing and similar elements. Major structural design task
elements consist of the following.
I:1I6530830 ML SW Final Design\00000 CONT_PROP100300 Cont MOds_Add\Final To City Council 03-16-151OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.doca 3/16/20I5Page 16
• Structural Assessments of Existing Infrastructure—Complete final structural
analyses for key existing facilities within the tunneling zone of influence and finalize
Structure Assessment Report.
• Tunnel Lining Structural Design
• Tunneling Shaft Structural Design
• Tunnel Portal Structural Design
• Tunnel Transition Structure,Pressure Box, Sediment/Forebay Weir Wall
• Tunnel Drop Structure Design
• Air Venting Design
• Collector and Transition Design
• Structural Design Documentation— Finalize BODR to document structural design
criteria, analysis methodology, calculations and resulting design for each structural
element.
2.18 Civil Design —Finalize all civil design to address surface work areas and erosion control
measures including drop shaft, tunnel portal, forebay area, intermediate tunnel vents, ground
improvement work sites, collector extensions. Complete final easement summary sheets to
be incorporated into the design drawing set. Site restoration at the tunnel drop shaft will
involve only light grading and vegetating. This site is proposed to be used for future
construction staging (i.e. Paxton and JCB Collectors).
Update all tunnel easement documents using the City's new templates and format. Provide
historical property owner communication and proposed construction activities for each
property affected.
2.19 90% Design Drawings and Specifications -All design drawings and specifications are to
be revised as necessary to accommodate development of Construction Contract No. 1, which
includes the entire tunnel conveyance system and the addition of the concrete transition box,
pressure control box, forebay weir, forebay structure modifications and upstream gate
structures. Additional revisions shall be made to the front end specifications to
accommodate recent program modifications to standard specifications. PMT will provide
revised front end specifications in track changes format to identify program revisions made
since November 2012.
• Design Drawings - Prepare 90%design drawings in accordance with the City/Program
Standards. A drawing list will be prepared early in the design phase to identify
anticipated drawings and associated numbering/categories for each design contract.
The 90%drawings will include all major items as well as details of construction, and
will represent an essentially complete design minus the final edits and details that will
be incorporated after the City/PMT review. The following drawing categories are
expected to be included in the 90% design submittal.
— General I:A16530830 ML SW Final Design`,00000 CONT_PROPA00300 Cont Mods_AddAFinal To City Council 03-16-15VOPW-52004 ML SW Comveyance Amendment No 2_03-16-15.docx 3116.!2015Page 17
�.,�_ .....o. :..,,.M i�"eawm .aw« +-�,.,�-K.�:rw..,,.,r .«..a.,.«.wu-,,.F,�=.wn+s�w�a�:e�.,�:uw..,.,,.,..<.���.,.�..a.s�...�...�..�.,�.,,....�>..w.L...,m.�a�..,,:,n�.� , ..� .�...�,.r-��-. �.,. ,.® .. � .__
— Erosion and Grading Control
— ROW
— Civil
— Traffic Control
— Geotechnical/Instrumentation
— Tunnel
— Structural
• Specifications—Prepare 90%technical specifications, general conditions and special
provisions for Contract No. 1 —Minne Lusa Conveyance Tunnel. Special provisions
governing the tunnel construction contract will be fully developed to provide the
necessary contract framework. This will include incorporation of a Differing Site
Conditions Clause, reference to the GBR, provisions for a Disputes Review Board and
other components of the selected project risk management program.
• Small and Emerging Small Business Utilization Memorandum —Following the
requirements of the Small and Emerging Small Business Program (SB/ESB) as
outlined on the City of Omaha Human Rights and Relations Department Website and
as directed by the City, to determine and define portions of the construction project
that could be completed by SB/ESB companies. This includes, but is not limited to
review of the latest City certified SB/ESB company listings, identification of sufficient
number of companies for each construction task, and completion of Exhibit A
"Utilization of Small and Emerging Businesses" for incorporation into the Contract
Documents. The analysis and results of this effort will be documented in a
memorandum and provided to the City within 6 weeks after submitting the 90%
deliverable for each contract.
2.20 Cost Estimate and Construction Schedule—The 90% design will include an updated
opinion of probable construction cost estimate and construction schedule for Contract No. 1
to reflect the additional design details and include revised contingencies based on level of
design. A comparison between the 90% construction cost estimate, previous estimates and
LTCP estimate will be made and summarized in tabular format. Revisions include changing
the design to provide a dual automatic slide gate system (one manual and one automatic), as
well as other scope changes (e.g. incorporating forebay structures into Contract No. 1) based
on developing the various separate design packages. These changes will require an update
to the 60%estimated construction cost and the construction schedule for each contract.
2.21 Permitting and Other Environmental Related Submittals
• Permits - The following permits will be finalized for City/PMT review and
submission. Meetings, if necessary, will be set up with NDOR and NDEQ (up to two
meetings for this task) as outlined below to discuss permits and these meetings will be
scheduled to accommodate the permit schedule. Furthermore, an additional meeting
will be held with the City/PMT to discuss all Contract No. 1 permits, including
interaction with basin permits that are required for tunnel construction (e.g. wetlands).
— NDOR Occupy ROW Permit and Access Permit
— NDEQ Construction Stormwater Permit
— NDEQ Dewatering Permit and Process Water Permit
]:\16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont ModsAdd\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15_docx 3/16/2015Page 18
— Public Works—Grading/Erosion Permit and Post Construction SW Management
Plan
— SHPO Cultural Resources Evaluation (Letter of Intent only)
• Construction/Process Water TM—Prepare a Construction/Process Water TM to
discuss the potential for introducing chemical constituents into excavated soils and
groundwater during tunnel construction. TM will also address the potential for
encountering existing environmental conditions in the soil and groundwater.
