Loading...
RES 2020-0653 - PSA with Jacobs Engineering Group for OPW 53839 - MO River Flood Protective Measures ProjectIV.C​OMPENSATION AND PAYMENT A.The cost of services as specified in the Scope of Service,shall be performed on an hourly basis,but in no event shall it exceed $1,641,500.00. Detailed breakdown of costs shall be shown in Exhibit “C”. B.Reimbursable expenses shall be billed to the City by the Provider. C.INCREASE OF FEES The parties hereto acknowledge that,as of the date of the execution of the Agreement,Section 10-142 of the Omaha Municipal Code provides as follows:Any amendment to contracts or purchases which taken alone increase the original fee as awarded (a)by ten percent,if the original fee is one hundred fifty thousand dollars ($150,000)or more,or (b)by seventy-five thousand dollars ($75,000)or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits.However,neither contract nor purchase amendments will be split to avoid advance approval of the City Council. The originally approved scope and primary features of a contract or purchase will not be significantly revised as a result of amendments not approved in advance by the City Council.The provisions of this section will be quoted in all future City contracts.Nothing in this section is intended to alter the authority of the Mayor under section 5.16 of the Charter to approve immediate purchases. V.OWNERSHIP OF INSTRUMENTS OF SERVICE The City acknowledges the Provider’s documents,including electronic files,as instruments of professional service.Nevertheless,upon completion of the services and payment in full of all monies due to the Provider, the final documents prepared under this Agreement shall become the property of the City.The City shall not reuse on another Project or make any modifications to the documents without prior written authorization of the Provider.The City agrees,to the fullest extent permitted by law,to indemnify and hold harmless the Provider,its officers,directors,employees and subconsultants (collectively,Provider)against any damages, liabilities or costs,including reasonable attorneys’fees and defense costs,arising from or in any way connected with the unauthorized reuse or modification of the documents by the City,regardless of whether such reuse or modification is for use on this Project or another Project. VI.ADDITIONAL SERVICES In the event additional services for the aforementioned Project not covered under this Agreement are required, the Provider agrees to provide such services at a mutually agreed upon cost. VII.INSURANCE REQUIREMENTS The Provider shall carry professional liability insurance in the minimum amount of one half million dollars and shall carry workers’compensation insurance in accordance with the statutory requirements of the State of Nebraska. VIII.INDEMNIFICATION The Provider agrees,to the fullest extent permitted by law,to indemnify,defend and hold harmless the City, its officers,directors and employees (collectively,City)against all damages,liabilities or costs,including reasonable attorney’s fees and defense costs,to the extent caused by the Provider’s negligent performance of professional services under this Agreement and that of its subconsultants or anyone for whom the Provider is legally liable;provided,that with respect solely to the said duty to defend,such duty of the Provider to defend shall arise only if,and to the extent,such duty is covered by Provider’s liability insurance.The City agrees, to the fullest extent permitted by law,to indemnify and hold harmless the Provider,its officers,directors, employees and subconsultants (collectively,Provider)against all damages,liabilities or costs,including reasonable attorney’s fees and defense costs in connection with the Project,to the extent caused by the City’s negligent acts or the negligent acts of anyone for whom the City is legally liable.Neither the City nor the Provider shall be obligated to indemnify the other party in any matter whatsoever for the other party’s own negligence. IX.TERMINATION OF AGREEMENT This Agreement may be terminated by the City upon written notice to the Provider of such termination and specifying the effective date at least seven (7)days prior to the effective date of such termination.In the event of termination,the Provider shall be entitled to just and equitable payment for services rendered to the date of termination,and all finished or unfinished documents,data surveys,studies,drawings,maps,models, reports or photographs shall become, at the City’s option, its property. X.GENERAL CONDITIONS A.Non-discrimination​.Provider shall not,in the performance of this Agreement,discriminate or permit discrimination in violation of federal or state laws or local ordinances because of race,color,creed, religion,sex,marital status,sexual orientation,gender identity,age,or disability as recognized under 42 USCS 12101 et seq.and Omaha Municipal Code section 13-89,race,color,creed,religion,sex, marital status, sexual orientation, gender identity, national origin, age, or disability. B.Captions​.Captions used in this Agreement are for convenience and are not used in the construction of this Agreement. C.Applicable Laws​.Parties to this Agreement shall conform with all existing and applicable City ordinances,resolutions,state laws,federal laws,and existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Agreement. D.Interest of the City​.Pursuant to Section 8.05 of the Home Rule Charter,no elected official or any officer or employee of the City shall have a financial interest,direct or indirect,in any City Agreement. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the Agreement voidable by the Mayor or Council. E.Interest of the Provider​.The Provider covenants that he presently has no interest and shall not acquire any interest,direct or indirect,which would conflict with the performance of services required to be performed under this Agreement;he further covenants that in the performance of this Agreement,no person having any such interest shall be employed. F.Merger​.This Agreement shall not be merged into any other oral or written agreement,lease,or deed of any type. This is the complete and full Agreement of the parties. G.Modification​.This Agreement contains the entire Agreement of the parties.No representations were made or relied upon by either party other than those that are expressly set forth herein.No agent, employee,or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. H.Assignment​.The Provider may not assign its rights under this Agreement without the express prior written consent of the City. I.Strict Compliance​.All provisions of this Agreement and each and every document that shall be attached shall be strictly complied with as written,and no substitution or change shall be made except upon written direction from authorized representative. J.LB 403 Contract Provisions​.​-​NEW EMPLOYEE WORK ELIGIBILITY STATUS -The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing service within the State of Nebraska.A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996,8 U.S.C.1324a,known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies:1.The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at ​www.das.state.ne.us 2.If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor’s lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE)Program.3.The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. K.Certificate of Authorization​.If this Agreement contemplates the performance of professional architecture or engineering work by the Provider,the Provider shall provide to the City,and maintain in good standing,a current Certificate of Authorization from the State of Nebraska as required by Neb. Rev. Stat. section 81-3436. L.Debarment or suspension by any federal agency.(This section applies if any part of this Agreement is funded by a federal agency.)Office of Management and Budget (OMB)guidelines require that any individual or entity that has been placed on the Excluded Parties List System (“EPLS”-available for review through ​www.sam.gov​)may not be a participant in a federal agency transaction that is a covered transaction or act as a principal of a person participating in one of those covered transactions. These guidelines apply to covered transactions under a grant from any federal agency for which a recipient expects to receive reimbursement for expenditures incurred or an advance on future expenditures. The Contractor providing goods and/or services to the City of Omaha certifies,by acceptance and execution of this Agreement,that neither it nor its principals are presently debarred,suspended, proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any federal department or agency.The Contractor further agrees,by accepting and executing this Agreement,that it will include this clause without modification in all lower tier transactions,solicitations,proposals,contracts,and subcontracts.Where the Contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this Agreement. M.Contract Compliance Ordinance No. 35344, Section 10-192 Equal Employment Opportunity Clause During the performance of this contract, the Contractor agrees as follows: 1)The Contractor shall not discriminate against any employee or applicant for employment because of race,color,creed,religion,sex,marital status,sexual orientation,gender identity,national origin,age,or disability.The Contractor shall ensure that applicants are employed and that employees are treated during employment without regard to their race,color,creed,religion,sex, marital status,sexual orientation,gender identity,national origin,age,or disability.As used herein,the word “treated”shall mean and include,without limitation,the following:recruited, whether by advertising or by other means;compensated;selected for training,including apprenticeship;promoted;upgraded;demoted;downgraded;transferred;laid off;and terminated. The Contractor agrees to and shall post in conspicuous places,available to employees and applicants for employment,notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2)The Contractor shall,in all solicitations or advertisements for employees placed by or on behalf of the Contractor,state that all qualified applicants will receive consideration for employment without regard to race,color,creed,religion,sex,marital status,sexual orientation,gender identity, national origin, age, or disability. 3)The Contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker’s representative of the Contractor’s commitments under the Equal Employment Opportunity Clause of the City and shall post copies of the notice in conspicuous places available to employees and applications for employment. 