RES 2014-0736 - Agmt with CDM Smith Inc for OPW 52165 and 52930 a
„tt,zi...,
Ot`'AHA'NE __ _._
�,°„ �'s� Public Works Department
ffik,tia
Omaha/Douglas Civic Center
t June 17, 2014
® Y;� � � F I. 1819 Farnam Street,Suite 601
Omaha,Nebraska 68183-0601
�0 :',1, (402)444-5220
4,4reo FE9R',A4 Fax(402)444-5248
City of Omaha Robert G. Stubbe,P.E.
Jean Stothert,Mayor Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Resolution approving Amendment No. 3 to the Professional Services
Agreement with CDM Smith, Inc. (formerly Camp Dresser & McKee, Inc.) to provide
construction management services for the JCB and Miami Phase 1 Sewer Separation Project,
known as OPW 52165 and Adams Park Detention Improvements Project, known as OPW 52390
was approved by City Council Resolution No. 564 on May 10, 2011, Amendment 1 by City
Council Resolution No. 114 on January 29, 2013, and Amendment 2 on May 15, 2014.
The attached Amendment No. 3 to the Agreement authorizes CDM Smith, Inc. (formerly Camp
Dresser & McKee, Inc.) to perform additional professional engineering services for construction
management services. CDM Smith, Inc. (formerly Camp Dresser & McKee, Inc.) has agreed to
perform the services detailed in Amendment No. 3 of the attached agreement for a fee not to
exceed $2,388,743.00, which will be paid from the Sewer Revenue Improvements Fund 21124,
CSO Control Implementation Organization 116918. Sewer Revenue Bonds will be issued to
finance this project.
CDM Smith, Inc. (formerly Camp Dresser & McKee, Inc.) has filed the required Contract
Compliance Report, Form CC-1, in the Human Rights and Relations Department.
The Public Works Department requests your consideration and approval of the attached
Resolution and Change Order.
Respectfully submitted, Referred to City Council for Consideration:
17 /" it
41''''''' fb*L C).57'C.1 V 1.-'.-Q-Al ' ' C°(`S-/ `:01,y
Robert G. Stubbe, P.E. Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
1
— A ‘5/30 ly „..... . 1 . ,, , i' c- i , 1 ' i,
,„.74
, .
., , ,,. , ,: . , ______ ‘_
..j Stephe B. Curtiss to Human Rights and Relations Date
Finance Director Department
1262djr
AMENDMENT NO. 3
TO THE AGREEMENT FOR ENGINEERING SERVICES
FOR OPW 52078 —JOHN CREIGHTON BOULEVARD CONVEYANCE
SEWER PROJECT (CSO)
The Professional Services Agreement between the City of Omaha, Nebraska (OWNER) and
CDM Smith, Inc. (formerly Camp Dresser & McKee, Inc.)(ENGINEER) adopted May 10,2011
as Resolution No. 564, for professional services to provide field investigation and preliminary
design services and Amendment Nos. 1 and 2 to the Agreement for final engineering design
and bidding assistance for the OPW 52165 JCB & Miami Phase 1 Sewer Separation (CSO) and
OPW 52390 Adams Park Detention Improvements is hereby amended as follows:
ENGINEER is obligated to comply with the Utilization of Small and Emerging Small Businesses
as provided in Exhibit A.
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.
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;
1
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 (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.
2
A detailed description of the scope of work and services to be performed is listed in Exhibit B. In
summary, this amendment incorporates additional services for Construction Management
Services for the OPW 52165 JCB & Miami Phase 1 Sewer Separation (CSO) and OPW 52390
Adams Park Detention Improvements Project (CSO) based on the Final Design Phase
completed for the project.
Compensation for the services in the Amendment shall be on an hourly basis as outlined in
Section IV of the original 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 two million three hundred eighty eight thousand seven hundred forty three Dollars
($2,388,743) 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 May 20,2011 Agreement;
This Amendment is executed by ENGINEER this day of ,2014.
"ENGINEER"
CDM Smith Inc.
9200 Ward Parkway,Suite 500
Kansas City,Missouri 64114
6,,,,L 61-2/ 2 ,L I' 04
ATTEST
349 era__L.,
(Title)
This Amendment is executed by OWNER this / day of —2014.
ATTEST CITY OF OMAH A Municipal Corporation
Z7,0„.......
4
By.„1"- 'lib tiA,
City Clerk Mayor
APPROVED AS TO FORM:
f � C. 5-' 4/,-YZ
Deputy City Attorney
3
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:
Name of small or Address Scope of work or Projected Agreed price Percentage(%)
emerging small project tasks to be commencement with SB/ESB
business performed and completion
date of work
Vireo 1111 N. 13th Street Landscape July 2014 to
Architecture November 2016 $75,458 3.16
City Girl Public Involvement July 2014 to
Communications November 2016 $24,290 1.02
Totals $99,748 4.18
CERTIFICATION
The undersigned certifies that he/she is legally authorized by the ENGINEER to make the statements and
representations regarding small and/or emerging small business participation and that said statements and
representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into
formal agreement(s) with the identified small and/or emerging small business(es) (which are otherwise deemed by
the City of Omaha to be technically responsible to perform the work) listed at the price(s) set forth in this Exhibit
conditioned upon execution of a AGREEMENT by the undersigned with the City of Omaha. The ENGINEER agrees
that if any of the representation made regarding utilization of small and/or emerging small business by the
ENGINEER knowing them to be false,or if there is a failure by the ENGINEER to implement the stated agreements,
intentions,objectives,goals,and comments set forth herein without prior approval of the Public Works Director,such
action shall constitute a material breach of the AGREEMENT, entitling the City of Omaha to terminate the
AGREEMENT for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or
remedies the City of Omaha may have for other defaults under the AGREEMENT, under City of Omaha's Contract
Compliance Ordinance or otherwise. Additionally, the ENGINEER will be subject to the terms of any future
Professional service awards.
Signature
Title Date of Signing
Firm or Corporate Name
Address Telephone Number
4
EXHIBIT "B"
SCOPE OF SERVICES
AMENDMENT NO. 3
OPW 52165 JCB &Miami Phase 1 Sewer Separation (CSO) and
OPW 52390 Adams Park Detention Improvements Project
ENGINEER shall provide Construction Management Services to the CITY as outlined in the
task descriptions described herein. Construction Management Services shall be based on the
recently completed Final Design phase documents, as approved by the CITY, along with all
field investigations results and utility coordination information.