• UDRB Submittal—Prepare final UDRB and City Planning Department application
and review submittal package. Address UDRB/Planning Department comments and
incorporate into the 90%Contract Documents. City/PMT will provide examples of
similar UDRB submittals. Submittal package is assumed to consist of plan-view
drawings that illustrate impacts to Green Streets, Bicycle routes, Areas of Civic
Importance, etc. as identified by the PMT. Plans will show proposed mitigation of
impacts by showing sufficient details of the proposed work in a non-technical
perspective.
• Final Drainage Plan — Finalize the draft drainage plan to incorporate comments and
updates for the current design.
• Final Sustainability Plan— Finalize the draft sustainability plan to incorporate
comments and updates for the current design.
2.22 Property Owner/Easements Coordination - Owners of significant surface facilities (e.g.
roads, bridges,power poles, etc.) will be updated regarding tunnel design and impacts in
coordination with the PMT. The focus of this effort will be to interface closely with
facilities that are within the influence zone of the tunnel alignment. Residential and/or
commercial facilities will be included within this task. The ENGINEER will coordinate
with the CITY ROW department to facilitate property and easement acquisition.
2.23 Utility Coordination - Utility companies will be contacted in coordination with the PMT to
discuss coordination with the tunnel construction drawings in progress. Meetings will be
held as needed to discuss impacts to utilities.
2.24 Coordination with Adjacent Projects—The design of the stormwater collectors (JCB and
Paxton) shall be coordinated with the tunnel and collectors' extension design. One meeting
will be held during the 90%design phase to share drawings, discuss contract interfacing and
provide key hydraulic information.
2.25 Prior to the submittal of the 90%design package and review by the City/PMT, all
deliverables will receive an internal team QA/QC review in accordance with the project
Quality Control Plan (QCP). A review workshop will then be held with the City/PMT and
all comments provided during the workshop will be addressed in the 95%final design
drawings and specifications. A site visit with the City/PMT will be completed during the
workshop to review the design elements as they relate to existing site conditions. This will
include reviewing any environmental considerations.
1.\I6530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 19
95% Design for Regulatory Review
Objective:Complete the 95% design including drawings and specifications and other
deliverables as outlined below for the Minne Lusa Stormwater Conveyance Tunnel. Design
shall be based on the 90%design.
95% Design Deliverables: 95% Design Drawings
95% Front End Specifications
95% Front End and Specifications (Div. 1 through 16)
95%Opinion of Probable Construction Cost
GDR and GBR
Permits
2.26 After completion of the 90%design, City/PMT comments will be incorporated into the 95%
contract documents and these will be submitted for regulatory review. This will include
submittal to the City for the advertisement/bidding Quality Control Check.
100% Final Design
Objective: Complete the 100%final sealed/signed design including drawings and specifications
and other deliverables as outlined below for the Minne Lusa Stormwater Conveyance Tunnel.
Comments received during the regulatory review will be incorporated into the final contract
documents.
100%Design Deliverables: 100% Signed and Sealed Design Drawings
100% Front End Specifications
100% Front End and Specifications (Div. 1 through 16)
Final Opinion of Probable Construction Cost
Final GDR and GBR
Permits
2.27 After completion of the 95%design, any final modifications or changes will be incorporated
into the 100% signed and sealed documents and these will be submitted as final and used for
bidding documents.
D. TASK 3-ML STORZ/PERSHING DETENTION BASIN IMPROVEMENTS DESIGN (CSOP.01.03.3D00)
90% Final Design
Objective:Complete the 90%design including drawings and specifications and other deliverables
as outlined below for the Minne Lusa Stormwater Detention Basin Improvements. Design shall be
based on the 60%design already completed. The purpose of the 90%design submittal is to
provide the CITY/PMT the opportunity to review the drawings, specifications and appurtenant
material prior to bidding the project for construction. The design of the detention basins will be
separated into two construction projects and will require additional coordination and design
management for the two separate design and construction packages. Contract No. 2 will include
the Minne Lusa Outfall Channel erosion protection, outfall channel structure, levee penetration,
approximately 1200-feet of twin 8-foot by 8-foot concrete box conveyance with transition
structures, two outfall/weir outlet structures located in the detention basin and all associated
I:\16530830 ML SW Final Design\00000 CONT_PROP100300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 20
excavation and grading for these structures. In addition instrumentation and gate controls will be
included in this contract for real time control and monitoring of the detention basin levels versus
river levels and incoming tunnel flows. Finally, this contract will include dredging of sediment
within the existing Storz East Detention Basin. Contract No. 3 will include all earthwork, grading
and perimeter berms around the existing Storz West and Pershing detention basins, along with all
seeding, rugby field restoration and wetlands improvements.
90% Design Deliverables: 90% Design Drawings for Contract No. 2 and No. 3
90% Front end Contract Documents and Specifications for
Contract No. 2 and No. 3
Opinion of Probable Construction Cost
Construction Schedule
Updated GDR
Permits (including USACE Clean Water 404 Permit and USACE
Levee protection (FFRP) 408 Permit)
Final Post Construction Stormwater Plans/SWPPP
Geotechnical Data Report(GDR)
Geotechnical Design Guidance Report
Construction Easement Documents
Final UDRB Submittal
Scope: The following final design tasks will be completed as part of the 90% design deliverables
to be submitted as outlined above. This presents a summary of major design tasks and not all
concurrent design tasks will be listed below.
3.13 Civil design tasks will continue with refinements to the grading plans and berms around the
Storz and Pershing detention basins in addition other major design tasks for the civil-site
plans include the following tasks. Tasks related to earthwork in the detention basin will be
in Contract No. 3 and structures are within Contract 2. A few specific tasks related to the
forebay area and concrete structures will be identified in Contract No. 1, as outlined below.
• Storz and Pershing wetlands delineation and mitigation (Contract No. 3)—
Refinements to proposed mitigation will be performed in accordance with Subtask 3.7
—Permitting. This permit is now an individual 404 permit with mitigation and
alternatives to mitigation requirements needed. The permit's scope of work
modifications is further defined in paragraph 3.19. Grading plans are to be revised to
accommodate an embankment crest at Elevation 1,000 feet. Revised 90 percent plans
will be used as needed to update the wetlands mitigation plan and 404 permit
application.