4)The Contractor shall furnish to the Human Rights and Relations Director all Federal forms containing the information and reports required by the Federal government for Federal contracts under Federal rules and regulations,and including the information required by Sections 10-192 to 10-194,inclusive,and shall permit reasonable access to his records.Records accessible to the Human Rights and Relations Director shall be those which are related to Paragraphs (1)through (7)of this subsection and only after reasonable notice is given the Contractor.The purpose for this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5)The Contractor shall take such actions with respect to any subcontractor as the City may direct as a means of enforcing provisions of Paragraphs (1)through (7)herein,including penalties and sanctions for noncompliance;however,in the event the Contractor becomes involved in or is threatened with litigation as the result of such directions by the City,the City will enter into such litigation as necessary to protect the interests of the City and to effectuate the provisions of this division;and in the case of contracts receiving Federal assistance,the Contractor or the City may request the United States to enter into such litigation to protect the interests of the United States. 6)The Contractor shall file and shall cause his subcontractors,if any,to file compliance reports with the Contractor in the same form and to the same extent as required by the Federal government for Federal contracts under Federal rules and regulations.Such compliance reports shall be filed with the Human Rights and Relations Director.Compliance reports filed at such times as directed shall contain information as to the employment practices,policies,programs and statistics of the Contractor and his subcontractors. 7)The Contractor shall include the provisions of Paragraphs (1)through (7)of this Section,“Equal Employment Opportunity Clause”,and Section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. N.Conflict.In the event of any conflict between this Agreement and any of the exhibits attached hereto,the terms of this Agreement shall take precedence. EXHIBIT “A” RESERVED EXHIBIT “B” SCOPE OF SERVICES Exhibit B SCOPE OF SERVICES Flood Protection Measures at the Missouri River Water Resource Recovery Facility Project 2 – Flood Protective Measures Project 4 – Flood Barrier This Scope of Services is Exhibit B to the Standard Agreement for Professional Services between Jacobs Engineering Group Inc. (Provider), and the City of Omaha Public Works Department (City) for a project generally described as Omaha Public Works (OPW) 53839, Missouri River Water Resource Recovery Facility Flood Protection Measures (PROJECT). Project Understanding With this PROJECT the City intends to implement flood protective measures and evaluate flood barrier alternatives to harden the Missouri River Water Resources Recovery Facility (MRWRRF), in Omaha Nebraska, from future flooding. This Project will evaluate, prioritize, and design improvement alternatives for providing flood protective measures including increased flood resiliency for the existing plant and proposed Combined Sewer Overflow (CSO) facilities with the intent of designing and constructing selected improvements prior to the spring of 2021. Short- term flood protective measures and a more permanent flood barrier focused on FEMA certifiable designs will be evaluated. Consideration will be given to matching the existing levee elevation (provides protection up to 500-year flood plus freeboard) and secondary consideration to an approach to provide permanent protection up to the 100-year flood plus freeboard with capability for expansion to the 500-year level. ARTICLE 1 - Scope of Services The PROJECT consists of interrelated tasks to evaluate and recommend a combination of flood protective measures (mitigating damages or service interruption if flooding occurs with the existing level of flood protection in place) and flood barrier improvements (to extend the level of flood protection at the facility). The tasks will be coordinated so the combination of short- term plans and long-term plans will complement each other. The Provider will support the City in developing and submitting grant applications to supplement City funding for this PROJECT. The Provider’s professional services will assist the City with evaluating flood protective measures and flood barrier alternatives to provide resiliency for the MRWRRF against flooding events. Consideration will be given to response time for deployment of flood protection infrastructure alternatives that are not permanent. Scope is included to provide design phase services and bidding for implementation of flood protective measures that are recommended for installation prior to the spring of 2021 and/or flood barrier alternatives that are recommended and selected for funding. Construction phase services are not included and will require an additional task(s) based on the alternatives selected. The Provider’s professional services will assist the City with evaluating a permanent flood barrier focused on FEMA certifiable designs. As noted in the Project Understanding, consideration will Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 2 be given to matching the existing levee elevation (provides protection up to 500-year flood plus freeboard) and secondary consideration to an approach with lesser permanent protection up to the 100-year flood plus freeboard, with capability for expansion to the 500-year level. The Provider’s Quality Control (QC) Reviewer will vary by Task and will be selected by the Provider based on expertise and experience related to the Task. The selected QC Reviewer will be confirmed with the City’s representative during the initiation of each task. The Provider will perform contracting, invoicing, and management of the PROJECT team, budget, and schedule. Provider will provide periodic progress reports and invoices in a format approved by the City. The following detailed scope is configured into seven tasks. These tasks are: • Task 1 – Grant Application for HMGP • Task 2 – Flood Protective Measures Study and Alternatives Analysis • Task 3 – Flood Barrier Study and Alternative Selection • Task 4 – Flood Protective Measures Design and Bidding • Task 5 - Flood Barrier Improvements Design and Bidding • Task 6 – Project/Task Management • Task 7 - Optional Supplemental Services The following sections detail the work included in each of the tasks. The compensation by Task is provided in Exhibit C. Task 1 –Grant Application for HMGP Provider will support the City in preparation of up to two (2) Hazard Mitigation Grant Program (HMGP) applications for submittal to the Nebraska Emergency Management Agency (NEMA) to obtain funding support for the PROJECT. Provider will prepare on the City’s behalf up to two (2) Hazard Mitigation Grant Program (HMGP) applications that reflect the scopes of two notices of interest (NOI) submitted by the City to NEMA associated with Major Disaster Declaration DR 4420. NOI’s were submitted in July of 2019. NOI scopes include: (1) Proposed flood wall for $4 million (Flood Wall) (2) Modifications to critical Facility equipment for $1.4 million (Localized Mitigation) Provider will submit the proposed Flood Wall as a two-phased application. The first phase will cover scoping activities to refine Flood Wall design. The second phase will be for the construction of the Flood Wall. The second application, Localized Mitigation, will be either developed as a one-phased application or integrated into the Flood Wall two—phased application. Provider will perform the following activities in support of authoring each grant application: Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 3 • Up to three coordination meetings with the City, NEMA, and Jacobs to discuss grant strategy and application status. • Up to three additional coordination calls between Jacobs grants team and NEMA Hazard Mitigation staff. • Provider will coordinate with the City to determine grant project scopes of work, phasing, requested funding, and proposed construction schedule for each respective application. • Provider will develop a preliminary Benefit-Cost Analysis using the Benefit Cost Toolkit Version 6.0 for up to two alternatives for each application and with up to three revision requests from NEMA/FEMA for each application. Provider will refine the BCA at the completion of Phase I and prior to proceeding to Phase II of the Flood Wall application with up to two revision requests from NEMA/FEMA. • Provider will develop input required for both grant applications and complete the applications, including: o Perform hazard mitigation strategy alternative analysis. o Develop and document scope of work, level of protection, project location, damage history summary, project work schedule and preliminary budget(s). o Obtain Environmental and Historic Preservation information, including consultation letters from Nebraska Department of Transportation, Nebraska Game and Parks Commission, Nebraska State and Historical Preservation Office, United States Army Corps of Engineers, and United States Fish and Wildlife Service. Additionally, Provider will assist the City with USACE coordination regarding flood wall configurations. o Evaluate and develop application information for Executive Order 11988 (Floodplain Management) and assist the City with no-rise/CLOMR decision making processes, Executive Order 12898, and the Farmland Protection Policy Act. o Evaluate and develop application information as related to the Resource Conservation and Recovery Act, Comprehensive Environmental Response Compensation and Liability Act (Hazardous and Toxic Materials), and associated state or local agency consultations. • Provider will support up to two formal grant application review/comment/response cycles with NEMA and/or FEMA (per application). One additional grant review cycle is included for Phase II of the flood wall. Deliverables: • One-phased grant application with associated BCA for the Localized Mitigation project (unless determined to be in City’s best interest to combine with Flood Wall project application) • Two-phased (scoping/design phase followed by construction phase) grant application with associated BCA for Flood Wall project Task 2 – Flood Protective Measures Study and Alternatives Analysis This task is the evaluation of Flood Protective Measures for the MRWRRF that would reduce damages and/or service interruption if flooding occurs with either the existing level of flood protection at site or a higher level of protection as evaluated with the Flood Barrier Alternatives. The goal for the City is to reduce the need, or frequency of need, for currently required temporary protective measures. A list of the flood Protective Measures identified by City and Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 4 relayed to Provider prior to scoping are provided in the Assumptions section of this document. The individual subtasks are summarized as follows: a) Information gathering. b) Conduct one day workshop to develop alternatives to be evaluated. c) Develop