ENGINEER shall perform the Construction Management Services in accordance 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%20Documents/Forms/Document%20Group.aspx
The following documents are hereby included in this Scope of Services by reference:
Document Name Document Date
PLANS •
Combined Sewer Overflow Control Program Quality
Management Plan 05/15/2012
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
Groundwater 04/06/2012
PROTOCOLS
Sewer Separation Protocol Rev. 0.01 Updated 07/30/2010
Construction Management Protocol 04/18/2013
PROCEDURES
City of Omaha Manhole and Lamping Inspection Procedure
Revision 3 Updated 03/12/2012
City of Omaha Pipeline Inspection Procedure Using Closed • Updated 04/11/14
Circuit Television Revision 4
Public Information Procedure for CSO and RNC Projects Updated 12/12/2011
5
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 02/26/2013
PMT Work Change Acknowledgement 05/10/2012
Procedure for Electronic Advertisement for Projects in the
CSO/RNC Program 03/04/2014
STANDARDS
Omaha CSO Program CAD Standards with Update 04/26/2010 03/15/2010
With 04/26/2010 Update
InfoWorks Modeling Standard Updated 06/24/2010
Interim Flow Monitoring Standard, Rev. 0 12/30/2011
Public Works Department Design Division Surveying Proposals
Guidelines for Preparation and Presentation 03/04/2011
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 Updated 7/17/2013
Liquidated Damages Guidance 02/04/2013
USACE Omaha District Levee Channel Review Submittal
Guidance 12/12/2006
Small&Emerging Small Business SEB Guidance 09/13/2011
CSO Project Communication: PMT and Project Teams Technical Updated 01/04/2013
Memorandum
6
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. GENERAL
For this document, the ENGINEER will be referred to as the CONSULTANT. The
CONSULTANT's role on this PROJECT will be to serve as the Construction Manager. The term
Construction Manager is defined as the CITY's Resident Project Representative assigned to the
PROJECT.
This Amendment provides for field and office engineering services, construction
administration management, and observation of work related to the construction of the OPW
52165/52390 - JCB & Miami Sewer Separation Project and Adams Park Detention
Improvements, consisting of construction of approximately 29,000 lineal feet of storm and
sanitary sewer and related improvements,and construction of a wetland detention facility in
Adams Park. CONSULTANT will assist the CITY and PMT in monitoring and coordinating the
CONTRACTOR's work to confirm the intent of the contract documents is met.
This scope of services is intended to assist the CITY, CONSULTANT, and PMT in
administering the contract for construction, monitoring the performance of the
CONTRACTOR, verifying that the CONTRACTOR's work is in substantial compliance with
the contract documents, and assisting the CITY in responding to events that occur during the
construction.
This scope is based on the understanding that the CITY will contract directly with the
CONTRACTOR and will be actively involved in the construction process to make decisions,
provide approvals, and perform other actions necessary for the completion of the construction.
This scope is also based upon the CITY executing a contract for construction with the
CONTRACTOR that is consistent with the CONSULTANT's Agreement and with this scope of
services, and which provides the requisite authority for the CONSULTANT to fulfill its
contractual responsibilities.
II. SCOPE OF SERVICES
Task 1 -Project Management and Stakeholder Coordination
Task 1 includes services conducted to manage the construction engineering team, establish
procedures consistent with PMT protocols, provide for documental portal setup, and
outreach to the public.
7
1.1. Project Administration. Provide for the preparation of monthly invoicing with
percent completes by task; monthly progress reports; scope, schedule, and
budget tracking; staffing; contract administration; communication with PMT;
Quality Control; updating the progress schedule monthly;monitoring percentage
of work complete by task; and filing. If not on schedule or budget, explain
reasons for deviations. CONSULTANT will prepare meeting summaries of all
meetings led by the CONSULTANT.
1.2. PMT Coordination. CONSULTANT will coordinate with designated PMT
representatives at the start of the project to ensure that the Program templates,
procedures and communications processes are in place. Ongoing coordination
with CITY, PMT, Utility and other representatives will occur as a part of the Task
2 activities.
1.3. Updated Quality Control Plan (QCP). The CONSULTANT will modify as needed
their project QCP to be consistent with relevant items in the overall CSO Program
QMP for construction phase services.
1.4. Updated Project Health and Safety Plan (HSP). The CONSULTANT will update the
CONSULTANT's project HSP applicable to their employees and any sub-
consultants working on this project. The HSP will address safety in the office and
construction site and shall be consistent with the CSO Program Protocols.
CONSULTANT shall submit cover sheet of the updated HSP to the PMT.
1.5. Updated Project Execution Plan (PEP). The CONSULTANT will update the PEP in
accordance with the requirements set forth in the Project Delivery Plan prepared
by the PMT and the CSO Program Plans and Protocols to address construction
phase services.
1.6. Project Kickoff Meeting. The CONSULTANT will conduct an initial project kickoff
meeting with the City and PMT. The purpose of the meeting will be to review
the project approach, establish project communication procedures; review
agenda and attendee list for pre-construction conference, and review
construction phase procedures. Kickoff meeting will be scheduled in consultation
with City and PMT to occur at least 2 weeks prior to the preconstruction
conference.
1.7. Document Portal Management. CONSULTANT will develop documents using
Program Protocol templates. All documents, including submittals, will be posted
to the PMT Portal and filed with appropriate Metadata. Meetings will be
scheduled in Outlook and on the Portal. 1.8. Public Outreach and Involvement.
Prepare for and attend one public meeting in support of PMT and City. Support
PMT and the City in one-on-one stakeholder meetings on an on call basis.
8
1.9. Environmental Inspection Coordination. The CITY (assisting in a role that is a PMT
function) and PMT will perform environmental inspections of the site to
determine compliance with the permitting and environmental requirements of all
permits and conditions of the construction documents. This includes but is not
limited to inspections required per the Stormwater Pollution Prevention Plan
(SWPPP). The CONSULTANT will accompany the CITY Environmental
Inspector, Compliance Coordinator, NDEQ, EPA or other regulatory agencies on
any site inspections. CONSULTANT will coordinate and communicate
inspection results from the Environmental Inspector, Compliance Coordinator,
NDEQ, EPA or other regulatory agencies directly to the CONTRACTOR.
Services will include arranging for access, reviewing findings, providing for
notifications of deficiencies directly to the CONTRACTOR, monitoring corrective
actions,and documenting findings relative to these activities.
Task 2-Construction Management Activities
Task 2 includes the services conducted by the CONSULTANT's Construction Manager and
Design Team representatives to administer the construction contract.
2.1 Pre-Construction Conference. Using an agenda template supplied by the PMT, the
CONSULTANT shall coordinate and conduct a pre-construction conference with the
CONTRACTOR to review communication, coordination, and other procedures and
discuss the CONTRACTOR's general work plan and requirements for the PROJECT.
The CONSULTANT will record minutes or otherwise document the results of this
conference. The CITY and PMT representatives will be invited to participate.
2.2 Construction Administration Management. The CONSULTANT will assist the CITY and
PMT in administrating and documenting the construction contract progress and
changes using industry standard practices. The CONSULTANT will designate a
Construction Manager that will review construction-related information and
documentation including payment requests, PROJECT schedule, submittals, RFIs,
field orders (FO)s, change proposal request (CPR)s, change orders, work change
directives (WCD), and substantial and final completion certification.
The CONSULTANT will communicate both verbally and in writing with the
CONTRACTOR, PMT, and CITY during the construction. The CONSULTANT will
prepare written communications to the CONTRACTOR and provide
recommendations to the CITY and PMT for written communications between the
CITY and the CONTRACTOR. The CONSULTANT will follow the Guidelines for CM
Routing Procedure.
2.3 Document Management System and Procedures. The CONSULTANT will use CSO
Program supplied SharePoint based construction document tracking system for
managing, tracking, reporting, and storing relevant documents between the
CONTRACTOR, CONSULTANT, PMT, and CITY produced during the construction,
and closeout phases of the PROJECT.