• Demolition of existing structures (Contract No. 2 and 3)—Plans for the demolition
and removal of permanent structures, earthwork,trees, and other clearing and grubbing
will continue to be refined and draft specifications will be added as necessary. This
shall involve structures and piping outside of the basins, including portions of the
Crown Point Sewer for installation of new junction boxes and portions of the 72-inch
Pershing basin existing outfall storm sewer for construction of the twin 8' x 8' boxes.
• Forebay sizing for grit/TSS and drainage and grading design (Contract No. 1)—
Updates or revisions to calculated sizing requirement for the forebay will be completed
1\16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15`•OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3;16/2015Page 21
and any subsequent changes will be reflected in the detention basin drainage and
grading plans. Grading plans and structures will be reviewed and revised at the 60
percent design level due to elevation of the perimeter containment berm.
• Low-flow channel grading design (Contract No.3)— Final updates to the proposed
grading, low-flow liner design and under seepage will be completed. Evaluate low
flow channel modifications based on berm height design, additional impacts to
wetlands, and impacts to lowered rugby fields.
• Rugby field grading plan and field design modifications (Contract No.3)—
Modifications to the layout, grading, and fencing will be completed. The rugby field
modifications will include provisions for an irrigation system which will include a
pump station.
• Pershing basin wetlands grading and planting plans (Contract No.3)—Based on
input from USACE and the City/PMT, final layout and grading for wetlands will be
determined to maximize the surface area for water quality and the potential for
mitigation.
• Basin outlet piping/manholes design (Contract No. 2)—Based on updated sizing
calculations, basin outlets will be modified accordingly. In addition, further details for
the construction and installation of the pipe and manholes will be completed.
• High hazard dam design/outlet design and Risk Analysis (Contract No. 2 and 3)—
Following an earlier meeting with NDNR and early geotechnical recommendations,
the design of the dam embankment, dam spillway, seepage controls, foundation plans,
and riser outlets will proceed meeting compliance with High Hazard Dam criteria.
Any necessary updates to the Emergency Action Plan and dam breach inundation will
also be finalized. An initial simplified risk based evaluation was completed during the
design alternatives study to assess risk levels for design alternatives assuming a tunnel
design flow of 1,000 cfs and basin containment at Elevation 997 feet. Based on
Bureau of Reclamation methods used to estimate potential loss of life and annual
failure probability, project specific risk can be compared with Reclamation's Dam
Safety Guidelines.
— Complete risk based dam evaluations to consider a tunnel design flow of 2,000
cfs and basin containment at Elevation 1,000 feet.
— Update available Population at Risk(PAR) mapping.
— Prepare inundation maps for the range in potential dam failures (e.g.
overtopping and breach).
— Prepare a basin summary operation table to illustrate the maximum basin pool
for the range in combined flood events (inland storm and Missouri River stage).
This will include an overview of the gate operational control strategy for the
upstream control gates.
— Present the results of the risk evaluation and gate operational control strategy to
NDNR in a meeting.
• Minne Lusa Outfall Channel Improvements - CSO 105 (Contract No. 2)—Final
designed improvements to protect and restabilize the channel in the area of the existing
1:\I6530830 ML SW Final Design\00000 CONT_PROP\00300 Corn Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 22
CSO outfall and the new stormwater outlets proposed from Pershing Basin will be
completed. The extent of this stabilization will be limited to 200 feet downstream of
the end of the existing concrete apron. Evaluate and design access road (concrete)
from crest of the berm down to the structure outfall invert to facilitate maintenance and
cleaning of the structure and energy dissipation structures in the channel.
• Pershing Basin Existing 72-inch Storm Sewer and 60-inch Outfall (Contract No.
-The existing Pershing basin 72-inch storm sewer is routed towards the Minne Lusa
Outfall channel where it is combined with other storm flows from the west and
discharges into the Minne Lusa Outfall Channel through a 60-inch pipe with a "tide-
flex"type check valve on the end of the pipe at the point of discharge. This storm
sewer will require modifications to meet USACE design requirements that include a
bulkhead or closure gates on the existing sewer. The design will include an analysis of
these flows for conveyance into the twin 8' x 8' boxes, and either
abandoning/removing the 72-inch and 60-inch sewer pipes or adding a bulkhead and
gate closure structure to the existing sewer to meet USACE criteria. The analysis will
include hydraulic considerations, as well as preliminary cost estimates for the two
options. Upon selection of the preferred alternative, complete system design to the 90
percent design level.
• Basin Embankment Two-Stage Construction (Contract No. 3) - The re-design of
the Pershing basin embankment berm as well as the Storz West embankment requires
two stage construction of the larger and higher berm embankment. Based on this more
complex construction, additional drawings are required for the Storz West containment
berm and the Pershing embankment berm to facilitate two-stage construction. In
addition, structures and piping through the embankment with additional fill will need
to be evaluated for settlement, and provisions for settlement and structure
modifications will be included in the design.
3.14 Geotechnical Engineering design tasks will continue with additional investigations and
analysis to supplement the detention basins final design as included in the following tasks.
• Work Plan Update—Update the Work Plan and associated Health and Safety Plan for
Phase III Geotechnical Investigations. Prepare plan and request authorization from the
USACE to complete geotechnical investigations within the 500-foot critical zone of
the levee (Potential Impact to FRRP).
• Phase III Geotechnical Investigation (Contract No. 2 and 3)—
— Complete additional exploratory borings (Phase III investigation) in the detention
basin and at the ML Outfall Channel based on the berm height and structure
modifications. Proposed plan is to drill three (3)additional borings and install two
(2) additional piezometers. Work is directed at better characterizing subsurface
conditions along the previously realigned basin outlet.
