Loading...
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