cost/benefit of each alternative. d) Identify coordination requirements with Task 3 for each alternative. e) Conduct an alternatives selection half day workshop. f) Prepare a Technical Memorandum documenting entire process and the implementation plan details for the recommended alternative(s). Following is a more detailed description of each scope element. a) Information gathering. • Interview staff to fully understand what occurred in previous floods and what the City is already working on outside of this PROJECT. • Inspect site to confirm impacts of flooding. This inspection may include verifying vertical locations of assets in question (elevations will be determined based off of existing, known, elevations and City-provided survey to verify the elevation of portions of the plant access road). • Hydraulic profile calculations performed by Provider as a part of the CSO Improvements Projects may be updated, and various hydraulic limitations verified with staff (only as required to validate the criteria for improvement alternatives, such as raising primarily clarifier drive motors, etc.). b) Conduct a one-day workshop with the City to identify flood hardening alternatives and screen down to a maximum of 10 alternatives to retain for cost/benefit evaluation and coordination with Task 1 - Grant Application for HMGPs and Task 3 - Flood Barrier Study and Alternatives Analysis. Note that any variation of an identified alternative will be counted as a new alternative. Select non-economic criteria and weighting (health and safety, etc.) for alternative comparison. The Project Manager, Task Manager and Project Engineer will attend the workshop. It is assumed that the workshop will be accomplished in the same trip as information gathering. c) Develop for each alternative a conceptual 10% design level of detail and a Class 4 Cost estimate as identified by the American Association of the Advancement of Cost Engineering International (American Association of Cost Engineers [AACE]). Contingency applied at this phase of design will be 40% to account for unknowns in the planning level evaluation. Determine value of the assets that would be protected as a result of the alternative. Calculate economic cost/benefit score. Evaluate non-economic criteria and prepare draft of non-economic criteria scoring. d) Determine, for each alternative, whether it should be implemented only if the flood barrier is NOT built, only if the flood barrier IS built, or if it is not impacted by the flood barrier decision. e) Conduct a half-day workshop with the City to finalize non-economic criteria scoring and select improvements for recommended implementation. The Project Manager, Task Manager and Project Engineer will attend the workshop. f) Prepare draft and final Technical Memorandum summarizing process and scope definition for recommended improvements up to 10% (conceptual) design level and Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 5 Class 4 cost estimate. The City will have two weeks to review and provide comments on the draft Technical Memorandum. Deliverables: • Workshop Meeting Summary – Alternative Identification and Non-Economic Criteria Selection • Workshop Meeting Summary – Scoring and Alternative Selection • Draft Alternative Analysis Technical Memorandum • Final Alternative Analysis Technical Memorandum Task 3 – Flood Barrier Protection Study and Alternatives Analysis This task is the evaluation of an expanded flood barrier for protection for the MRWRRF south of the termination of the USACE Levee. The goal for the City is to provide protection for the south side of the Facility to the same extent that the Levee is protecting the north side of the Facility. This Task will build upon the Flood Protection Study that was completed by CH2M HILL in 2012. The individual subtasks are summarized as follows: a) Reconfirm design requirements and minimum protection level. b) Review available site information, including topographical data, geotechnical data, mapping of below grade piping and utilities, etc. c) Conduct a half-day workshop to review and confirm alternatives and screen down to a maximum of 6 alternatives to retain for cost/benefit evaluation and coordination. d) Develop recommended details and preliminary cost estimates per linear foot. e) Identify the alignment/location/configuration of the flood protection barrier alternatives. f) Identify non-economic evaluation criteria for alternatives. g) Conduct half day workshop to review weighting of non-economic evaluation criteria. h) Conduct a half-day alternative selection workshop. Workshop will include coordination of the selected alternative with the selected Flood Protective Measures (Task 2) i) Progress selected alternative to a conceptual 10% design level j) Develop a Technical Memorandum documenting the selected alternative. Following is a more detailed description of each scope element. a) Reconfirm design requirements and minimum protection level from the Flood Protection Study in 2012. These requirements will be utilized throughout the evaluation. • Reconfirm FEMA flood insurance requirements (e.g., freeboard) to incorporate into detail for 100-year level of flood protection. 100-year levee configurations need to meet FEMA requirements for insurance of the facilities. • Reconfirm USACE certification requirements to incorporate into detail for 500- year level of flood protection. 500-year levee configurations will be evaluated to determine if the extension of 100-year flood protection designs will be sufficient to meet these criteria. • Reconfirm geotechnical requirements from the Flood Protection Study in 2012 for design and construction of FEMA insurable and USACE certifiable flood protection. • Confirm geotechnical assumptions from the Flood Protection Study in 2012. Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 6 b) Review the available geotechnical data, aerial photos, mapping, yard and utility piping drawings and information from prior stabilization projects to understand potential implications to flood protection measures. c) Prepare for and conduct a half-day workshop with the City to review alternatives from the Flood Protection Study in 2012, revise them to account for the changes to plant facilities since the last study and screen down to a maximum of 6 alternatives to retain for cost/benefit evaluation. Note that multiple alignments or protection heights of an identified alternative will be counted as new alternative. The Project Manager, Task Manager and Project Engineer will attend the workshop. d) Develop recommended details and preliminary cost estimates per linear foot that will be incorporated into alignments by altering the type of flood protection along an alignment based on the site constraints. Details will be focused on matching the level of protection provided by the USACE Levee that protects the north side of the MRWRRF (500 year plus freeboard) with iterations below this level to identify costs and protection impacts. Evaluate the following alternatives: • Use of existing structures to provide passive protection. Task will include review by structural engineer of adequacy of such structures to sustain water pressure without damage. • Standalone passive systems. • Active systems with consideration given to implementation speed and response time. • Consider solutions for temporary closure across the railroad and into the bluff for use during flooding events, similar to approach for existing levee. • Develop Class 5 cost estimates for: • Floodwall to 100-yr flood protection. Consider if there is a viable way to extend the floodwall to 500-yr flood protection in emergencies. • Floodwall to 500-yr flood protection. • Develop general details for pressure piping penetrations that comply with FEMA and USACE requirements. • Develop general details for gravity piping penetrations that comply with FEMA and USACE requirements. • Develop general detail for connecting to structures with a facility wall that would comply with 100-year FEMA and 500- year USACE requirements. • Identify requirements for structure walls that would meet 100-year FEMA and 500- year USACE requirements for flood protection. • Develop conceptual detail for temporary closure across the railroad and into the existing bluff. Note that no railroad permitting is included in Task 3 scope. • Develop conceptual detail for creek bed crossing and closing of primary plant protection on the south end. • Develop conceptual detail for connection to the existing USACE levee. e) Identify the alternative alignments for flood protections. • Impacts of a no-action alternative should be documented as part of the PROJECT. • Consider Effective and Preliminary FIRM floodway locations. • 100-year level of flood protection from existing levee to Monroe St Lift Station along the existing plant access road alignment. This alternative will be developed Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 7 in three segments to aid in the combining varying approaches to protection in later stages of the study. The three segments are: • Existing Levee to South Inlet with a bluff tie in • South Inlet to Monroe Street Lift Station Valve Vault for access to the lift station only • Around perimeter of Monroe Street Lift Station • 100-year level of flood protection from existing levee to Monroe St Lift Station on riverside of all facilities in the three segments as previously identified. • Consider the expansion of the alignment alternatives to 500-year flood protection in order to identify incremental costs for additional protection. f) Identify non-economic evaluation criteria for alternatives. Non-monetary criteria will be based on a numerical scale that represents the range of possible outcomes/considerations. Currently identified criteria include: • Ease of 404 permitting process. • Impacts on No-Rise evaluation and need for a Letter of Map Revision (LOMR) • Insurance of facilities • Railroad impacts associated with closure. • Availability of space for future MRWRRF requirements such as drop shafts, the Retention Treatment Basin and nutrient control. • Long-term plant operation and maintenance including traffic patterns. • Response time for set up of an active system. g) Conduct half day workshop to review weighting of non-economic evaluation criteria. The Project Manager, Task Manager, and Project Engineer will attend the workshop. h) Assist the City with the selection of the preferred alternative through a half-day Alternative Selection Workshop. During this workshop, the approach for presenting the selected alternative will be reviewed and coordinated with the work being completed within the Flood Protective Measures (Project 2). The Project Manager, Task Manager and Project Engineer will attend the workshop. It is assumed the weighting of non-economic criteria half-day workshop and the half day alternative selection workshop will be accomplished in the