RES 2023-0033 - PSA with Alfred Benesch & Company for OPW 54374 - 61st and Radial Storm Sewer CSO ProjectG.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 re-perform any
services as defined in Exhibit “B” not meeting this standard without additional compensation.
H.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.
I.Provider's Personnel at Construction Site (where applicable)
i.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.
ii.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 the health or safety
deficiencies of the construction contractor(s)or other entity or any other persons at the
site except Provider's own personnel.
iii.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.
J.Construction Progress Payments.Where construction phase services are provided;
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)
2
Revised: 03/08/2021
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 no other
matters at issue between City and the construction contractors that affect the amount that should
be paid.
K.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.
III.DUTIES OF CITY
A.City designates D Anselme Nassa,whose business address and phone number are 1819
Farnam Street,Omaha,Nebraska 68183,402-444-3629 as its contact person for this project,
who shall provide a notice to proceed and such other written authorizations as are necessary
to commence or proceed with the project and various aspects of it.
B.City Furnished Data.Upon request,City will provide to Provider all available/known 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.
C.Access to Facilities and Property.City will make its facilities accessible to Provider as
required for Provider's performance of its services.
D.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.
E.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.
F.Asbestos or Hazardous Substances.
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.
2)If asbestos is suspected,Provider will,if requested and if Provider has the knowledge,
skills and ability,manage the asbestos remediation activities using a qualified
subcontractor at an additional fee and contract terms to be negotiated.
3)City recognizes that Provider assumes no risk and/or liability for a waste or hazardous
waste site originated by other than Provider.
G.Litigation Assistance.The Scope of Services does not include costs of Provider for required
or requested assistance to support,prepare,document,bring,defend,or assist in litigation
3
Revised: 03/08/2021
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.
IV.COMPENSATION AND PAYMENT
A.The cost of services as specified in the Scope of Service,shall be performed on an hourly
basis,but in no event shall it exceed $1,078,224.00.Detailed breakdown of costs shall be
shown in Exhibit “C”.
B.Reimbursable expenses shall be billed to the City by the Provider.Invoices billed to the City for
services by the Provider shall be limited to services performed within a single calendar year.For
agreements which span multiple calendar years,invoicing shall be separated between calendar
years.Year-end invoices (for services through December 31 of a given calendar year)shall be
submitted to the City no later than January 31 of the following calendar year.After review and
approval,City shall provide payment for reimbursable expenses on a monthly basis unless the
parties agree to some other schedule.Provider shall pay any suppliers or sub-contractors within
30 days of receipt of reimbursement from the City.
C.Errors and Omissions.Additional work that is required to be performed by Provider that is a
result of errors or omissions by Provider shall not be compensated by City.
D.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
4
Revised: 03/08/2021
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.The Provider shall not be liable for any loss of profit,loss of business or any incidental,
special, indirect or consequential losses.
IX.TERMINATION OF AGREEMENT
Either party may terminate this Agreement without cause upon fifteen (15)days’notice in writing.
If either party breaches this Agreement,the non-defaulting party may terminate this Agreement
after giving seven (7)days’notice to remedy the breach.On termination of this Agreement,the City
shall forthwith pay Provider for the services performed 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
5
Revised: 03/08/2021
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.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.
G.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.
H.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
6
Revised: 03/08/2021
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.
I.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.
J.No Third Party Beneficiaries.This Agreement gives no rights or benefits to anyone other
than City and Provider and has no third- party beneficiaries.
K.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.
L.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.
M.Assignment.The Provider may not assign its rights under this Agreement without the
express prior written consent of the City.
N.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.
O.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
7
Revised: 03/08/2021
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.
P.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.
Q.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.
R.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
8
Revised: 03/08/2021
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.
S.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.
9
Revised: 03/08/2021
EXHIBIT “A”
RESERVED
EXHIBIT “B”
SCOPE OF SERVICES
61st & Radial Storm Sewer – OPW 54374 Page 1 of 18
Preliminary Investigation & Conceptual Design
EXHIBIT “B”
SCOPE OF SERVICES
PRELIMINARY INVESTIGATION & CONCEPTUAL DESIGN
OPW 54374
61st & RADIAL STORM SEWER
OVERVIEW
This project consists of a comprehensive and in-depth study into the range of feasible alternatives for
the 61st & Radial Storm Sewer project with the objective to reduce the overflow volume and frequency
at CSO 204 while preventing excessive inflow to the Cole Creek interceptor system. The work required
for this project includes data colle ction and evaluation, public involvement, hydrologic and hydraulic
sewer modeling, concept design, right-of-way verification, easement planning, preliminary geotechnical
exploration and testing, partial topographic and land surveying, sewer field verification, and utility
coordination.