9
• The CONSULTANT will, in coordination with the CITY and PMT, maintain
hard-copy or digital records, suitably organized, of all relevant documentation.
• The CONSULTANT will keep the CITY and PMT advised of the progress of
construction.
• The CONSULTANT will implement procedures for logging and tracking
relevant correspondence and documents. The CONSULTANT will assist the
CITY and PMT in monitoring outstanding decisions, approvals, or responses
required from the CITY.
• The PMT has developed and implemented automated SharePoint workflows for
RFIs and FOs. Workflows for CPRs, WCDs, COs and Daily Reports will be
followed and documents uploaded to SharePoint lists or document libraries, as
indicated in the workflows.
2.4 Payments to CONTRACTOR. The CONSULTANT will receive and review the
CONTRACTOR's requests for payment. This will include verification of quantities.
The CONSULTANT will determine whether the amount requested reflects the
progress of the CONTRACTOR's work and is in accordance with the contract for
construction. The CONSULTANT shall provide recommendations to the CITY as to
the acceptability of the requests. The CONSULTANT will advise the CITY and PMT
as to the status of the total amounts requested, paid, and remaining to be paid under
the terms of the contract for construction.
Recommendations by the CONSULTANT to the CITY for payment will be based
upon the CONSULTANT's knowledge, information, and belief from its onsite
observations of the work that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations have
been made by the CONSULTANT to ascertain that the CONTRACTOR has
completed the work in exact accordance with the contract for construction; that the
CONSULTANT has made an examination to ascertain how or for what purpose the
CONTRACTOR has used the moneys paid; and that title to any of the work,
materials or equipment has passed to the CITY free and clear of liens, claims,
security interests, or encumbrances.
2.5 Construction Meetings. Using an agenda template provided by the PMT, the
CONSULTANT will conduct weekly construction meetings at a selected location for
the PROJECT. A monthly meeting will be an extension of the weekly construction
meeting that will be attended by a broader PMT group to be advised of the current
status of the PROJECT's schedule, cost and scope. The CONSULTANT will establish
project-specific agendas, identify a meeting place, and record and distribute meeting
minutes within 7 days after the meeting. The PMT and CITY will be notified of all
meetings so that they may attend.
10
The CONSULTANT will provide for communication with the utilities in the
PROJECT area including notification of the project, requests for facility
information, requests for clarifications, transmittal of drawings, and meetings to
discuss the project. Utility coordination will be conducted in consultation with the
designated PMT representative.
The CONSULTANT will provide for meetings through the PMT and CITY with
appropriate CITY Agencies including other divisions within the Public Works
Dept., Planning Dept., Traffic, and Parks, Recreation and Public Property Dept.
Meetings will be held as necessary to maintain open lines of communication obtain
feedback during construction on elements that may impact other departments.
The CONSULTANT will also establish meetings through the PMT with
designers/consultants of adjacent projects (ML Conveyance Sewer, Pershing Basin,
etc.). These meetings will be directed at coordinating construction and/or design
efforts that may ultimately interact with the PROJECT.
2.6 Performance Testing (on-site) and Inspections. The CONSULTANT will coordinate the
attendance and observation of performance tests in the field as specified in the
contract for construction. The CITY will employ, or cause the CONTRACTOR to
employ, independent firms as necessary for tests and inspections.
2.7 Schedule and Other Submittals. The CONSULTANT will review the CONTRACTOR's
construction schedule and verify that it is consistent with the requirements of the
contract for construction. The CONSULTANT will advise the CONTRACTOR of any
areas where the schedule is not in compliance with the contract documents and assist
the CITY and PMT in approving, accepting, or taking other action on the
CONTRACOR's schedule,in accordance with the contract for construction.
• The CONSULTANT's review and comments shall not be considered as a
guarantee or confirmation that the CONTRACTOR will complete the work in
accordance with the contract for construction.
• The CONSULTANT will review the CONTRACTOR's monthly schedule
updates or other schedule submissions. The CONSULTANT will advise the
CONTRACTOR if the updates or other submission are not in accordance with
the contract for construction. The CONSULTANT will provide comments to the
CITY and PMT regarding the updates or other submissions.
2.8 The CONSULTANT will coordinate with the CONTRACTOR for the submission of
required warranties, guarantees, lien releases and other similar documents as
required by the contract for construction. The CONSULTANT will advise the CITY
as to the acceptability and compliance of these documents with the contract for
construction.
11
Task 3-Construction Engineering
Task 3 includes the services conducted by the CONSULTANT's design team to review
submittals, assess proposed substitutions, respond to RFIs, and perform periodic visits to the
sites.
3.1 Shop Drawings, Samples,and Submittals.
a. Submittal Schedule. The CONSULTANT will obtain from the
CONTRACTOR a proposed shop drawing and submittal schedule, which
shall identify shop drawings, samples, and submittals required by the
contract for construction, along with the anticipated dates for submission.
b. Review of Shop Drawings, Samples, and Submittals. The CONSULTANT
will follow established procedures and workflows for the review of the
CONTRACTOR's shop drawings, samples, and other submittals. The
CONSULTANT will provide to the CITY logs on a weekly basis that
identify and track all shop drawings, samples, and O&M manuals. The
CONSULTANT's review of shop drawings, samples, and submittals shall
be for general conformance with the design concept and general
compliance with the requirements of the contract for construction. The
budget is based on a total of 53 shop drawing submittals to be reviewed
by the CONSULTANT. (See attached list of anticipated shop drawings.)
3.2 Proposed Substitutions. The CONSULTANT will assist the CITY in reviewing and
responding to the CONTRACTOR's requests for any proposed substitution of
approved products. The CONSULTANT will review such requests and will advise
the CITY as to the acceptability of such substitutions.
3.3 RFIs. The CONSULTANT will review the CONTRACTOR's RFI or clarification of the
contract for construction. The CONSULTANT will coordinate, as appropriate, with
the CITY and PMT and issue responses to the requests to the CONTRACTOR. The
budget is based on a total of 80 RFI's to be reviewed and responded to by the
CONSULTANT.
3.4 Site Visits. Members of the CONSULTANT's design team will visit the PROJECT site
periodically to observe the general progress of the work.
Task 4-Field Observation
Task 4 includes the field observation services conducted by the CONSULTANT's on-site
representatives that will be assigned to the PROJECT.
4.1 Field Observation. Field observation representatives under the direction of the
CONSULTANT will conduct onsite observations of the CONTRACTOR's work for
the purposes of determining if the work generally conforms to the contract for
construction and that the integrity of the design concept, as reflected in the contract
for construction,has been implemented and preserved by the CONTRACTOR.
12
Should the CONSULTANT discover or believe that any work by the CONTRACTOR
is not in accordance with the contract for construction, or is otherwise defective, or
not conforming to requirements of the contract or applicable rules and regulations,
the CONSULTANT will bring this to the attention of the CONTRACTOR, CITY, and
PMT. The CONSULTANT will thereupon monitor the CONTRACTOR's corrective
actions and shall advise the CITY and PMT as to the acceptability of the corrective
actions.