same trip. i) The implementation plan for one selected alternative will be progressed to a conceptual 10% design level of detail and a Class 4 Cost estimate as identified by the AACE will be prepared. Contingency applied at this phase of design will be 40% to account for unknowns in the planning level evaluation. j) Develop a draft and final Technical Memorandum describing the evaluation and the outcome of the Alternative Selection Workshop. The City will have two weeks to review and provide comments on the draft Technical Memorandum. Deliverables: • Workshop Meeting Summary – Alternative Identification • Workshop Meeting Summary – Non-Economic Weighting, Scoring • Workshop Meeting Summary –Alternative Selection • Draft Alternative Analysis Technical Memorandum • Final Alternative Analysis Technical Memorandum Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 8 Task 4 – Flood Protective Measures Design and Bidding This task provides design of short-term improvements recommended out of Task 2. Scope and fee assume maximum of two design packages (one Sitework package and one Facility package) for construction of up to the 10 alternatives identified in Task 2 (but excluding installation of permanent pumps in the CSO 102 CCB disinfection channel). Scope and fee assume no more than 50 sheets total for both packages and corresponding general conditions and technical specifications. Bid alternates may be identified in the packages for up to 8 of the alternatives identified in Task 2. Budget assumes that the flood protective measures can be constructed without ground improvement measures other than conventional construction or deep foundations. Designs will be progressed to 60 and 100-percent design levels for the Design Development and Construction Document phases, respectively. Class 3 and 2 Cost estimates as identified by the American Association of the Advancement of Cost Engineering International (AACE) will be prepared. Contingency applied at this phase of design will be 25 and 15-percent respectively to account for unknowns in the design and known items excluded from the quantity takeoffs. The deliverables will be developed and reviewed in 2 subtasks as follows: a) Design Development Phase (60-percent design) This task will utilize the conceptual decisions of the PROJECT that were made in the Task 2 and develop the PROJECT design to achieve a true “design freeze” at the conclusion of this phase. Structures, equipment, site plan etc. are finalized during this phase to allow final detailing of the same in the next phase of design. Access, lifting and maintenance needs will be reviewed with plant operatives/managers. Available construction working areas and constraints will be reviewed. Design Development document review workshop will be conducted. The Project Manager, Design Manager and Project Engineer will attend the workshop. Specific activities include: • Preparation of 60-percent design drawings • Assumed to be 60-percent development of the sheets listed in Construction Document Preparation below • Draft equipment specifications and equipment control descriptions • Design Development Review Workshop • Proposed Construction Sequence • Opinion of Probable Costs b) Construction Document Preparation (100-percent design) and Bid Documents The purpose of this task is to develop the final construction drawings, specifications, and schedules for competitive bidding. Key activities during this phase will include incorporating Owner’s comments from Design Development review, preparing and reviewing final construction drawings and finalizing specification front-end documents for bidding, including General Conditions, General Requirements, bonds, and Instruction to Bidders. A draft-final Construction Document Review Workshop will be conducted. The Project Manager, Design Manager and Project Engineer will attend the workshop. Following the workshop, final City comments will be incorporated prior to sealing and bidding. Specific activities include: • Preparation of 100-percent design documents. Assumed sheet count and list is provided in Article 4, Table 1. Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 9 • Permitting • Identify in the specifications a list of the permits that must be obtained by the construction Contractor(s). Expected to include City building permits and fire marshal permits. • Prepare documentation for permitting for construction in the floodplain (assumes no-rise can be attained and LOMR will not be required for Task 4 design work) • Provide one (1) set of documents to the regulatory agency (Nebraska Department of Environmental Quality) for their review and comment prior to bid opening, and coordinate responses to comments with Owner, as required for obtaining Nebraska Department of Environmental Quality Construction Permit. • Construction Document Review Workshop • Division 00 Bidding Requirements, Contract Forms and Conditions of the Contract in accordance with City standards • Division 01 General Requirements in accordance with City standards and supplemented by Provider’s standard EJCDC-based Division 01 documents • Opinion of Probable Costs Deliverables: • Workshop Meeting Summary – Construction Document Review • Construction Drawings • Construction Detail Book • Construction Technical Specifications and Divisions 00 and 01 • Opinion of Probable Cost • Permitting packages for submission by City to regulators (limited to 2 as described above) • Workshop Meeting Summary – Construction Document Review c) Bidding Provider to provide City with electronic Plans and Specifications that will be distributed to contractors. Assist City with responses to bidders’ questions and preparation of two Addenda each for two bid packages (four total Addenda). Provider will attend up to two pre-bid meetings and prepare a bid/analysis tabulation with a recommendation to the City identifying the apparent low bidder. The Design Manager and Project Engineer will attend the pre-bid meetings. Deliverables: • Responses to Bidders questions. • Two Addenda for two bid packages (four total Addenda). • Bid/analysis tabulation for two bid packages. Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 10 Task 5 – Flood Barrier Improvements Design and Bidding This task provides design of flood barrier improvements recommended out of Task 3. Scope and fee assume a single design package for construction of the recommended flood barrier alternative. Scope and fee assume no more than 30 sheets total and corresponding general conditions and technical specifications. Bid alternates may be identified in the packages for up to 2 alignment alternatives identified in Task 3 (example: extend barrier from South Inlet to Monroe Street Lift Station Valve Vault for access to the lift station only or around perimeter of Monroe Street Lift Station). Provider will complete surveying at locations requiring additional mapping for floodwall layout and geotechnical explorations in order to develop sufficient information for geotechnical evaluation of seepage and stability for flood barriers. Budget assumes that the flood protective measures can be constructed without ground improvement measures other than conventional construction or deep foundations. Designs will be progressed to 60 and 100-percent design levels for the Design Development and Construction Document phases, respectively. Class 3 and 2 Cost estimates as identified by the American Association of the Advancement of Cost Engineering International (AACE) will be prepared. Contingency applied at this phase of design will be 25 and 15-percent respectively to account for unknowns in the design and known items excluded from the quantity takeoffs. The deliverables will be developed and reviewed in 2 subtasks as follows: a) Design Development Phase (60-percent design) This task will utilize the conceptual decisions of the PROJECT that were made in Task 3 and will develop the PROJECT design to finalize the location and configuration of the flood barrier. Structures, equipment, site plan etc. will be finalized during this phase to allow final detailing of the same in the next phase of design. Provider will perform Missouri River hydraulic modeling to support design development, including modeling of flood barrier impacts on the floodplain to understand water depths and velocities for potential failure scenarios such as scour considerations, hydrodynamic loading and debris impact loading. Loadings will be necessary to produce force calculations to perform global stability calculations for the flood barrier. Modeling will also be used for the Conditional Letter of Map Revision (CLOMR) evaluations for FEMA. This scope of work assumes that the HEC-RAS modeling supporting the preliminary Flood Insurance Rate Map has been adopted as Effective by the time of the CLOMR submittal, and that FEMA’s preliminary HEC-RAS model is available for project modeling and will be provided to Provider by the City. Model provided by regulatory agencies to City will be used as-is for all areas except proposed changes on MRWRRF site. Flood barrier impacts on access and maintenance needs will be reviewed with plant operatives/managers. Geotechnical explorations are expected to include a maximum of 15 CPT soundings (8 CPTs to 70 ft and 7 CPTs to 40 ft) and 7 soil borings to depths of 90 ft below ground surface. CPTs allow for more rapid and detailed coverage to evaluate the range of soil types, and soil borings will then be targeted to specific zones or locations identified by review of the CPTs. Samples recovered from the explorations will be used in a laboratory testing program to include consolidation testing, shear strength testing, and testing to measure index properties. It is anticipated that the geotechnical exploration will be performed by subconsultant geotechnical engineer that will prepare a Geotechnical Data Report. Provider will prepare a detailed Geotechnical Report using the findings to summarize recommendations and findings from evaluation of the floodwall. Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 11 Provider will review available construction working areas and constraints. At completion of this phase Provider will lead a Design Development document review workshop attended by The Project Manager, Design Manager and Project Engineer. Specific activities include: • Preparation of 60-percent design drawings • Assumed to be 60-percent development of the sheets listed in Construction Document Preparation below • Draft technical specification sections • Design Development Review Workshop • Proposed Construction Sequence • Opinion of Probable Costs b) Construction Document Preparation (100-percent design) This task will develop the final construction drawings, specifications, and schedules for competitive bidding. Key activities during this phase will include incorporating Owner’s comments from Design Development review, permitting, preparing and reviewing final construction drawings and finalizing specification front-end documents for bidding, including General Conditions, General Requirements, bonds, and Instruction to Bidders. A draft-final Construction Document Review Workshop will be conducted. The Project Manager, Design Manager and Project Engineer will attend the workshop. Following the workshop, final City comments will be incorporated prior to sealing and bidding. Specific activities include: • Preparation of 100-percent design documents. Assumed sheet count and list is provided in Article 4, Table 2. • Permitting • Provide identification of required permits and a schedule for obtaining the permits. Included in this will be a list of permits and the responsible party for obtaining them; City or Contractor. Provider will develop a full permitting matrix that describes each regulation/permit/review item; Required Actions; Applicability/Project Component; Additional Notes; Timing/Schedule; and Status tracking. • Federal permits will be obtained by City with support from Provider and are expected to include the following activities: 1. Compliance with Clean Water Act (CWA) Section 404/Rivers and Harbors Act (RHA) Section 10 (33 United States Code (U.S.C.) 26 et seq. and 33 U.S.C. 403 et seq.; 33 CFR Part 328). Prepare Nationwide or Individual Section 404 Permit application for USACE review as required to review impacts to riparian areas and Waters of the U.S. Obtain updates as needed from past Environmental and Historic Preservation information or field studies. Design of wetlands mitigation, if determined to be required, is excluded from this task but can be negotiated separately as Task 7b. Meet with USACE prior to assembling the application in order to establish guidelines and approach to streamline approval. Meet with USACE Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 12 again prior to submittal in order to go through the document and incorporate information. Meet with USACE after the submittal to go through any comments they may have once their review is complete. 2. USACE 408 permit – Meet with USACE to determine need for 408 permit vs. Technical Review. Meet with USACE again prior to submittal in order to go through the document and incorporate information. Meet with USACE after the submittal to go through any comments they may have once their review is complete. 3. Compliance with Federal Emergency Management Agency (FEMA) and Local Floodplain Development Regulations 4. Compliance with National Flood Insurance Act and the Flood Disaster Protection Act (42 U.S.C. 40011 et seq.; 44 CFR Parts 59 - 80) 5. Conditional Letter of Map Revision and Letter of Map Revision - Prepare a Conditional Letter of Map Revision (CLOMR) reflecting the floodplain impact as a result of the improvements. Meet with FEMA prior to assembling the CLOMR in order to establish guidelines and approach to streamline approval. Meet with FEMA again prior to submittal in order to go through the document and incorporate information. Meet with FEMA after the submittal to go through any comments they may have once their review is complete a. If hydraulic modeling finds that the project will cause a “No-Rise” condition or does not impact the regulatory floodway, Provider will support No-Rise approval from the City of Omaha in lieu of developing a CLOMR application. b. Following construction, Provider will prepare materials to obtain the final Letter of Map Revision reflecting the final floodplain impact as a result of the improvements. This will utilize CLOMR materials and note any changes in design and construction that impacted hydraulic results. Meet with FEMA prior to LOMR submittal and meet with FEMA after the submittal to go through any comments they may have once their review is complete. Note that Services During Construction will be required to be provided by Provider. • State permits will be obtained by City with support from Provider and are expected to include: 1. State agency environmental and historic preservation clearances 2. Construction Dewatering permits as required. 3. Draft Construction Stormwater NOI and SWPPP developed by Provider 4. Section 401 Water Quality Certification if required for Federal 404 permit. • City permits are expected to include: Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 13 1. Provider to include coordination with City for floodplain development permit 2. Provider to support updating post-construction stormwater management plan as required by PROJECT 3. Building permits, grading permits and fire marshal permits expected to be obtained by Contractor • Railroad permits are expected to include: 1. Meet with BNSF prior to design in order to establish guidelines and approach to streamline approval. Meet with BNSF again prior to submittal in order to go through the document and incorporate information. Meet with BNSF after the submittal to go through any comments they may have once their review is complete. • Hard copies required for regulatory or permitting review will be included in Provider’s scope. • Scope includes level of effort to respond to Requests for Information from regulatory agencies. • Provide specification language to address US Endangered Species Act, Section 7 and/or Section 10 (16 U.S.C. § 1531 et seq.; 50 CFR Part 17), Bald and Golden Eagle Protection Act (16 U.S.C. Section 668 et seq.; 50 CFR Part 17), Migratory Bird Treaty Act (16 U.S.C. Section 703-711 et seq.; 50 CFR Parts 20 and 21) and National Historic Preservation Act (Section 106) (Section 106) (16 U.S.C. 470 et seq.; 36 CFR Part 800) • Construction Document Review Workshop • Division 00 Bidding Requirements, Contract Forms and Conditions of the Contract in accordance with City standards • Division 01 General Requirements in accordance with City standards and supplemented by Provider’s standard EJCDC-based Division 01 documents • Opinion of Probable Costs Deliverables: • Workshop Meeting Summary – Construction Document Review • Construction Drawings • Construction Detail Book • Construction Technical Specifications and Divisions 00 and 01 • Opinion of Probable Cost • Permitting matrix and permitting packages for submission by City to regulatory agencies • Workshop Meeting Summary – Construction Document Review c) Bidding Provider to provide City with electronic Plans and Specifications that will be distributed to contractors. Assist City with responses to bidders’ questions and preparation of two Addenda for one bid package (two total Addenda). Provider will attend one pre-bid meeting and prepare a bid/analysis tabulation with a recommendation to the City identifying the apparent Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 14 low bidder. The Design Manager and Project Engineer will attend the pre-bid meeting. Deliverables: • Responses to Bidders questions. • Two Addenda. • Bid/analysis tabulation. Task 6 – Project/Task Management Provider will conduct a Kick-Off Meeting via conference call and deliver meeting summary. The objective of the kick-off meeting is to present a project execution plan, review the Project scope and objectives, and critical success factors. The project execution plan would also include deliverables, dates, budget, project team members, contact lists, health and safety plan, and quality control plan. Management of the study and design including cost tracking, Health and Safety Requirements, Document Controls, Reporting, Monthly Invoicing and Task Closeout. Public relations and project promotion following determination of grant funding and prior to proceeding into construction. Provider is including an allowance of $16,000 to utilize the services of a subconsultant to educate customers on the public safety value of protecting the sewer facilities from flooding, the vision of the city in applying for grant funding, the anticipated total project cost and the portions of the funding coming from grant funding vs. City funding. Deliverables: • Project Execution Plan including Field Safety Instructions (FSI) and Quality Management Plan. • Kick-Off Meeting and deliver meeting summary. • Prepare monthly progress reports and invoices • Public education materials Task 7 – Optional Supplemental Services Provider will conduct optional supplemental services as authorized by City. Optional supplemental services may either have scope pre-determined herein or may have scope defined and negotiated at a later time. Potential optional supplemental services include: a) Additional Grant Application Assistance – Up to 260 hrs and $38,500 if requested beyond the two HMGP applications already prioritized as a result of NOIs submitted by City. b) Wetlands Mitigation Design – to be negotiated as required if need is identified. c) Services During Construction – negotiate scope and fee at Construction Document review milestone when construction scope is well defined. Time for scope and fee definition will be applied to and included in the appropriate supplemental services task fee. Deliverables: • As defined by supplemental services scope(s). Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 15 Assumptions: The following are assumptions made during the development of this Scope of Work. 1) City of Omaha to provide records of damages incurred as a result of past flooding and facility information as requested by Provider for use in the HMGP grant application and BCA 2) The City will complete the following portions of HMGP grant application: a) Part 2 (Point of Contact Information) b) Section IX (Maintenance Agreement) c) Section XI (Signature Page) d) Authorized Representative Designation form 3) In soils, foundation, groundwater and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total project cost and/or execution. These conditions and cost/execution effects are not the responsibility of the Provider. 4) Delays or extensions to the project schedule will require corresponding fee adjustments. 5) Meeting summaries will be brief and capture key decisions and action items. 6) Meeting summaries will be reviewed and approved by the City within one (1) week. 7) Three (3) hard copies of deliverables will be provided. The remainder of deliverables will be distributed electronically in Adobe Acrobat portable document format (PDF) format. 8) City will advertise for bids and be responsible for and pay costs for reproduction of Plans and Specifications for distribution to qualified contractors. The City will prepare notice of award. 9) Information and data provided by the City is accurate and reliable. 10) CAD drawings will be prepared using the Bentley suite of automation products including Microstation and delivered as PDFs. No conversion of the drawings to alternate automation software will be provided. Delivery of the 3D models used to produce the construction documents are not included. 3-D models used to produce the construction documents will not include BIM features. 