The Engineer will perform the study phase and preliminary engineering design services in general
accordance with the latest versions and editions of the City of Omaha (City) and Combined Sewer
Overflow (CSO) Program Plans, Protocols, Procedures, Standards, and Guidance Documents. Many of
the CSO Program Plans, Protocols, Procedures, Standards, and Guidance documents rely on the
consultant Program Management Team (PMT). Because the PMT’s role in the CSO Program will be
changing through the course of this project, not all referenced procedures will be followed exactly. It is
the intent of this scope of services to adhere as closely as possible to the intent and purpose of the
referenced procedures and guidance identified below. However, it is understood that some details of
the actual procedures will be modified during this project.
DOCUMENT NAME
PROCEDURES PLANS
Public Information Procedure for CSO and RNC
Projects Environmental Plan
Sewer Separation Protocol Rev. 0.01 Omaha CSO Program Materials Management Plan
for Soil and Groundwater
Utility Coordination Procedure Document and Records Management Plan
Soil Restoration Procedure GUIDANCE DOCUMENTS
Work Change Acknowledgement Sewer Separation Deliverable Expectations
Guidance Documents
STANDARDS Geotechnical Guidance Document
City AutoCAD Standards Sewer Separation Cost Estimate Template
Guidance
InfoWorks Modeling Standard Private Property Investigation Guidance
61st & Radial Storm Sewer – OPW 54374 Page 2 of 18
Preliminary Investigation & Conceptual Design
The Engineer will provide the study and concept phase (10%) to the City plus services and design efforts
to allow the project team to continue towards 30% design as outlined in the task descriptions described
herein. The study phase and preliminary design documents will be based on field investigations results,
previous data and reports prepared for the study area, and utility coordination information.
UNDERSTANDING & ASSUMPTIONS
In response to a project data request, the Engineer received information and documents through
Google Drive on September 14, 2022 from the City. In addition to the se items received, the following
data and documents are requested.
For the Engineer to execute this scope, the City will need to provide or obtain the following
information:
• Raw (unmodified) data obtained under contracts by the City involving previous field
investigation data and results, such as but not limited to:
o Smoke and dye testing field results;
o Private property inspection findings;
• Field books associated with the AutoCAD survey files provided;
• Deed and title research and plat maps for all properties within the project limits; and
In addition to the items received and requested above, the City will provide or obtain the following
information:
• As-built and/or original construction records of the existing sewer facilities to be relied upon
during the execution of conceptual design services, and to be verified as needed in subsequent
design phases;
• Known major maintenance history of the existing sewer facilities including work order history,
and structural or leak repairs or replacement of sections within the potential project limits;
Interim Flow Monitoring Standard, Rev. 0 Storm Sewer Design Basis and Methodology
Guidance
Public Works Department Design Division
Surveying Proposals Guidelines for Preparation and
Presentation
Sustainability Guidance
City of Omaha Wastewater Collection Systems
Design Manual Liquidated Damages Guidance
Omaha Regional Stormwater Design Manual
(ORSDM)
Small & Emerging Small Business (SEB) Program
Guidance for Major Facility and Sewer Separation
Project Teams During Design Memorandum
Revised
City of Omaha Standard Specifications
Risk Management Guidance for Utilizing and
Maintaining the Project Level Risk Register
City of Omaha Standard Plates Omaha Parks Tree Mitigation Policy
NDEE Administrative Code Title 123 Rules and
Regulations for the Design, Operation and
Maintenance of Wastewater Works
61st & Radial Storm Sewer – OPW 54374 Page 3 of 18
Preliminary Investigation & Conceptual Design
• Current names and addresses of known utilities;
• Information of other nearby projects that may affect design or scheduling;
• Updates to the City InfoWorks Models during execution of this contract; and
• Previous field investigation data and results, such as but not limited to:
o Completed drainage and sewer backup questionnaires;
o Groundwater levels monitoring results, and access to any piezometers and wells; and
o Pavement core results.
The initial scope of work includes preparing and submitting the following items to the City:
• 10% Engineering Technical Memorandum, which will include:
o Summary of Project Data Collection;
o Preliminary Alternatives Evaluation;
o Hydrologic and Hydraulic Modeling Technical Memorandum;
o Preliminary Cost Estimates;
o Trenchless Feasibility Memorandum; and
o Preliminary Geotechnical Data Report (GDR).
• Conceptual Plans sufficient for alternatives selection.