Whenever a CONTRACTOR notifies the CONSULTANT or the CITY of unexpected
subsurface conditions at the site (e.g., geotechnical or environmental), the
CONSULTANT will advise the CITY and PMT and will review the conditions at the
site. The CONSULTANT will work with the CITY and PMT to determine the
appropriate action(s) and will assist the CITY in responding to the CONTRACTOR.
The CONSULTANT will assist the PMT in monitoring the CONTRACTOR's
coordination of inspection and testing by third-party agencies that have jurisdiction
over the PROJECT.
CONSULTANT will obtain reports from CTTY's Environmental Inspector,
Compliance Coordinator, NDEQ, EPA or other regulatory agencies and will follow
up as appropriate including notifying CONTRACTOR of deficiencies, monitoring
the progress,and documenting correction.
The CITY will employ, or cause the CONTRACTOR to employ, independent firms
for the material testing, specialty inspection, or other services related to verifying the
quality of the CONTRACTOR's work. The CONSULTANT will assist in coordinating
CITY- provided testing, and inspection services. The CONSULTANT will review the
reports and other information prepared by the independent firms that are provided
to the CITY. CONSULTANT will assist in coordinating their schedules and the
transmittal of their reports, findings, or other information to the CONTRACTOR
and/ or the CITY and PMT. The CONSULTANT shall not be responsible for the
accuracy or completeness of the work and reports of the independent testing and
inspection firms.
4.2 Substantial and Final Completion Inspections. The CONSULTANT will participate in
substantial and final completion inspections. The CONSULTANT will prepare punch
lists of items requiring completion or correction. The CONSULTANT shall make
recommendations to the CITY regarding acceptance of the work based upon the
results of the final inspection. After substantial and final completion requirements
have been met,Certificates of Substantial and Final Completions will be issued.
Task 5 -Field Engineering
Task 5 includes the field engineering services conducted by members of the CONSULTANT's
design team to address minor changes to the design work based on conditions encountered in
the field and/or at the direction of the CITY.
13
5.1 Change Services.
Field Orders (FO)s. The CONSULTANT may authorize minor variations in the work
through field orders issued to the CONTRACTOR. The changes would not involve
an adjustment in the CONTRACTOR's contract price nor time for construction and
are not inconsistent with the contract documents.
Change Proposal Requests (CPR) and Work Change Directives (WCD). If RFIs or
construction changes result in contract time or cost adjustments, the CONSULTANT
will review and provide a recommendation for acceptance or rejection based on the
review and assist the CITY and PMT with negotiations of the proposal, as needed.
Change Orders. When a number of price or time adjustments have been approved, the
CONSULTANT will combine those individual CPRs into a change order and provide
that change order to the CITY for its action.
5.2 Claims and Disputes. The CONSULTANT will receive, log, and notify the CITY about
all letters and notices from the CONTRACTOR concerning claims or disputes
between the CONTRACTOR and CITY pertaining to the acceptability of the work or
the interpretation of the requirements of the contract for construction. The
CONSULTANT will review all such letters and notices and will discuss them with
the CONTRACTOR as necessary to understand each such claim or dispute. The
CONSULTANT will advise the CITY regarding the CONTRACTOR's compliance
with the contract requirements for such claims and disputes. The CONSULTANT
will assist the CITY in discussions with the CONTRACTOR to resolve claims and
disputes.
Task 6-Field Survey
Task 6 includes the field survey services conducted by members of the CONSULTANT's
design team. Survey work will not be performed by the CITY on this PROJECT.
6.1 This task includes the construction layout and staking services to be performed by
the CONSULTANT in support of the construction work. The scope consists of the
following:
a. Stake storm sewer pipes and structures
b. Stake water utility: Staking will be right of way, back of curb, or centerline of
street alignment based on utility alignment provided by utility company
c. Stake BOC and paving,including intersections and driveways
d. Stake all sidewalks and trails.
e. Stake approximately 7,000 feet of silt fences
f. Submit field notes in Project Books
14
g. Establish Control- Maintain,verify and establish horizontal and vertical control
points as needed.
h. Limits of Construction - Stake the limits of construction at a minimum of 100
foot intervals including any major angle points.
i. Removals-Stake removal lines as needed per phase.
j. Grading - Stake points along the edge of pavement with offsets and along
centerline as needed for subgrade preparation.
k. Paving - Stake the top edge of concrete on an offset at 50 foot intervals on
tangent lines, points of curvature, points of reverse curves, points of compound
curves, points of tangent with a minimum of three points on each curve, at
twenty-five foot intervals on horizontal and vertical curves, and curb cuts on an
offset line.
1. Stake sanitary sewer and related structures.
m. Stake retaining wall for line and grade.
n. Stake curb ramps for line and grade.
6.2 Scope assumes 230 trips to the site and staking points on a one-time basis. Lost or
destroyed stakes will be provided for upon request and billed for at standard hourly
survey sub consultant rates.
6.3 Final Quantity Survey. CONSULTANT will conduct a final quantity survey to verify
quantities for final payment to CONTRACTOR and for use in the development of
record drawing information.
Task 7-Compliance Assistance
Task 7 includes the services conducted by members of the CONSULTANT's design team
related to permitting compliance activities.
7.1 Permit Compliance Coordination. Permit coordination will be conducted by the PMT's
Compliance Coordinator. The CONSULTANT will assist as requested in the
tracking and verification that each CONTRACTOR is applying for permits required
per the CONTRACT.
The CONSULTANT will assist the CITY/ PMT with securing occupancy and non-
regulatory startup permits. Should the contract for construction require the
CONTRACTOR to secure such permits, the CONSULTANT will monitor the
CONTRACTOR's efforts and will advise the CITY and PMT of the CONTRACTOR's
progress. Should the CITY be required to secure such permits, the CONSULTANT
will assist the CITY and PMT as requested by coordinating final inspections,
coordinating inspections by the agencies, and providing documents to the PMT for
submission to regulatory agencies.
15
7.2 Migratory Bird Treaty Act (MBTA) Surveys. CONSULTANT will perform MBTA
surveys prior to the construction activities (clearing and grubbing, tree removal, etc.)
to identify active nests. The number of surveys will be dependent on the
Contractor's schedule and is currently estimated to be four surveys.
a. Reporting
i. Provide e-mail summary of findings on the day of the survey followed by
memo report with appropriate documentation within two days from
completion of MBTA survey.
ii. Report to contain, surveyor name, date and time of survey, project
location, field observations and results, weather conditions, bird species
observed, location, number and species of active bird nests observed
within the survey area, and recommended actions.
Task 8-Close-Out Services
Upon completion of the construction work, Task 8 includes services conducted by members
of the CONSULTANT's design team to prepare digital record drawings and provide a final
copy of construction documents.
8.1 Record Drawings. The CONSULTANT will prepare record drawings of the work and
transmit completed final electronic files of record drawings to the CITY. Record
drawings will be prepared in CADD format with notes added to the plan sheets
documenting changes during construction. Pipes, manholes, etc will not be moved
or changed in the CADD model files showing construction changes. These will be
done with note changes only to reflect new locations or elevations. Deliverable shall
be a full Adobe pdf file of the complete record drawing set.