— Repair three existing piezometers that were damaged during Gunderson Rail
Demolition and Omaha Metro construction activities. Minor repairs involve
remediating crushed riser pipe and caps that are near surficial.
— Complete laboratory testing of select soil and bedrock samples to provide for
characterization, strength, and permeability assessments.
1,16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 23
a- ,.� . .. ,g�. .�-�-.� -- � ��� ,.�, �,,,�
.����, �....�.��n,,���.�:�s�,��.., ,..�...,
• Update the GDR(Contract No. 2 and 3)—Update the GDR to reflect the 90%design
level. This will include incorporation of any additional subsurface data and revising
plan and profile drawings to match the design drawings. Update the GDR to reflect
basin design modifications and incorporation of all Phase III subsurface investigation
data. The GDR will be separated such that there are specific GDR documents for both
Contract 2 and Contract 3.
• Geotechnical Engineering(Contract No. 2 and 3)—Perform geotechnical analyses
and design to address all design modifications. This will include evaluation of phased
embankment construction, and settlement, stability and seepage analyses. Analyses
will be used in obtaining the High Hazard Dam permit from NDNR. Additional
evaluations will be completed for foundation design at the ML Channel Outlet, levee
penetration, and excavation/dewatering considerations for the proposed subsurface
hydraulic structures.
• Supplement(s) to Geotechnical Design Guidance TM (Contract No. 3)—Any
requirements for additional geotechnical design guidance and recommendations will be
provided in the form of brief supplemental memorandums to cover specific design and
construction topics. A separate TM will be provided to submit as part of the NDNR
permit application submittal. Only information related to the containment berm will be
included within this TM.
3.15 Hydraulic Analysis will include further refinement of the basin flows and routing including
flows from Sorensen Sewer, Crown Point Sewer and Miller Park to Pershing Sewer.
• Scouring/sedimentation evaluation for forebay/low-flow channel (Contract No. 1
and 3)—This includes updates, if needed, to the 60%design calculations and analysis
for the forebay and low-flow channel final design.
• Velocity/scour evaluation for wetlands (Contract No. 3)—Prepare updates to the
60%analysis and document in Wetland Mitigation and Drainage Reports.
• Outlet structures and piping controls/velocity evaluation (Contract No. 2)—Final
calculations will be completed and documented.
• Dam Breach Analysis (Contract No. 2 and 3)—Review comments from NDNR will
be incorporated and prepared for final submittal with NDNR permits. Revised dam
breach analyses will be completed to consider a tunnel design flow of 2,000 cfs and
basin containment dam crest at Elevation 1,000 feet. Updated inundation maps will be
incorporated into the updated risk evaluation and for permit application submittals to
NDNR. A flow analysis will also be completed assuming a tunnel peak flow of 2,500
cfs to confirm that the results of the dam hazard analysis do not change appreciably
when compared to design tunnel flows.
• Real-time control evaluation and instrumentation/electrical (Contract No. 1,2,
and 3)—Update the design of real-time controls and instrumentation for various
components of the Detention Basins. The addition of upstream sewer control gates at
two locations (Paxton and JCB sewers) will require additional process, structural,
electrical and instrumentation design. Optional sewer control gate design tasks for the
Miller Park to Pershing and Crown Point sewers are included in Task 5 —Additional
1\16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 24
Services. Sewer gate design (See Item 3.16 for structural design) is included within
this task. In addition, coordination with the City's SCADA system and tie-in of gate
controls at the WWTP HMI are included within this task which includes level sensors
in the combined Storz West/Pershing Detention basin and in the Minne Lusa Outfall
channel. Electrical gate controls and telemetry for remote monitoring and operation of
gates will be designed and added for upstream gates, monitoring of downstream gates
and also monitoring of existing Storz West gates, which includes replacing Storz gate
actuators (2 gates).
• Minne Lusa Outfall Channel/CSO 105 channel improvements (Contract No. 2)
(velocity/scour/erosion evaluation)—Open channel hydraulic model will be updated
based on comments and run to analyze velocity, depth and scour. Additional hydraulic
and scour analysis will be completed to consider additional ML Outfall Channel flows
resulting from the Forest Lawn Sewer Outfall. The PMT will provide the necessary
flow information for the proposed Forest Lawn Sewer, including hydrographs.
The URS Team will complete a final hydraulic evaluation of the flows from all inputs
for the Minne Lusa Outfall Channel and incorporating final design information and
flow rates from the Forest Lawn Sewer Separation Team. The analysis will include a
final set of models (HEC-RAS and HEC-HMS)to review and analyze both erosion
protection to protect the channel/banks of the channel from scour from all inflow
sources and also a model to analyze scour at the OPPD railroad bridge. For purposes
of the evaluation, the channel scour analysis will consider no tailwater(maximum
scour potential) and a tailwater condition of both 990-feet (approximately a 100-year
event) and 994.8 (approximately 500-year event) and consider maximum (full pipe
flow) for the twin 8x8 boxes, the CSO 105 outlet, the Forest Lawn Sewer Separation
and the storm outlet from OPPD. The OPPD bridge scour analysis (second model built
for bridge scour)will also include the maximum flow rates from all incoming storm
sewers into the channel and will incorporate the scour with no tailwater and maximum
tailwater at the 500-year tailwater condition (994.8).
This task includes developing a draft and final technical memorandum, completion of
two HEC-RAS models, two meetings with OPPD and City/PMT to review the analysis
and models and one additional meeting with the Forest Lawn Team for construction
coordination. In addition,this task includes review and coordination of the final design
drawings for the Minne Lusa Storz Detention Basins that includes modifications such
as changes to the rip-rap bank protection around the proposed Forest Lawn CSO sewer
on the north side of the channel. In addition, Contractor interfacing details will be
included for and any additional coordination and modifications will incorporated to the
final design drawings.
• Pershing Basin Existing 72-inch Storm Sewer and 60-inch Outfall (Contract No.
—Complete hydraulic analyses to evaluate alternatives to address the existing 72-
inch storm sewer and 60-inch outfall.