11) A book of standard project details will be utilized. Standard details will not be included into the drawings. 12) Project will be delivered using a design, bid and build delivery model. 13) The design documents will be prepared for up to two construction contracts. 14) Provider will use its standard CSI 49-division technical specifications and will utilize its standard EJCDC-based front-end documents to supplement City standard documents where required. 15) Drawings will be suitable for printing on 11x17-inch paper. Hard copy plans provided by the Provider will be on 11x17-inch paper. 16) Only a single vendor will be named for each manufactured component or piece of equipment with provisions for an "equal" to be proposed by the contractor and subject to approval by the Provider. 17) No equipment pre-purchase or pre-negotiation will be required. Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 16 18) Provider’s four-phase design delivery process will be condensed to two phases. With the exception of the final review, the project team will not stop during formal reviews of submittals. 19) City will provide Provider with consolidated deliverable review comments within one (2) weeks of submission. 20) The design will be based on the federal, state, and local codes and standards in effect on the effective date of the authorization to proceed. Any changes in these codes may necessitate a change in scope, schedule. and fee. 21) Any investigation and remediation of possible hazardous waste, asbestos, lead paint or other types of contamination will be conducted by the City. 22) The final Construction Documents (100-percent level of design) will be sealed by Nebraska registered Professional Engineers. 23) Task 2, Flood Protective Measure alternatives for analysis during study a) Raise Primary Clarifier drive motors, ring gear, and shafts approximately four feet or to an elevation one foot above level of clarifier walls. b) Modify Primary Clarifier access doorways to a height above clarifier wall height. c) Install/construct walls around grease pit to elevation one foot above Primary Clarifier wall height. Requires updating hydraulic profile. d) Raise three electrical transformers 4 feet or construct an impermeable permanent barrier wall around each transformer with inclusion of sump pit, electrical connection, and access ladders to locations. There is concern regarding the amount of spare cable/wire left to raise transformers or if pulling new wire will be needed. Pulling new wire could be more reliable than barrier options which will require power and a sump. e) Raise five manhole structures/risers on In-Plant Lift Station/Ohern Street pipe system and install sealed manholes. – Evaluate interconnectivity of the SOIA clarifiers, the In-Plant Lift Station, and the upstream Ohern system (U Street) to identify areas where flow can daylight. Five manholes identified because certain of two manholes that need to be addressed but believes that there are others with similar issues. f) Construct pressurized storm pumping line adjacent to North Inlet complex grit loadout drive. Final location will depend on new low spot along seepage barrier. g) Raise seepage barrier elevation in two 250-foot sections adjacent to North Inlet and Primary Diversion Structure. h) Raise roadway elevation on access road to Monroe Lift Station. Access to Monroe for operation needs to be maintained until facility floods. i) Purchase two 6-inch trailer mounted pumps for plant dewatering to pressurized storm pumping system. These pumps do not need to be sized as they are based on the plants operational experience and will be dictated by City staff. j) Plant access issues that need to be addressed. Evaluate internal plant roads to determine if they may be under water during flooding and if they need to be raised to maintain safe operations. k) Determine if Drainage B channel (between south inlet and RR) be blocked off permanently and pump flow to river. l) Installation of permanent pumps in the CSO 102 CCB disinfection channel. m) Protection of north/south sludge pump control rooms. Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 17 n) Protect clarifier instrumentation panels including evaluating electrical conduit junctions and water tightness of electrical conduit. 24) City has surveyed the elevations of the plant access road and will provide all results to Provider in ASCI format for direct import to 3D CAD model. 25) Flood protection elevations will be based on current elevations from the USACE Missouri River model for the 100-year (978.33 ft NGVD 29) and 500- year (981.93 ft NGVD 29) flood. Elevations to be confirmed with USACE model of the Missouri River. A detailed evaluation of issues such as the short period of record used, urbanization of the watershed, climate change, and competing drivers for flow and storage management practices (species management and navigation considerations) will not be performed. Additionally, the scope will not include evaluating the reoccurrence of future flooding events at the MRWRRF. 26) Assume HEC-RAS modeling supporting the preliminary Flood Insurance Rate Map will be adopted as Effective by the time of the CLOMR submittal or No-Rise analysis, and that FEMA’s preliminary HEC-RAS model is available for project modeling and will be provided to Provider by the City. Model provided by regulatory agencies to City will be used as-is for all areas except proposed changes on MRWRRF site. 27) The flood protection will include evaluation of recommended freeboard for FEMA Certification to be provided above the selected elevations, though the USACE no longer incorporates freeboard considerations into their design procedures. 28) Facilities will be designed in accordance with Design and Construction of Levees, Manual No. EM 1110-2-1913 (USACE, April 30 2000) or Retaining and Flood Walls Manual No. EM 1110-2-2502 (USACE, September 29 1989). Superseding design guidance issued by the USACE will be utilized if issued prior to the start of the project. 29) Evaluation of alternatives will be based on currently available geotechnical information. The scope and fee assume that historical geotechnical information available will be sufficient for the study work and no additional geotechnical investigations will be conducted until the design phase. 30) New flood control features will be designed to protect property and facilities belonging to the City only. This will include the primary treatment facilities, DAFT, new CSO control facilities and the Monroe Street lift station. 31) Operations and maintenance of constructed flood control will be performed by the City. 32) Stormwater management will consider guidance from the Omaha Regional Stormwater Design Manual dated June 2014 for the proposed stormwater improvements. Stormwater improvements to include storm drain, inlet and pipe installations. Other possible improvements to address water quality and water quantity include; water quality detention ponds, water quality retention ponds, water quantity storage facilities, wetlands and stormwater pump stations. 33) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the Project, Provider has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate Project cost or schedule. Given the uncertainty with market conditions and other Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 18 factors that affect cost, Provider makes no warranty that the City’s actual costs will not vary from the Provider cost estimates. 34) The cost of plan review fees, building permit fees and other required permits shall be identified, if required, by the Provider but are not included in Provider’s scope or fee. Fees will be paid by City or Contractor as appropriate. 35) Provider will be required to provide services during construction, including construction observation, if post-construction certification steps with FEMA are required. Reference Task 7c. ARTICLE 2 – Schedule The estimated PROJECT schedule is based upon a Notice to Proceed from the City of Month Day, Year. Work will be completed according to the schedule below. Task Month --> 3 1 Grant Application for HMGP March 2020 thru May 2020 2 Flood Protective Measures Study April 2020 thru June 2020 3 Flood Barrier Study May 2020 thru August 2020 4 Flood Protective Measures Design & Bidding July 2020 thru January 2021 5 Flood Barrier Design & Bidding September 2020 thru August 2021 6 Project/Task Management Continuous thru study, design and bidding duration. Includes FEMA post-construction closeout, but with single invoice for post-construction services in lieu of monthly. Project Management for Services During Construction negotiated separately in Optional Task 7c. ARTICLE 3 - Compensation Compensation by City to Provider for the proposed services described above will be as described in attached Exhibit C. ARTICLE 4 – Sheet Lists Assumed sheet count and list for Task 4 - Flood Protective Measures Design and Bidding is provided in Table 1. Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 19 Table 1 Count Facility Code Discipline Drawing Title 1 G Project Automation Lead (Project Lead Technician) Cover Sheet Package 1 2 G Project Automation Lead (Project Lead Technician) Site Plan Package 1 3 G Project Automation Lead (Project Lead Technician) Demo Plan Package 1 4 G Project Automation Lead (Project Lead Technician) Sitework Legend/General Notes 5 S Civil/Yard Piping Grading Plan 6 S Civil/Yard Piping Grading Plan 7 S Civil/Yard Piping Grading Plan 8 S Civil/Yard Piping Grading Plan 9 S Civil/Yard Piping Grading Plan 10 S Civil/Yard Piping Paving Plan - Monroe 11 S Civil/Yard Piping Paving Plan - Access Rd 12 S Civil/Yard Piping Paving Plan - Internal Roads 13 Y Civil/Yard Piping Yard Piping Plan-Gravity 14 Y Civil/Yard Piping Yard Piping Plan - Gravity 15 Y Civil/Yard Piping Yard Piping Plan-Gravity 16 50 Structural Seepage Barrier - Plan 17 50 Structural Seepage Barrier - Details 18 50 Structural Seepage Barrier - Cross Sections 19 G Project Automation Lead (Project Lead Technician) Cover Sheet Package 2 20 G Project Automation Lead (Project Lead Technician) Site Plan Package 2 21 G Project Automation Lead (Project Lead Technician) Demo Plan Package 2 22 G Project Automation Lead (Project Lead Technician) Structural Legend/General Notes 23 G Project Automation Lead (Project Lead Technician) Structural Legend/General Notes 24 G Project Automation Lead (Project Lead Technician) Process Legend/General Notes 25 G Project Automation Lead (Project Lead Technician) Electrical Legend/General Notes 26 Y Civil/Yard Piping Yard Piping Plan - Pressure 27 Y Civil/Yard Piping Yard Piping Plan - Pressure 28 Y Civil/Yard Piping Yard Piping Plan - Pressure 29 P Process Mechanical PFD 30 P Process Mechanical Hydraulic Profile 31 10 Structural Primary Clarifier Structural Plan 32 10 Structural Primary Clarifier Structural Sections 33 10 Process Mechanical Primary Clarifier Process Plan 34 10 Process Mechanical