8.2 Closeout File and Records. The CONSULTANT will provide to the CITY an organized
set of PROJECT documents and records.
Task 9-Prepare Bid Package for Landscaping Contract
9.1 Prepare 90% front end specifications utilizing the CSO Program master specifications
for a landscaping contract within Adams Park and for tree planting in the JCB &
Miami Sewer Separation Project. Upgrade existing drawings to 90% level showing
all plant and tree varieties and locations for planting. Prepare Supplemental
Technical Specifications for the landscaping work and a schedule for plantings.
Prepare OPC for Landscaping work. Submit 90% landscaping plans, specifications,
and OPC to Omaha Public Works, the PMT, and the Omaha Parks and Recreation
Department for review.
9.2 Meet with the City and PMT to discuss review comments. Prepare comment
responses.
9.3 Revise plans and specifications based on comments received. Submit 100% plans for
City, PMT, and General Services review.
16
9.3 Provide final bid documents based on any comments received from 100% bid
document reviews.
9.4 Provide Bid Period services for Landscaping contract including attendance of a pre-
bid meeting, preparation of addenda as required, and assistance to the City in
evaluation of bids.
9.5 Prepare Adams Park Detention Operations and Maintenance Manual that addresses
the inlet and outlet hydraulic structures, embankment, wetland plantings, and
landscape features.
Task 10- Allowances
A budget has been established to address scope of work items not covered under the basic scope
of services defined for Tasks 1 through 9. Items that could be performed, but not limited to,
under this task include additional RFI response, additional shop drawing reviews, specialized
environmental testing, additional field observation time, additional public involvement efforts,
and additional change/claim support. A mutually agreeable scope, schedule and budget for
activities under this allowance will be approved by the CITY prior to performing these services.
ASSUMPTIONS
Task 1 - Project Administration
• A total of 232 hours has been included in the budget for as requested one-on-one
stakeholder outreach meetings.
Task 2-Contract Administration
• Weekly construction progress meetings will be attended at the project site by
representatives of the CONSULTANT. It is not anticipated that the design phase Project
Manager, Project Engineer or design phase team members will participate in these
weekly meetings on any regular basis. A total of 116 meetings have been budgeted.
Task 3 -Construction Engineering
• The shop drawing review budgets are based on the review of 53 shop drawing
submittals (including re-submittals).
• A budget of 80 hours is included for review of proposed substitutions for products not
previously approved.
• The RFI budget is based on a response to an estimated 80 RF1s.
Task 4 - Field Observation
• For the Project, on-site observation services by the Primary Field Observer are scheduled
for 29 months of the anticipated construction period. Five working days per week
observation is anticipated. To address days exceeding 8 hours of observation during
17
periods of warm weather or increased construction activities, a 5% buffer in the hours
has been included.
• Overtime payment by CONTRACTOR shall be defined in the construction contract as
time worked over 50 hours per week per field observer.
• It is anticipated that periods of construction will involve multiple construction crews
working at multiple locations within the project area. Two field observers are
anticipated to be needed at various times to cover multiple crews. A second field
observer has been budgeted for a total of 45 weeks to assist with monitoring of multiple
crews.
• Public information services as defined in the construction contract and distribution of
construction notices shall be by Contractor.
Task 5 - Field Engineering
• A budget of 480 hours has been provided for the design of CITY requested project
changes and/or unforeseen conditions.
• A budget of 120 hours has been provided for addressing claims/disputes.
Task 6- Field Survey
• Survey work for grading within Adams Park will consist of providing control points as
needed for Adams Park grading work and providing electronic CADD 3D design to
Contractor to be utilized in GPS grading equipment.
Task 7-Compliance Assistance
• Permit Compliance Coordination. Permit coordination will be conducted by the PMT's
Compliance Coordinator. The CONSULTANT will assist as requested in the tracking
and verification that each CONTRACTOR is applying for permits required per the
CONTRACT.
• Migratory Bird Treaty Act (MBTA) Surveys. CONSULTANT will perform MBTA surveys
prior to the construction activities (clearing and grubbing, tree removal, etc.) to identify
active nests. The number of surveys will be dependent on the Contractor's schedule.
(Assume 7 surveys).
Other
• CONSULTANT's scope is based upon the schedule or duration of construction defined
in these assumptions.
• CONSULTANT will not be responsible for the means, methods, techniques, sequences
or procedures of the CONTRACTOR, nor shall CONSULTANT be responsible for the
CONTRACTOR's failure to perform in accordance with the contract documents.
18
EXHIBIT C-BREAKDOWN OF COSTS
OPW 52165-JCB&MIAMI SEWER SEPARATION
OPW 52390-ADAMS PARK DETENTION
IMPROVEMENTS
CONSTRUCTION MANAGEMENT SERVICES
FIRMS - 1 __.-. ___ __. __- _ -
-
Prime: CDM Smith
_._. - - ---- ----
Sub: HGM TASK TASK G14 Project __Project Senior Project Design Sr_ Staff Sr.Engr
Sub: Vireo TOTAL TOTAL T> fiASK Officer Manager GISc Direct
Sub
Engr Engr Engr CADD CADD QA/OC _ Tech Atlmin Expenses
Sub" City Girl Communications ''"1'p7A1:`{ 'C(ITA$. $230 $200 $180 $155 $135 $120 $90 $185 $120 $80