• Revised Drainage and H&H Reports (Contract No. 1, 2,and 3)—The drainage
reports and H&H reports that accompany the design documents and the permits are to
be updated based on the operation and function of the detention basins and the control
gates, which has been modified since the 60%design was previously completed.
1\I6530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Con eyance Amendment No 2_03-16-15.docx 3i 16/2015Page 25
These reports and updates will be included in the permit applications for the USACE
and the NDNR, as well the appropriate drainage and stormwater management permits.
3.16 Structural Design (Contract No. 2)
• Structural analysis, design, drawings, specifications, and estimates of probable
construction cost for structures and schedule will be performed to reflect the relevant
guidance documents and project requirements and constraints, further developing the
structural work performed during the 60%design effort, as described previously.
• Additional detailed structural calculations and analysis will be performed for design of
the facilities incorporating revisions based on 60% Design Review comments. The
structural analyses during the 90%design phase will include the design of all major
components and connections that were not performed during the 60% analyses. This
will include the sizing and detailing of reinforcing in concrete sections, bolts, welds,
anchors, stiffener plates, base plates, bracing, and similar elements.
• The 90%drawings will include all the major items as well as the details of
construction, and will represent an essentially complete design minus the final edits
and details that will be incorporated after final City/PMT review. The anticipated
drawing list is shown previously in the 60% effort.
• Complete structural engineering analyses and design for the following additional
structures recently incorporated into the overall stormwater conveyance system design:
— JCB Collector transition structure with dual/automatic slide gates
— Paxton Collector transition structure with dual/automatic slide gates
— Miller Park to Pershing new 60-inch automatic gate and electric actuator on
existing 36-inch gate (Optional and Added as additional services task only—see
Task 5 below)
— Crown Point new gate structure and dual/automatic slide gates (Optional and
Added as Additional Services only—see Task 5 below)
— Pershing Basin storm sewer structure and shut-off gates per USACE requirements
(modifications to existing conveyance system) and includes NEMA rated steel
structure located outdoors and mounted over the gate controls and control panels at
grade for both gates.
— Review all new structures that are designed within the berm and modify structures
based on the increased berm height
— Evaluate Storz West structures based on increased berm height and develop
structure and piping specifications for potential rehabilitation of structures and
piping including internal pipe re-conditioning, and jet grouting around piping and
structures as potential risk mitigation measures.
— Provide for an enclosure structure on top of each transition structure (JCB, Paxton
and A-1). These enclosure structures shall be pre-fabricated steel or pre-cast
concrete to house the gate actuators and control panels. Structures shall include an
access door, roof and stairs as needed to meet all building codes. It is assumed one
additional UDRB meeting will be required to facilitate completion of this task.
116510830 ML SW Final Design\00000 CONT_PROP100300 Cont Mods_Add\Final To City Council 03-I6-15\OPW-52005 ML SW Conveyance Amendment No 2_03-16-15.docx 3/I6,/2015Page 26
3.17 90% Design Drawings and Specifications will include the following design drawings and
two sets of 90% Design Drawings will be developed, one set for Contract No. 2 and one set
for Contract No. 3. Incorporate all design changes from scope items 3.13 through 3.16 into
90% set of plans and specifications and develop additional details and drawings as
appropriate based on scope of work changes.
• General Drawings
• ROW Drawings
• Civil/Landscape Drawings
• Demolition Drawings
• Geotechnical Drawings
• Trenchless Construction Drawings
• Structural Drawings
• Instrumentation/Electrical Drawings
• Front end contract documents
• Division 0 through 16 specifications
3.18 Cost Estimate and Construction Schedule—The 90%design will include an updated
probable opinion of construction cost estimate and construction schedule to reflect the
additional design details and include revised contingencies based on level of design. The
90% cost estimate will be compared to the previous estimates as well as the LTCP cost
estimates. Incorporate changes to design scope into the construction cost estimate and
associated construction schedule. This includes new upstream sewer gate structures,
elevation of basin containment berm, and modifications to the existing Pershing Basin storm
sewer system. The existing cost estimate will be split up to develop separate estimates for
Contract No. 2 and Contract No. 3 and an estimate of construction phase cash flow for each
contract will be developed.
3.19 Permitting—The following permits will be finalized and then reviewed by the City/PMT.
Meetings will be set up with NDEQ,NDNR, UPRR, Public Works and USACE (regulatory
and Emergency Management). Up to six meetings are assumed for this task as outlined
below to discuss permits and these meetings will be scheduled to accommodate the permit
schedule. Additional design effort will be required to re-start the permit application process
and update previous application packages completed during the 60-percent design phase.
An initial review will also be completed to evaluate any changes to the environmental
permitting process. Complete field work and evaluations for wetlands re-delineation, as
necessary, to assess current wetlands within the basin improvements area footprint and the
ML Outfall Channel discharge area. The revised wetlands delineation report is included in
this task. This task includes provisions for additional meetings associated with a more
complex(major) 408 permit and Individual 404 permit.
Additional tasks associated with these permits include development of an Operations Plan as
part of the O&M plan for the basins that will be included in the NDNR High Hazard Dam
permit. Also Emergency Action plans for both the 408 permit and the NDNR High Hazard
Dam permit are included in these permit revision scope changes.
• NDOR Access Permit(one for basins and tunnel)
• NDEQ Construction Stormwater Permit(one permit for both Contracts 2 and 3)
• NDEQ Construction Dewatering Permit
I:i16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3i 16/2015Page 27
• Public Works—Grading/Erosion Permit, Floodplain Use Permit and Post Construction
SW Management Plan
• NDNR Permit to Impound Water
• NDNR Application for Approval of Plans for Dams
• USACE Levee Protection (FFRP) 408 Levee Penetration (Minor)
• USACE Clean Water 404 Permit—Individual Permit and Nationwide permit for Minne
Lusa Outfall Channel
• UPRR Pipeline Crossing Permit and Right of Entry Agreement
• UDRB Submittal— Prepare final UDRB and City Planning Department application
and review submittal package. Address UDRB/Planning Department comments and
incorporate into the 90% Contract Documents. City/PMT will provide examples of
similar UDRB submittals. Submittal package is assumed to consist of plan-view
drawings that illustrate impacts to Green Streets, Bicycle routes, Areas of Civic
Importance, etc. as identified by the PMT. Plans will show proposed mitigation of
impacts by showing sufficient details of the proposed work in a non-technical
perspective.