Primary Clarifier Process Section 35 10 Electrical Primary Clarifier Electrical Plan 36 10 Electrical Primary Clarifier Electrical Section 37 20 Electrical Transformers Electrical Plan 38 20 Electrical Transformers Electrical Section 39 30 Structural Manholes Structural Plan 40 30 Structural Manholes Structural Sections/Details 41 40 Structural Stormwater Pumps Structural Plan 42 40 Structural Stormwater Pumps Structural Sections 43 40 Process Mechanical Stormwater Pumps Process Plan 44 40 Process Mechanical Stormwater Pumps Process Section Exhibit B Scope of Services Flood Hazard Mitigation at the MRWRRF 20 45 40 Electrical Stormwater Pumps Electrical 46 70 Structural Sludge Pump CR Structural Plan 47 70 Structural Sludge Pump CR Structural Section 48 70 Process Mechanical Sludge Pump CR Process Plan 49 70 Process Mechanical Sludge Pump CR Process Section 50 70 Electrical Sludge Pump CR Electrical Footnote: installation of permanent pumps in the CSO 102 CCB disinfection channel is a significant project that would significantly increase sheet count and scope effort. If it is selected for inclusion in the design, additional scope and fee needs will be evaluated at the initiation of Task 4. Assumed sheet count and list for Task 5 - Flood Barrier Improvements Design and Bidding is provided in Table 2. Table 2 Count Facility Code Discipline Drawing Title 1 G Project Automation Lead (Project Lead Technician) Cover Sheet and Index 2 G Project Automation Lead (Project Lead Technician) General Notes and Abbreviations 3 G Project Automation Lead (Project Lead Technician) Structural Notes and Design Criteria 4 G Project Automation Lead (Project Lead Technician) Civil and Mechanical Legend 5 G Project Automation Lead (Project Lead Technician) Quality and Assurance (1 of 2) 6 G Project Automation Lead (Project Lead Technician) Quality Assurance (2 of 2) 7 C Civil Wall and Utility Plan 8 C Civil Wall and Utility Plan 9 C Civil Wall and Utility Plan 10 C Civil Wall and Utility Plan 11 C Civil Wall and Utility Plan 12 C Civil Wall and Utility Plan 13 C Civil Wall and Utility Plan 14 C Civil Wall and Utility Plan 15 C Civil Wall and Utility Plan 16 S Structural Wall Profile 17 S Structural Wall Profile 18 S Structural Wall Profile 19 S Structural Wall Profile 20 S Structural Wall Profile 21 S Structural Wall Profile 22 S Structural Wall Profile 23 S Structural Wall Profile 24 S Structural Wall Profile 25 S Structural Gate Plan, Section, and Details 26 S Structural Gate Plan, Section, and Details 27 S Structural Gate Plan, Section and Details 28 S Structural Floodwall Details 29 C Civil Misc. Details 30 C Civil SWPPP EXHIBIT “C” BREAKDOWN OF COSTS Exhibit C COMPENSATION Flood Protection Measures at the Missouri River Water Resource Recovery Facility Compensation by City of Omaha (City) to Jacobs Engineering Group Inc. (Provider), for the proposed services described in Exhibit B, Scope of Services will be as follows: A. COST REIMBURSABLE-MULTIPLIER (TIME AND EXPENSE) For services enumerated in the Scope of Services above, Provider’s Salary Costs multiplied by a factor of 2.13 Salary Cost Multiplier, plus Direct Expenses, plus a service charge of 10 percent on Direct Expenses and 10 percent of subcontracts and outside services, plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. At Provider’s discretion, billing rates for certain subject matter experts may be capped to a value less than the bill rate computed based on the multiplier noted above. B. BUDGET The maximum cost for this Project, as defined by services described in the Scope of Services outlined in Exhibit B is One Million, Six Hundred and Forty-one Thousand Five Hundred Dollars and no cents ($1,641,500.00), which will be billed on a “time and materials” basis. Provider may utilize the compensation between individual tasks requested by the City but shall not exceed the maximum amount of $1,641,500.00 unless approved in writing by the City through a contract amendment to this agreement. Provider is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is City obligated to pay Provider beyond these limits. When budget has been increased, Provider’s excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. C. DIRECT EXPENSES Direct Expenses are those necessary costs and charges incurred for the Project including, but not limited to: (1) the direct costs of transportation and equipment and supplies; (2) Provider’s current standard rate charges for direct use of Provider’s vehicles, laboratory test and analysis, and certain field equipment; (3) Provider’s standard project charges for computing systems, and special health and safety requirements of OSHA; and (4) mileage will be charged at current IRS audit rates at time of services. A summary of Provider’s task budgets is included in Table C-1 below, with additional breakdown of budgets by task provided in Table C-2. TABLE C-1 Flood Protection Measures at the Missouri River Water Resource Recovery Facility – Compensation Summary Task Name Hours Cost Task 1 – Grant Application for HMGP 872 $153,987 Task 2 – Flood Protective Measures Study and Alternatives Analysis 476 $105,696 Task 3– Flood Barrier Study and Alternative Selection 742 $161,087 Task 4 – Flood Protective Measures Design and Bidding 2787 $526,228 Task 5 – Flood Barrier Improvements Design and Bidding 2906 $641,133 Task 6 – Project/Task Management 171 $53,369 Total Authorized Scope $1,641,500 Task 7 – Optional Supplemental Services 7a Additional Grant Application Assistance 260 $38,500 7b Wetlands Mitigation Design TBD TBD 7c Services During Construction TBD TBD Hourly rates include allowances for salary, payroll taxes, fringe benefits, overhead, and profit, but do not include allowances for Direct Expenses. TABLE C-2Flood Protection Measures at the Missouri River Water Resource Recovery Facility - Detailed Breakdown of Budget by TaskDescriptionTom Heineman, Principal/Associate/Contract ManagerMatt Krumholtz, Project ManagerEstell Johnson - Task Manager/Project Delivery CoordinatorKent Bienlien - Task 3 ManagerElise Ibendahl - Senior Technologist/SMEDean Harris - Senior Technologist/SMEMeg Zuercher, Grant Development and Mo.River H&H ModelingRashi Gurney, Grant BCAJane Branson, BCA QCRyan Walkowiak, Environmental ImpactNick Sutko, Floodplain Management SupportJeff Pitts, Plant HydraulicsRachel Saunders, Permitting/Env. ImpactRobert Townsend, Site Civil DesignTim Dodge, Code/ArchitecturalMichele McHenry, StructuralManika Gupta, ElectricalEmily Holtzclaw, Collection System HydraulicsPerrin Niemann, Collection System Hydraulics QCDavid Curann, GeotechnicalPat Nelson, PermittingTask 1 ‐ Grant Application for HMGP14 504841040164268448650000000162012Task 2 ‐ Flood Hardening Study & Alt Analysis10 429818103800000160041010440160Task 3 ‐ Flood Barrier Study and Alt Analysis8 64410418960000000680520001088Task 4 ‐ Flood Protective Measures Design and Bidding6 168 223 344 20 20 44 0 0 0 20 200 0 0 10 215 120 0 0 27 10Task 5 ‐ Flood Barrier Improvements Design and  Bidding2 84 0 62 50 182 182 0 0 80 180 0 80 296 0 340 0 60 0 256 64Task 7 ‐ Optional Supplemental Services0 2000400808004000000000000a) Additional Grant Application Assistance20 40 80 80 40b) Wetlands mitigationc) Services During ConstructionTask 6 ‐ Continuous Project Management3 7224000000000000000000file: FeeEstimate_V7_Table C‐2, Fee_Pricer 4/28/2020 5:33 PM TABLE C-2Flood Protection Measures at the Missouri River Water ReDescriptionTask 1 ‐ Grant Application for HMGPTask 2 ‐ Flood Hardening Study & Alt AnalysisTask 3 ‐ Flood Barrier Study and Alt AnalysisTask 4 ‐ Flood Protective Measures Design and BiddingTask 5 ‐ Flood Barrier Improvements Design and  BiddingTask 7 ‐ Optional Supplemental Servicesa) Additional Grant Application Assistanceb) Wetlands mitigationc) Services During ConstructionTask 6 ‐ Continuous Project ManagementEd Meyer, Cost EstimatingRobert Magallon, Associate EngineerRanae Decker, Document Process/Spec EditorCody Schnee, CADTerry DeCarlo Poste - Project ControlsRafal Janusz - Project AccoutantTotal HoursLaborExpensesSubconsultantTotal1000000872148,487$     5,500$     $0 $153,98726 56 10 68 0 0 476101,296$     4,400$     $0 $105,69616 116 12 68 0 0 742156,687$     4,400$     $0 $161,087200 4 86 1070 0 0 2787520,722$     5,506$     $0 $526,228120 102 46 720 0 0 2906547,633$     5,500$     $88,000 $641,13300000026038,488$       12$          $0 $38,500260 $38,488 $12 $38,5000$0 $00$0 $000003042171$35,769 $0$17,600 $53,369file: FeeEstimate_V7_Table C‐2, Fee_Pricer 4/28/2020 5:33 PM EXHIBIT "D" SUPPLEMENTAL PROVISIONS 1 EXHIBIT “D” SUPPLEMENTAL PROVISIONS Flood Protection Measures at the Missouri River Water Resource Recovery Facility ARTICLE 1. SCOPE OF SERVICES Provider will perform the Scope of Services set forth in Exhibit “B”. ARTICLE 2. COMPENSATION City will compensate Provider as set forth in Exhibit C. Work performed under this AGREEMENT may be performed using labor from affiliated companies of Provider. Such labor will be billed to City under the same billing terms applicable to Provider’s employees. ARTICLE 3. TERMS OF PAYMENT City will pay Provider as follows: 3.1 Invoices and Time of Payment Provider will issue monthly invoices pursuant to Exhibit “C”. Invoices are due and payable within 30 days of receipt. 3.2 Interest 3.2.1 City will be charged interest at the rate of 1- 1/2% per month, or that permitted by law if lesser, on all past-due amounts starting 30 days after receipt of invoice. Payments will first be credited to interest and then to principal. 3.2.2 In the event of a disputed billing, only the disputed portion will be withheld from payment, and City shall pay the undisputed portion. City will exercise reasonableness in disputing any bill or portion thereof. No interest will accrue on any disputed portion of the billing until mutually resolved. 3.2.3 If City fails to make payment in full within 30 days of the date due for any undisputed billing, Provider may, after giving 7 days' written notice to City, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, Provider will have no liability to City for delays or damages caused by City because of such suspension. ARTICLE 4. OBLIGATIONS OF Provider 4.1 Standard of Care The standard of care applicable to Provider's Services will be the degree of skill and diligence normally employed by professional engineers or consultants performing the same or similar Services at the time said services are performed. Provider will reperform any services not meeting this standard without additional compensation. 4.2 Subsurface Investigations In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of Provider. 4.3 Provider's Personnel at Construction Site 4.3.1 The presence or duties of Provider's personnel at a construction site, whether as onsite representatives or otherwise, do not make Provider or Provider's personnel in any way responsible for those duties that belong to City and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. 