$ HRS ..$
TASK 1-P PROJECT MANAGEMENT AND STAKEHOLDER COORDINATION .•
1.1 Project Mgmt and Administration $63,891 453 ;t 290 58 116 116 _..
1.2 PMT Coordination $3,660 18 1d 2 16
1.3 Updated Quality Control Plan $3,660 18 t` t'F1F 2 16 _-
1.4 Updated Project HSP $1,600 8 k. " ,. t $ 8
1.5 Updated PEP $3,200 16 , 16 16
1.6 Project Kickoff Meeting $11,382 67 ' Az +10 _ 12 12 12 4 $1,000
1.7 Document Portal Management $15,950 116 fi'F6 29 58 29 _
1.8 Public Outreach and Involvement $48,590 2730 T39 4 111 8 8 8 $1,500
1.9 Environmental Inspection Coordination $34,260 171 ' 471 2 169 _--
X.X.X Start-up and Close-out Activities $1,410 15 -d. r
Task Hours 1 155 _rt a E18 68 493 20 8 78 0 0 0 0 149
Task Fee $187,603 � 5.6,-M..� $15.640 $98,600 $3,600 $1,240 $10,530 $0
.,, ,M 'r $0 $0 $0 $11,920 $2,500
TASK 2 CONSTRUCTION MANAGEMENT ACTIVITIES - ,
2.1 Pre-Construction Conference $8,821 54 " ' 30 2 12 16 $750
2.2 Construction Administration Management $137,100 838 989 ____ 6 464 232 116
2.3 Document Management System $151,480 1 052 ; 't. 8 232 696 116
2.4 Payments to Contractor $39,556 116
2.5 Construction Meetings $134,713 724 ,' • 434. 8 290 58 58 $14,500
2.6 Performance Testing Coordination $24,858 182 8': 8 _.-
2.7 Schedule and Other Submittals $24,120 120 -�. �•, •. 120 4 116
2.8 Warranties and Lien Releases $14,500 92 ,. 92 32 60
Task Hours 3,352 „' Y99$___ 30 1270 0 58 1062 0 0 0 0 232
Task Fee $535,148 '"• $6,900 $254,000 $0 $8,990 $143,370 $0 $0 $0 $0 $18,560 $15,250
TASK 3 CONSTRUCTION ENGINEERING
3.1 Shop Drawings,Samples,Submittals $70,095 501 (1;1p9 471.___ 53 159 212 53
3.2 Proposed Substitutions $12,000 80 . '51,3llf3` ' 10 _ 12 32 32 4
3.3 RFIs $50,725 335 i 3$ 100 100 25
3.4 Site Visits $83,765 478 - '< 232 116 58 58 $8,500
--- X.XX QAIQC Program Activities $0 __-
_ Task Hours 1,394 0 281 58 191 402 0 0 0 0 82
Task Fee $216,585 ,91 $0 $56,200 $10,440 $29,605 $54,270 $0 $0 $0 $0 $6,560 $8,500
TASK 4 FIELD OBSERVATION •. _
4.1 Field Observation $656,624 6,878 ,$0 +
4.2 Substantial and Final Completion Inspections $27,752 184 +; 99; 60 32
Task Hours 7,062 ; Y,t: 0 60 0 0 32 0 0 0 0 0
Task Fee $684,376 .> , $0 $12,000 $0 $0 $4,320 $0 $0 $0 $0 $0 $0
mA C
TASK 5 FIELD ENGINEERING
5.1 Change Services $64,714 480 > $SL 70 80 40 40 4
5.2 Claims and Disputes $6,470 38 ," ` 24 10 4
Task Hours 518 '' 213' _ 0 94 0 0 90 40 40 0 0 8
Task Fee $71,184 4, $0 $18,800 $0 $0 $12,150 $4,800 $3,600 $0 $0 $640 $0
TASK 6 FIELD SURVEY 'r
zp
6.1-6.2 Construction Staking $305,039 32
6.3 Final Quantity Survey $136,277 869
s. ,. 32
Task Hours 2640 , ,. -•$�i 0 64 0 0 0 0 0 0 0 0
Task Fee $441,316 ; ,*1-Hs-s- $0 $12,800 $0 $0 $0 $0 $0 $0 $0 $0 $0
TASK 7 COMPLIANCE ASSISTANCE
7.1 Permit Compliance Coordination $19,890 118 ':y ,*, .11* 2 58 58
_____7.2_MTBA Survey $10,460 96 .± - i9u/9'0 12 12
EXHIBIT C-BREAKDOWN OF COSTS
OPW 52165-JCB&MIAMI SEWER SEPARATION
OPW 52390-ADAMS PARK DETENTION
IMPROVEMENTS
CONSTRUCTION MANAGEMENT SERVICES
FIRMS COMSmith. - - - -
Prime- CDM Smith Sub HGM _ TASK TASK catil .COM Project Project Senior Project Design Sr Staff Sr.Engr GIS ..-_Direct
Sub Vireo TOTAL TOTAL ,'TASK, ,TASK Officer Manager Engr Engr Engr CADD _GADD QAIQC Tech Admin Expenses
"`
Sub; City Girl Communications ' i; valor- 5200 $180 $155 $135 $120 -_$90 $185 $120 $80
$ HRS € 1( ,HRS
Task Hours 214 ' ,`F0 2 70 0 0 58 0 0 0 0 0
Task Fee $30,350 0.! : $460 $14,000 $0 $0 $7,830 $0 $0 $0 $0 $0 $0
TASK 8 CLOSE OUT SERVICES
8.1 Record Drawings $36,820 288 4 24 60 60 120 16 $4,000.
8.2 Closeout File and Records $32,296 276 '. `,140 4 16 80 40
Task Hours 564 { __ 4 40 0 0 140 60 120 0 0 56
Task Fee $69,116 ' ?{; $920 $8,000 $0 $0 $18,900 $7,200 $10,800 $0 $0 $4,480 $4,000
TASK 9 LANDSCAPING BID PACKAGE&O&M Asst - --- -
9.1 90%Landscaping Plans and Specifications $20,520 200 *OS r N 24 8 8 32 16
9.2 Comment Responses $3,810 32 14 8 4 2 -- _
9.3 Final Bid Documents $6,060 82 : '' 19 8 2
9.4 Landscaping Package Bid Assistance- $5,360 44 _ 24 8 4 8 4
9.5 Adams Park Detention O&M Manual $22,800 174 ' 110 2 60 24 24
Task Hours 512 2i0. 0 50 60 36 20 0 32 0 0 48
Task Fee $58,550 a $0 $10,000 $10,800 $5,580 $2,700 $0 $2,880 $0 $0 $3,840 $O
TASK 10 ALLOWANCE
10.1 Detailed task assignments to be approveded by b the City $94,515 742 � ,+ice ' :�$50. 4 40 24 60 80 100 24 24
$0
Task Hours 742 298._ _ 4 40 24 60 80 100 24 0 0 24
Task Fee $94,515 " 140,420 $920 $8,000 $4,320 $9,300 $10,800 $12,000 $2,160 $0 $0 $1,920 $0
TOTAL
Hours __ __ _ _ 18,153 ,' ;b02 108 2,556 162 353 2,052 240 256 0 0 607
Fee $2,388,743 - $937,505 $24,840 $511,200 $29,160 $54,715 $277,020 $28,800 $23,040 $0 $0 $48,560 $30,250
Summary by Firm
$ HRS _--- ESBISB
CDM Smith(Prime) 5987,595 6,062 41% 4 18%
HGM $1,301,400 11,082 54% $99748_
Vireo $75,458 843 3%
City Girl Communications $24,290 166 1% _ -- --
Total Labor Hours 18,153
Total Fee $2,388,743 - --
EXHIBIT C-BREAKDOWN OF COSTS
OPW 52165-JCB&MIAMI SEWER SEPARATION
OPW 52390-ADAMS PARK DETENTION
IMPROVEMENTS
CONSTRUCTION MANAGEMENT SERVICES
FIRMS ,5 '-:. 4
Prime: CDM Smith ----- 1 i __-- --- --- - --- --
Sub. HGM rf Project Project Design CAD Survey _ Survey Construction DneM Project Project Conserv_
Sub _ Vveo � �` Pnncipal Manager Engineer Technician Manager Crew Observation Admin Expenses Principal Manager Ecologist
$194 $181 $110 $105 $169 $175 $94 $56 $150 $115 _$90
Sub Cit Girl Communications � -_- --. -- -- -
o-
TASK 1-P PROJECT MANAGEMENT AND STAKEHOLDER COORDINATION ; I, - ;