3.20 Easements Coordination - Owners of significant surface facilities in the vicinity will be
updated including the railroad (UPRR) regarding basin design in coordination with the PMT
and one meeting is anticipated for this coordination. Residential and/or commercial
facilities will be included as impacted by the basin design and obtainment of appropriate
easements will be completed as part of the project in accordance with appropriate ROW
protocols and procedures. Additional surveying will be completed as necessary along
Florence Boulevard home lots to verify property boundaries. Additional easements along
back lots are required to accommodate an elevated basin pool (Elevation 1,000 containment
berms).
3.21 Utility Coordination - Utility companies will be contacted in coordination with the PMT to
discuss coordination with the basin construction drawings in progress. Meetings will be held
as needed to discuss impacts to utilities (up to two meetings). Additional meetings are being
held based on the project starting back up again to meet again with affected utilities. This
includes meetings to familiarize utility staff, (or new staff based on staff changes) of the
project based on the design changes and time lapse.
3.22 Coordination with Adjacent Projects—The design and potential construction impacts of
the Forest Lawn Stormwater Conveyance System that discharges into the ML Outfall
Channel shall be coordinated with the basin improvements design by sharing drawings,
discussing contract interfacing and providing key hydraulic information. One additional
meeting will be held as needed.
3.23 Prior to the submittal of the 90%design package and review by the City/PMT, all
deliverables will receive an internal team QA/QC review in accordance with the project
Quality Control Plan (QCP). A review workshop will then be held with the City/PMT and
all comments provided during the workshop will be addressed in the 95% final design
drawings and specifications. A site visit with the City/PMT will be completed during the
workshop to review the design elements as they relate to existing site conditions. This will
include reviewing any environmental considerations.
1:A16530830 ML SW Final DesignV00000 CONT_PROPV00300 Cont Mods_AddAFinal To City Council 03-16-15VOPW-52004 ML SW Conveyance.Amendment No 2_03-16-I5.docx 3/16;2015Page 2
95% Design for Regulatory Review
Objective: Complete the 95%final design including drawings and specifications and other
deliverables as outlined below for the Minne Lusa Stormwater Conveyance Detention Basins
Improvements. Design shall be based on the 90%design already completed.
95% Design Deliverables: 95% Design Drawings for Contract No. 2 and 3
95% Front End Specifications for Contract No. 2, and 3
95% Contract Documents/Specifications (Div. 1 through 16)for
Contract No. 2 and 3
95%Opinion of Probable Construction Cost for Contract No. 2
and 3
GDR
Permits
3.24 After completion of the 90%design, City/PMT comments will be incorporated into the 95%
contract documents and these will be submitted for regulatory review. This will include
submittal to the City for the advertisement/bidding Quality Control check.
100% Final Design
Objective: Complete the 100%final sealed and signed design including drawings and
specifications and other deliverables as outlined below for the Minne Lusa Stormwater
Conveyance Detention Basins Improvements. Comments received during the regulatory review
will be incorporated into the final contract documents. Design shall be based on the 95%design
already completed.
100%Design Deliverables: 100% Signed and Sealed Design Drawings
100%Front End Specifications
100%Contract Documents/Specifications (Div. 1 through 16)
Final Opinion of Probable Construction Cost
GDR
Permits
3.25 After completion of the 95%design, any final modifications or changes will be incorporated
into the 100% signed and sealed documents and these will be submitted as final and used for
bidding documents. The 100% signed and sealed documents are listed in the 100% Design
Deliverables. Note: Bidding for the two construction contracts,No. 2 and 3, is included in
Task 5 —Additional Services and it is anticipated each contract will bid separately and be
bid at completely separate times that could be up to two or more years apart due to
construction sequencing requirements.
E. TASK 5-Additional Services
5.1 Additional Environmental Analysis—SW Tunnel
Complete additional Direct Push Technology (DPT) installations to sample soil and
groundwater within the tunnel horizon. Furthermore, conduct analytical testing and prepare
1:\16530830 ML SW Final Design\00000 CONT_PROP100300 Cont Mods_Add\Final To City Council 03-16-I S\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/20 I,Page 29
a summary memorandum to provide the results of the additional work. The purpose of this
work is to better characterize the nature and extent of soil and groundwater contamination
and would only be completed should the results of the 60%design phase sampling indicate
that further investigative work is warranted.
5.2 Additional Geotechnical Investigations
Complete additional supplemental geotechnical exploratory borings and laboratory testing at
select locations along the tunnel alignment.
5.3 Additional Tunnel Hydraulic Analyses
Perform additional hydraulic analyses pending the results of the transient and physical
modeling work. This work would be completed during the 90%design phase, if necessary
to make final refinements to hydraulic structure geometries.
5.4 Additional Surveying
Complete additional surveys at select locations to fill data gaps during the 90% design
phase.
5.5 Bidding Phase Services for the Detention Basins Structures—Contract No. 2
• Prepare the Advertisement Form
• Complete quality control changes based on comments received during Quality Control
check, and sign and seal the revised Contract Documents. Provide one original and,
forty (40)hard copies and thirty (30) CDs of the final signed and sealed Contract
Documents.
Pre-Bid Conference
• Prepare an agenda and conduct a pre-bid conference to be held at the City of Omaha
Public Works office. The conference will include a walk-through of the project site to
provide on-site explanations of the required work. Prepare meeting minutes for the
conference and distribute copies of the minutes to plan holders and City/PMT staff
three (3) days after the meeting. Receive and prepare responses to questions from
prospective bidders.