4.3.2 Provider and Provider's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except Provider's own personnel. 4.3.3 The presence of Provider's personnel at a construction site is for the purpose of providing to City a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Provider neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work. 4.4 Opinions of Cost, Financial Considerations, and Schedules In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, Provider has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, Provider makes no warranty that City's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from Provider's opinions, analyses, projections, or 2 estimates. If City wishes greater assurance as to any element of PROJECT cost, feasibility, or schedule, City will employ an independent cost estimator, contractor, or other appropriate advisor. 4.5 Construction Progress Payments Recommendations by Provider to City for periodic construction progress payments to the construction contractor(s) will be based on Provider's knowledge, information, and belief from selective sampling that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by Provider to ascertain that the construction contractor(s) have completed the work in exact accordance with the construction documents; that the final work will be acceptable in all respects; that Provider has made an examination to ascertain how or for what purpose the construction contractor(s) have used the moneys paid; that title to any of the work, materials, or equipment has passed to City free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between City and the construction contractors that affect the amount that should be paid. 4.6 Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. Provider is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. 4.7 Reserved 4.8 Provider's Insurance Provider will maintain throughout this AGREEMENT the following insurance: (a) Worker's compensation and employer's liability insurance as required by the state where the work is performed. (b) Comprehensive automobile and vehicle liability insurance covering claims for injuries to members of the public and/or damages to property of others arising from use of motor vehicles, including onsite and offsite operations, and owned, nonowned, or hired vehicles, with $1,000,000 combined single limits. (c) Commercial general liability insurance covering claims for injuries to members of the public or damage to property of others arising out of any covered negligent act or omission of Provider or of any of its employees, agents, or subcontractors, with $1,000,000 per occurrence and in the aggregate. (d) Professional liability insurance of $1,000,000 per occurrence and in the aggregate. ARTICLE 5. OBLIGATIONS OF City 5.1 City-Furnished Data City will provide to Provider all data in City's possession relating to Provider's services on the PROJECT. Provider will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by City. 5.2 Access to Facilities and Property City will make its facilities accessible to Provider as required for Provider's performance of its services and will provide labor and safety equipment as required by Provider for such access. City will perform, at no cost to Provider, such tests of equipment, machinery, pipelines, and other components of City's facilities as may be required in connection with Provider's services. 5.3 Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, City will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for Provider's services or PROJECT construction. 5.4 Timely Review City will examine Provider's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as City deems appropriate; and render in writing decisions required by City in a timely manner. 5.5 Prompt Notice City will give prompt written notice to Provider whenever City observes or becomes aware of any development that affects the scope or timing of Provider's Services, or of any defect in the work of Provider or construction contractors. 5.6 Asbestos or Hazardous Substances 5.6.1 If asbestos or hazardous substances in any form are encountered or suspected, Provider will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. 5.6.2 If asbestos is suspected, Provider will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. 5.6.3 If hazardous substances other than asbestos are suspected, Provider will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. 5.6.4 Client recognizes that Provider assumes no risk and/or liability for a waste or hazardous waste site originated by other than Provider. 5.7 Reserved 5.8 Reserved 5.9 Litigation Assistance The Scope of Services does not include costs of Provider for required or requested assistance to 3 support, prepare, document, bring, defend, or assist in litigation undertaken or defended by City. All such Services required or requested of Provider by City, except for suits or claims between the parties to this AGREEMENT, will be reimbursed as mutually agreed. 5.10 Changes City may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect Provider's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. ARTICLE 6. GENERAL LEGAL PROVISIONS 6.1 Authorization to Proceed Execution of this AGREEMENT by City will be authorization for Provider to proceed with the work, unless otherwise provided for in this AGREEMENT. 6.2 Reuse of PROJECT Documents All reports, drawings, specifications, documents, and other deliverables of Provider, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. City agrees to indemnify Provider and Provider's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized reuse, change or alteration of these PROJECT documents. 6.3 Force Majeure Provider is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of Provider. In any such event, Provider’s contract price and schedule shall be equitably adjusted. 6.4 Limitation of Liability 6.4.1 To the maximum extent permitted by law, Provider's liability for City's damages will not, in the aggregate, exceed $1,641,500.00. 6.4.2 This limitation of liability will apply whether Provider’s liability arises under breach of contract or warranty; tort; including negligence; strict liability; statutory liability; or any other cause of action, and shall include Provider’s officers, affiliated corporations, employees, and subcontractors. 6.5 Termination 6.5.1 This AGREEMENT may be terminated for convenience on 30 days' written notice, or for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance within 5 days of written notice and diligently complete the correction thereafter. 6.5.2 On termination, Provider will be paid for all authorized services performed up to the termination date plus termination expenses, such as, but not limited to, reassignment of personnel, subcontract termination costs, and related closeout costs. 6.6 Suspension, Delay, or Interruption of Work City may suspend, delay, or interrupt the Services of Provider for the convenience of City. In such event, Provider's contract price and schedule shall be equitably adjusted. 6.7 No Third-Party Beneficiaries This AGREEMENT gives no rights or benefits to anyone other than City and Provider and has no third- party beneficiaries. 6.8 Reserved 6.9 Assignment This is a bilateral personal Services AGREEMENT. Neither party shall have the power to or will assign any of the duties or rights or any claim arising out of or related to this AGREEMENT, whether arising in tort, contract or otherwise, without the written consent of the other party. Any unauthorized assignment is void and unenforceable. The parties further agree that Provider may novate this AGREEMENT to an affiliate in the case of normal corporate restructuring, provided any such novation does not adversely affect its ability to perform this AGREEMENT. These conditions and the entire AGREEMENT are binding on the heirs, successors, and assigns of the parties hereto. 6.10 Reserved 6.11 Reserved 6.12 Jurisdiction The substantive law of the state of the PROJECT site shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. 6.13 Severability and Survival 6.13.1 If any of the Provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable, the enforceability of the remaining provisions shall not be impaired thereby. 6.13.2 Limitations of liability, indemnities, and other express representations shall survive termination of this AGREEMENT for any cause. 6.14 Materials and Samples Any items, substances, materials, or samples removed from the PROJECT site for testing, analysis, or other evaluation will be returned to the PROJECT site within 60 days of PROJECT close-out unless agreed to otherwise. City recognizes and agrees that Provider is acting as a bailee and at no time assumes title to said items, substances, materials, or samples. 6.15 Engineer’s Deliverables Engineer’s deliverables, including record drawings, are limited to the sealed and signed hard copies. Computer- generated drawing files furnished by Provider are for City or others' convenience. Any conclusions or information derived or obtained from these files will be at user's sole risk. 6.16 Dispute Resolution The parties will use their best efforts to resolve 4 amicably any dispute, including use of alternative dispute resolution options. 6.17 Reserved 6.18 Intellectual Property City acknowledges and agrees that in the performance of the development service, Provider may utilize its proprietary data, concepts, methods, techniques, processes, protocols, ideas, inventions, know-how, trade secrets, algorithm, software, works of authorship, software and hardware architecture, databases, tools, other background technologies and standards of judgment that Provider developed or licensed from third parties prior to the Effective Date (the “Pre-Existing Technology”). Subject to the terms and conditions of this AGREEMENT, Provider hereby grants to City a non- exclusive, non-transferable, royalty-free license under Provider’s Intellectual Property Rights to utilize the Pre- Existing Technology for the purpose of the City Project. City shall not, and shall not allow any third party to: (i) modify or otherwise create derivative works of the Pre- Existing Technology; (ii) use the Pre-Existing Technology for any other purpose, other than the City Project; (iii) make, have made, use, reproduce, license, display, perform, distribute, sell, offer for sale, service, support, or import any product that incorporates, embodies and/or is based upon the Pre-Existing Technology; (iv) sublicense, distribute or otherwise transfer to a third party any of the Pre-Existing Technology by itself or as incorporated into software or hardware; or (v) reverse engineer, disassemble, decompile or attempt to derive the source code or underlying ideas or algorithms of the Pre-Existing Technology. Any additional use of the Pre-Existing Technology shall require a separate written license agreement.