1.1 Project Mgmt and Administration t 58 58 -29 —.
1.2 PMT Coordination - - --
1.3 Updated Quality Control Plan - - -� --- --- -- - ---- __ -
1.4 Updated Project HSP
1.5 Updated PEP 1.6 Project Kickoff Meeting =, 4 4 4 4 3 4
1.7 Document Portal Management `~ ''
1.8 Public Outreach and Involvement 4 4 81.9 Environmental Inspection Coordination " . - -
X.X.X Start-up and Close-out Activities "., 3 --
Task Hours _ ! 8 66 0 8 4 0 4 --- 58 ---- 6 33 0
Task Fee - ,' $1.552 $11,946 $0 $840 $676 $0 $376 $3,248 $0 $900 $3,795 $0
TASK 2 CONSTRUCTION MANAGEMENT ACTIVITIES ',f
2.1 Pre-Construction Conference 4 4 4 3 3
2.2 Construction Administration Management
2.3 Document Management System . '
2.4 Payments to Contractor •" - - -- ---- -_- ---- - - --- _-�
2.5 Construction Meetings 174 8 12
2.6 Performance Testing Coordination -} 58 116
2.7 Schedule and Other Submittals '.,
2.8 Warranties and Lien Releases . ✓ .. -- -
Task Hours ,.�,� ,. 0 236 116 0 4 0 178 0 11 27 0
---Task Fee .i $0 $42,716 $12,760 $0 $676 $0 $16,732 $0 $0 $1,650 $3,105 --- $0
TASK 3 CONSTRUCTION ENGINEERING '_ ,,.,; -- --
3.1 Shop Drawings,Samples,Submittals 2
3.2 Proposed Substitutions ` '€
3.3 RFis ',• r 50 25 25
3.4 Site Visits ,v _ 116 58 4 8
X.XX QAIQC Program Activities ,' _ _ --- - --- —
Task Hours " y 0 166 83 25. 0 0 -.. 0 0 4 • 10 0
Task Fee ..,. $0 $30,046 $9,130 $2,625 $0 $0 $0 $0 $0 $600. $1,150 $0
TASK 4 FIELD OBSERVATION s. ._ - --- - --
4.1 Field Observation ." 116 6762
4.2 Substantial and Final Completion Inspections 32 60
- -- Task Hours ,, 0 148 0 0 0 0 6822 0 0 0 0
Task Fee .pj $0 $26,788 $0 ---_-- $0 $0 $0 $641,268 $0 $0 $0 --- $0 $0
TASK 5 FIELD ENGINEERING
5.1 Change Services n _v 70 80 80 4 4 __--
_.... 5.2 Claims and Disputes e$_
_._—_...
Task Hours 0 70 80 80 0 0 0 4 0 4 0
Task Fee • `,= $0 $12,670 $8,800 $8,400 $0 $0 $0 $224 $0 $0 $460 $0
TASK6 FIELD SURVEY ,� --- - ----64 233 1410 --
6.1-6.2 Construction Staking 32 -- - -- -- ---- - -- - -
6.3 Final Quantity Survey 32 230 115 -... 460
Task Hours 0 64 0 294 348 1,870 0 0 0 0 0
Task Fee $0 $11,584 $0 $30,870 $58,812 $327,250 $0 $0 $0 $0 $0 $0
,A
TASK 7_ COMPLIANCE ASSISTANCE ...;`. -
7.1 Permit Compliance Coordination
7.2 MTBA Survey _._. 4 80
EXHIBIT C-BREAKDOWN OF COSTS
OPW 52165-JCB&MIAMI SEWER SEPARATION
OPW 52390-ADAMS PARK DETENTION
IMPROVEMENTS
CONSTRUCTION MANAGEMENT SERVICES
FIRMS
Prime CDM Smith
r,` Proiect Project Design CAD Survey Survey Construction Direct Project Project Consery
Sub: HGM - -- --
_..-
Sub: Vveo .+• .'� Principal Manager Engineer__ Technician Manager_ Crew Observation__ Admin Expenses Principal Manager Ecologist
Sub. City Gilt Communications $194 $781.__ $110 $105 $169 $175 $94 $56 $150 $115 $90
_.._ Task Houti , 0 0 0 0 0 0 0 0
: 0 4 80
Task Fee $0 $0 $0 $0 $0 $0 $0 $0 $0_-- $0 $460 $7,200
TASK 8 CLOSE OUT SERVICES " '_ -- -
8.1 Record Drawings
8.2 Closeout File and Records 16 20 40 40 20 _
Task Hours . 0 16 20 40 0 0 40 20 0 0 0
Task Fee -- � __-_-- , $0 $2,896 ---$2,200 $4,200 $0 $0 $3,760 $1,120 $0 --- $0 $0 $0
TASK 9 LANDSCAPING BID PACKAGE&O&M Asst
8
9.1 90%Landscaping Plans and Specifications
9.2 Comment Responses ---- --- --- - -- --
- _ 2
v,
9.3 Final Bid Documents ,r, :, - _____ - ___- _... —__ __ 4
4
9.4 Landscaping Package Bid Assistance '<
9.5 Adams Park Detention O&M Manual 24
Task Hours , .� 0 0 0 0 0 0 0 0 0 42 0
Task Fee _... ,_: ". $0 -.. $0 $0 $0 $0 $0 $0 __-- $0 $0 — $0 $4,830 $0
TASK 10 ALLOWANCE — _-- -- -- - - --�
10.1 Detailedtask assignments to be approved by the City 4 24 24 4 75 75 2 40
Task Hours - 2 4 24 _ 24 4 75 75 2 0 40 0
Task Fee i 4 - l' .,- $388 $724 $2,640 $2,520 $676 $13,125 $7,050 $112 $0 $0 $4,600 $0
TOTAL ,
Hours - a 10 840 403 551 360 1945 7119 88 --- 21 164 80
Fee #,� ,-:, �"`=, .,.t� $1,940 $152,040 $44,330 $57,855 $60,840 $340,375 8669,166 $4,928 $0 $3,150 $78,860 $7,200
Summary by Firm
CDM Smith(Prime) --- 41.34%._ ..