Addendums
• Prepare addendums to the Contract Documents as appropriate to interpret, clarify
and/or expand the documents as necessary.
Award
• Assist the City/PMT in evaluating bids, including confirming that the bid packages are
complete, reviewing bids to assure compliance with the Contract Documents/bidding
requirements, and making recommendations for selection of a qualified contractor. A
written report will be submitted to provide recommendations to the City/PMT as to the
responsibility and responsiveness of the contractors, acceptability of major
subcontractors, and evaluations of substitute materials and equipment proposed by
bidders.
I:\16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 NIL SW Conveyance Amendment No 2_03-16-1 S docx 3/16/2015Page 30
5.6 Additional Existing Utility/Sewer Inspections for Sorensen Sewer and Potholing
The services of Ace Pipe Cleaning shall include additional CCTV inspections of the
Sorensen Sewer to inspect and evaluate the condition of the sewer and determine if
additional rehabilitation is necessary for pressurized conditions in this pipe. In addition,
additional potholing around the sewers located in the vicinity of the new detention basin
storm sewers may be necessary as part of the final design and routing of these two new
storm sewers. Finally, additional CCTV inspections may be conducted along the tunnel
alignment pending the results of the 60% design adjacent structures protection evaluation.
5.7 Gunderson Rail Property Demolition (COMPLETED)
As part of the final design for the Minne Lusa Stormwater Conveyance Sewer(tunnel), URS
will prepare contract documents for demolition of existing structures at the former
Gunderson Rail Property. The preliminary alignment of the tunnel includes a drop shaft at
the former Gunderson Rail Property where the proposed Paxton Boulevard Stormwater
Conveyance Sewer and John Creighton Boulevard Conveyance Sewer will discharge into the
drop shaft. The proposed tunnel alignment continues north across the Gunderson Rail
property towards Ames Avenue. The locations of the proposed sewer improvements conflict
with several existing structures.
The existing structures at the former Gunderson Rail property include a large manufacturing
building, warehouse, garage building and office building. All of the buildings are single
story with slab on grade construction. Various above ground and below ground utilities
serve the former structures.
The contract documents for demolition of the existing structures are expected to include
design drawings (eight sheet are estimated) and a project manual consisting of Division 00
(Bidding and Contract Requirements), Division 01 (General Requirements), Division 02 (Site
Work), and possibly one or two other divisions involving minor work items. Pre-design
activities are expected to include a detailed physical features survey of the site and interior of
the structures; asbestos, lead-based paint and universal waste surveys of each structure; and
preparation of a brief technical memorandum summarizing the survey results.
Subcontractors will be responsible for field mapping important site features, and the asbestos,
lead-based paint and universal waste surveys. The design drawings and project manual will
be submitted as draft, draft final and final documents for the City/PMT review. The final
design submittal will include an engineer's cost estimate and construction schedule.
As part of this task, URS will assist the City/PMT during the bidding phase and provide a
field representative during demolition of the existing structures to assist the City/PMT with
contract administration and provide oversight of the contractor during demolition activities
and any abatement activities required by the Contract Documents.
URS anticipates completing the pre-design activities within 45 —60 days of authorization to
proceed. The draft design submittal for demolition will be completed within 30 days after
completing the pre-design activities. The schedule for completion of the draft final and final
submittals is based on a two week turn around following receipt of City/PMT review
comments. For budgeting purposes, we have assumed that the demolition activities will be
I:\16530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 31
completed within 2 months after contract award to the demolition contractor. The demolition
contract is expected to be completed in the fall of 2012.
5.8 Value Engineering Workshop—Detention Basins (COMPLETED)
A workshop for the detention basins design shall be held immediately following the 30%
design submittal approval by the City/PMT and prior to commencement of the 60%design.
The workshop shall include approximately two weeks of time by the design team to prepare
for the workshop including developing the agenda as well as developing a list of ideas
focused on optimizing the design and reducing construction costs for the detention basins
project. The workshop shall take place over a period of one and a half days. Following the
workshop, additional analysis will be performed to determine if ideas and suggestions are
feasible to implement into the design. A final VE workshop memorandum shall be written
by the project team to include the ideas presented with a focus on the design modifications
that will be incorporated in the 60%design for the detention basins. The follow-up work
after the workshop shall last no more than 4 weeks from the workshop date and design shall
commence towards the 60%design level after the 4 week period. Time is of the essence, if
the 60%design does not commence after 4 weeks, a contract amendment may be needed to
extend the final design schedule for the detention basins.
5.9 USACE Individual Permit for the Detention Basins
The detention basins wetlands delineation will occur in the spring of 2012 and again in 2014
(per paragraph 3.19), at this time it will be determined based on the delineation if a
nationwide or individual permit will be needed for the detention basins. The individual
permit, if required, includes additional analysis and additional permit approvals and
applications as well as more meetings. The project team has accommodated for these
additional meetings and task efforts associated with the individual permit process and if
required, additional funding in this contract, as part of the additional services, will be
approved.
5.10 Final Design Amendment No. 2 and Construction Delivery TM
This task includes developing scope and fee modifications along with design schedule
changes due to the project being on hold for 18 months. In addition, this task includes
developing a Construction Packaging TM to evaluate design and construction schedules and
construction packages for the tunnel and detention basins and determining a recommended
number of construction packages along with construction schedules for the different options.
Additional work includes coordination with all subconsultants, initiating the easement
acquisition process, and administrative activities to restart the project and address initial
progress calls and meetings.
5.11 Bidding Phase Services for the Detention Basins—Earthwork Contract No.3
• Prepare the Advertisement Form
• Complete quality control changes based on comments received during Quality Control
check, and sign and seal the revised Contract Documents. Provide one original and,
forty (40) hard copies and thirty (30) CDs of the final signed and sealed Contract
Documents.
I:\I6530830 ML SW Final Design\00000 CONT_PROP\00300 Cont Mods_Add\Final To City Council 03-16-15\OPW-52004 NIL SW Conveyance Amendment No 2_03-16-15.docz 3/16l2015Page 32
Pre-Bid Conference
• Prepare an agenda and conduct a pre-bid conference to be held at the City of Omaha
Public Works office. The conference will include a walk-through of the project site to
provide on-site explanations of the required work. Prepare meeting minutes for the
conference and distribute copies of the minutes to plan holders and City/PMT staff
three (3) days after the meeting. Receive and prepare responses to questions from
prospective bidders.
Addendums
• Prepare addendums to the Contract Documents as appropriate to interpret, clarify
and/or expand the documents as necessary.
Award
• Assist the City/PMT in evaluating bids, including confirming that the bid packages are
complete, reviewing bids to assure compliance with the Contract Documents/bidding
requirements, and making recommendations for selection of a qualified contractor. A
written report will be submitted to provide recommendations to the City/PMT as to the
responsibility and responsiveness of the contractors, acceptability of major
subcontractors, and evaluations of substitute materials and equipment proposed by
bidders.
5.12 Miller Park and Crown Point Shut-Off Gates
• Miller Park to Pershing new 60-inch automatic gate and electric actuator on existing
36-inch gate and at Crown Point a new gate structure and dual/automatic slide gates
will be designed to work with the upstream gate controls located at Paxton and JCB.
This task includes developing the design drawings, specifications for the addition of
these gates in both locations and will be added and authorized as an additional service if
these gate structures are required by NDNR.
5.13 Site Development of Mobile Home Park
• This task includes developing the site for the mobile home park after construction
activities that will demolish the site and remove approximately seven mobile home park
sites including removing all mobile home park pads, concrete, roads, and removal of all
utilities. This site will involve a temporary easement; hence, after construction, the site
will be restored back to original conditions with new roads, trailer pads and restoring all
utilities. The task includes the design work including surveys, subsurface evaluations
and site-civil and site development design activities, including developing design
drawings and specifications.
5.14 Storz East Detention Basin—Dredging Existing Sediment
• Develop design drawings, specifications and construction cost estimate to provide for
dredging of sediment within the existing Storz East Detention Basin. City/PMT will
provide all relevant as-builts and other records for existing facilities to facilitate design
activities. Conventional optical surveying has been incorporated into the work to
supplement existing topographic and facility information. Work will include two site
visits to complete necessary reconnaissance work and meet with key City staff to
clearly define the project objectives and associated construction activities. It is
1:A16530830 ML SW Final Design100000 CONT_PROP\00300 Cont Mods_AddAFinal To City Council 03-16-151OPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3116,/201,Page 33
assumed that the dredging work will be incorporated into Contract No. 2 to meet the
City schedule objectives for basin sediment removal.
SCHEDULE
ENGINEER agrees to complete by December 31, 2018, the necessary final design and bidding phase
services listed in this Exhibit, and includes permit approvals, bid ready plans and specifications for both
Minne Lusa Stormwater Tunnel and the Detention Basins Improvements projects. The schedule of Bid
Phase services is also included and shall be further coordinated with the CITY during the bid phase.
Services beyond the final design phase and bidding phase, if included by amendment, shall be
completed as necessary in context to the actual construction timing. The CITY recognizes that
completion of the design work and bidding activities listed in this Exhibit within this deadline is
contingent upon timely responses from agencies and CITY or their authorized representatives.
LA16530830 ML SW Final Desigr000000 CONT_PROPA00300 Cont Mods AddAFinal To City Council 03-16-15VOPW-52004 ML SW Conveyance Amendment No 2_03-16-15.docx 3/16/2015Page 34
c ZSA CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: 1.
WHEREAS, an Engineering Services Agreement with URS Corporation to-provide
professional study phase and preliminary design services for OPW 52004, being the Minne Lusa
Stormwater Conveyance Sewer and Detention Basin Improvements project, was approved by
Council Resolution No. 1135 on September 28, 2010 and Amendment No. 1 on January 24, 2012
by Council Resolution No. 94; and
WHEREAS, additional services and scope changes are required for the final design and
bid phase of this project, which were not included in previous agreements; and,
WHEREAS, URS Corporation has agreed to perform the additional services needed as
detailed in the attached Amendment No. 2 to the Agreement, which by this reference is made a
part hereof, for an additional fee not exceed $1,749,826.00 to be paid from Sewer Revenue
Improvement Fund 21124, CSO 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. 2 to the Engineering Services
Agreement with URS Corporation for scope changes to the final design and bid phase services
for the Minne Lusa Stormwater Conveyance Sewer and Detention Basin Improvements, known
as project OPW 52004, is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay the additional fee not to exceed
$1,749,826.00 for these engineering services from the Sewer Revenue Improvement Fund
21124, CSO Implementation Organization 116918, Sewer Revenue Bonds will be issued to
finance this project.
1387djr
APPROVED AS TO FORM:
/fr.,__?2
. t‘',1
r CITY ATTORNEY DATE
/1•411
By4
Councilmember
Adopted MAY 1 9 2015 7-z,
..01aWidA. Yatei City Clerk
Approvedi \ /`l,5'
AC ING Mayor
NO. /C............
Resolution by
Res. that, as recommended by the Mayor,
Amendment No. 2 to the Engineering
Services Agreement with URS Corporation
for scope changes to the final design and bid
phase services for the Minne Lusa
Stormwater Conveyance Sewer and Detention
Basin Improvements, known as project OPW
52004, is hereby approved; and that, the
Finance Department is authorized to pay the
additional fee not to exceed $1,749,826.00 for
these engineering services from the Sewer
Revenue Improvement Fund 21124, CSO
Implementation Organization 116918; Sewer
Revenue Bonds will be issued to finance this
project.
1387Adjr
Presented to City Council
MAY 1 9 2015
Adopted
gaiter Uerocvn
City Clerk