HGM 54.48%
Vireo _-- 3.16%
City Girl Communications _ — 1 02%
Total Labor Hours
Total Fee
EXHIBIT C-BREAKDOWN OF COSTS
OPW 52165 JCB&MIAMI SEWER SEPARATION
OPW 52390-ADAMS PARK DETENTION
IMPROVEMENTS
CONSTRUCTION MANAGEMENT SERVICES
City Girt
FIRMS Communications
Prime: CDM Smith
Sub: HGM CADD Admin 3%Direct CGC CGC Project Project Designer Admin Direct
Sub: Vireo Tech Clerical Expenses TASK TASK Officer Assistant Expenses
Sub: City Girl Communications $80 $55 1500 TOTAL $175 $100 $85 $65
$ HRS
TASK 1-P PROJECT MANAGEMENT AND STAKEHOLDER COORDINATION
1.1 Project Mgmt and Administration 18 $0 -
1.2 PMT Coordination S0 -
1.3 Updated Quality Control Plan $0 -
1.4 Updated Project HSP - S0 -
1.5 Updated PEP S0 -
1.6 Project Kickoff Meeting 4 $100.00 SO -
1.7 Document Portal Management SO -1.8 Public Outreach and Involvement S17,870 118 82 16 16 4 300
1.9 Environmental Inspection Coordination SO
X.X.X Start-up and Close-out Activities 12 __- $0 -
Task Hours 16 18 118 82 16 16 4 0
Task Fee $1,280 $990 $100 $17,870 $14,350 $1,600 $1,360 $260 $0 $300
TASK 2 CONSTRUCTION MANAGEMENT ACTIVITIES
2.1 Pre-Construction Conference 6 SO -
2.2 Construction Administration Management 6 SO -
2.3 Document Management System $0 -
2.4 Payments to Contractor $0 -
2.5 Construction Meetings 116 199 $0 -
2.6 Performance Testing Coordination SO
2.7 Schedule and Other Submittals $O -
2.8 Warranties and Lien Releases SO -
Task Hours 128 0 - 0 0 0 0_ 0
Task Fee $10,240 $0 $199.00 $0 $0 $0 $0 $0 $0 $0
TASK 3 CONSTRUCTION ENGINEERING
3.1 Shop Drawings,Samples,Submittals 22 S0 -
3.2 Proposed Substitutions S0 -
3.3 RFIs 10 $0 -
3.4 Site Visits 60 99 $0 -
X.XX QAIQC Program Activities S0 -
Task Hours 92 0 - 0 0 0 0 0.__
Task Fee $7,360 $0 $99 $0 $0 $0 $0 $0 $0 $0
TASK 4 FIELD OBSERVATION 4.1 Field Observation S0 -
4.2 Substantial and Final Completion Inspections S0 -
Task Hours 0 0 - 0 0 0 0 0
Task Fee $0 $0 $0 $0 $0 $0 $0 $0 $0 $0
TASK 5 FIELD ENGINEERING _.
5.1 Change Services 8 _._ S0 -
5.2 Claims and Disputes S0 -
Task Hours 8 0 - 0 0 0 0
Task Fee $640 $0 $0 $0 $0 $0 $0 $0 $0 $0
TASK 6 FIELD SURVEY
6.1-6.2 Construction Staking -
6.3 Final Quantity Survey SO -
Task Hours 0 0_ . . - _-_0 0 0 0 0 _--
Task Fee $0 $0 $0 SO $0 $0 $0 $0 $0 $0
TASK 7 COMPLIANCE ASSISTANCE
7.1 Permit Compliance Coordination _ SO -
7.2 MTBA Survey $400.00 $0 -
EXHIBIT C-BREAKDOWN OF COSTS
OPW 52165-JCB&MIAMI SEWER SEPARATION
OPW 52390-ADAMS PARK DETENTION
IMPROVEMENTS
CONSTRUCTION MANAGEMENT SERVICES
City Girl
FIRMS Communications
Prime: CDM Smith
Sub: HGM CADD Admin 3%Direct CGC COC Prolect Prolect Designer Admin Direct
Sub: Vireo Tech Clerical Expenses TASK TASK Officer Assistant Expenses
Sub: City Girl Communications $80 $55 1500 TOTAL $175 $100 $85 $65
-_- $ HRS
__ Task11038(L__..____—- --____._____..--..-_. __ 0 0 - 0 0 0 0 0
Task Fee $0 $0 $400 $0 $0 $0 $0 $0 $0 $0
TASK 8 CLOSE OUT SERVICES
8.1 Record Drawings 6 S0 -
8.2 Closeout File and Records $0 -
Task Hours 8 0 - 0 0 0 0 0
------Task Fee ----- $640 $0 $0 $0 $0 ---$0 -- $0 $0_-- $0 $0
TASK 9 LANDSCAPING BID PACKAGE&O&M Asst - -
9.1 90%Landscaping Plans and Specifications 104 $0 -
9.2 Comment Responses 16 SO •
9.3 Final Bid Documents 48 $0 -
9.4 Landscaping Package Bid Assistance 16 $0 -
9.5 Adams Park Detention O&M Manual 40
Task Hours 224 0 - 0 0 0 0 0
Task Fee _.-. $17,920 $0 $0 $0 $0 _-.-$0 $0 $0 $0 $0
TASK 10 ALLOWANCE -
10.1 Detailed task assignments to be approved by the City 80 8 $6,420 48 24 12 12
$0
Task Hours 80 0 48 24 12 12 0 0
Task Fee $6,400 $0 $0 $6,420 $4,200 $1,200 $1,020 $0 $0 $0
TOTAL
Hours 564 18 166 106 28 28 4 0
Fee $45,120 $990 $798 $24,290 $18,550 $2,800 $2,380 $260 $0 $300
Summary by Firm
CDM Smith(Prime)
HGM
Vireo
City Girl Communications
Total Labor Hours
Total Fee
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
r
WHEREAS, a Professional Services Agreement with CDM Smith, Inc. (formerly Camp
Dresser & McKee, Inc.) to perform professional engineering services for the JCB and"Miami
Phase 1 Sewer Separation Project, known as OPW 52165 and Adams P',ark Detention
Improvements Project, known as OPW 52390 was approved by City Council Resolution No. 564
on May 10, 2011, Amendment 1 by City Council Resolution No. 114 on January 29, 2013, and
Amendment 2 on May 15, 2014; and,
WHEREAS, additional professional engineering services are required for construction
management services not included in the scope of the original Professional Services Agreement
or the subsequent Amendments and is required to accomplish construction goals on this project;
and,
WHEREAS, CDM Smith, Inc. (formerly Camp Dresser & McKee, Inc.) has agreed to
perform the additional services needed as detailed in the attached Amendment No. 3 to the
Agreement, which by this reference is made a part hereof, for a total additional cost of
$2,388,743.00, which will be paid from the Sewer Revenue Improvements Fund 21124, CSO
Control Implementation Organization 116918. Sewer Revenue Bonds will be issued to finance
this project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT, as recommended by the Mayor, Amendment No. 3 to the Professional Services
Agreement with CDM Smith, Inc. (formerly Camp Dresser & McKee, Inc.) to provide
construction management services for the JCB and Miami Phase 1 Sewer Separation Project,
known as OPW 52165 and Adams Park Detention Improvements Project, known as OPW 52390,
is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay an additional $2,388,743.00 for
these items, to be paid from the Sewer Revenue Improvements Fund 21124, CSO Control
Implementation Organization 116918. Sewer Revenue Bonds will be issued to finance this
project.
1261djr APPROVED AS TO FORM:
By /4.4lie av„
Councilmember L/C 3 --..? --57
Adopted 17 "C'7TY ATTORNEY DATE
i!
—, City Clerk /yam/
Approved J L-Q
Mayor
NO. / L:........
Resolution by
Res. that, as recommended by the Mayor,
Amendment No. 3 to the Professional
Services Agreement with CDM Smith, Inc.
(formerly Camp Dresser & McKee, Inc.) to
provide construction management services for
the JCB and Miami Phase 1 Sewer Separation
Project, known as OPW 52165 and Adams
Park Detention Improvements Project, known
as OPW 52390, is hereby approved; and that
the Finance Department is authorized to pay
an additional $2,388,743.00 for these items,
to be paid from the Sewer Revenue
Improvements Fund 21124, CSO Control
Implementation Organization 116918. Sewer
Revenue Bonds will be issued to finance this
project.
1261Adjr
Presented to City Council
JUN 1 7 2(t4
Adopted a
gutter U?rocuu
City Clerk