• 30% Basis of Design Report (Engineer will proceed with Task 10 based on City selected
alternative).
Up to three (3) hard copies and an electronic copy of the reports and memorandums identified above
and herein will be provided to the City as well as AutoCAD files , ArcGIS shape files, and survey
information and records, and geotechnical data and results associated with the project.
This scope of work is limited to those tasks identified herein. It is anticipated additional work may be
requested and, if mutually agreeable to all parties, will be added to this scope of work by supplemental
agreement. Anticipated additional work may include, but not be limited to, unanticipated tasks
necessary for the permitting and agency approvals, preparation and recording of legal descriptions
required for easements and property acquisitions, site specific studies for noise and air quality, final
design services, additional field investigation services, and construction observation and administration
services, as determined by the City.
It is our understanding that the City has not planned to increase the size in reconstruction efforts of the
Cole Creek interceptor sewer or the existing CSO outfall sewer. The Engineer will model the 61st &
Radial Storm Sewer project utilizing modeled outcomes of other projects in the area but with the
assumption of no upsizing of sewer pipes downstream.
It is assumed existing right-of-way (ROW) and easement information and property boundaries used to
determine additional ROW, permanent or temporary easement needs will be based upon existing
property records and drawings available from Douglas County. Available plat maps in conjunction with
existing property features located during topographic survey will be used to identify existing property
boundaries on project drawings. No establishing of new or modified property corners (pins) or other
ROW monuments is anticipated to be required with this scope of work.
61st & Radial Storm Sewer – OPW 54374 Page 4 of 18
Preliminary Investigation & Conceptual Design
Benesch will perform quality assurance and quality control activities throughout the execution of this
scope of work in accordance with a project specific Project Quality Management Plan (PQMP) prepared
by Benesch and accepted by the City.
ANTICIPATED PROJECT SCHEDULE*
TASKS/SERVICES Approx. Start Date Approx. End Date
NTP .................................................................. January 2023
Kickoff Meeting …………………………………………. January 2023
Survey Services ............................................... January 2023 .................... March 2023
Data Collection & Review .……………………………January 2023 …………………. March 2023
Sewer Modeling & Calculations .………………... February 2023 ………………… April 2023
Geotechnical Investigation ………………………… February 2023 ………………… April 2023
Utility & Sewer Investigation ………………………. March 2023 …………………... April 2023
Identification of Feasible Solutions ……………….. April 2023 …………………….. May 2023
Concept Design & Estimates (10%) ………………… May 2023 …………………….. June 2023
Preliminary Design (30%) **
*Scheduling of certain tasks are dependent on seasonal conditions and/or timely response from
others. Benesch will notify the City in a timely manner of any delays due to circumstances beyond
our control, the effects on the schedule, and potential measures to available to restore the overall
project schedule.
**Task 10-Preliminary Design (30%): A design duration of 6 months is estimated once an alternative
is selected. The Engineer will prepare a revised design schedule at the start of Task 10.
1. PROJECT MANAGEMENT TASK
1.1 Conceptual Design Project Management
1.1.1 Project Management
Benesch’s Project Manager will serve as point of contact with the City. Project
management responsibilities include providing for the overall project management and
administration, project coordination, public involvement, preparation of the
deliverables under subtask 1.3, and neighborhood coordination throughout the duration
of the Project. The Engineer will monitor progress and schedule and facilitate
coordination of the Project design elements; prepare monthly invoicing with estimated
percentage of work complete by contract task; prepare monthly progress reports;
scope, schedule, and budget tracking; provide staffing management and contract
administration; maintain communication with the City; maintain Quality Control; and
provide monthly project schedule updates.
1.1.2 Agency Coordination
The Engineer will coordinate the design activities with agency partners (City of Omaha,
Douglas County, Nebraska Department of Environment and Energy (NDEE), Nebraska
Department of Transportation (NDOT), State Historic Preservation Office (SHPO), and
61st & Radial Storm Sewer – OPW 54374 Page 5 of 18
Preliminary Investigation & Conceptual Design
other similar agencies), utility companies (Omaha Public Power District, Metropolitan
Utilities District, and other utility providers), and identified stakeholders, as needed.
1.2 Preliminary Design Project Management
1.2.1 Project Management
Benesch’s Project Manager will serve as point of contact with the City. Project
management responsibilities include providing for the overall project management and
administration, project coordination, public involvement, preparation and updates of
the deliverables under subtask 1.3, and neighborhood coordination throughout the
duration of the Project. The Engineer will monitor progress and schedule and facilitate
coordination of the Project design elements; prepare monthly invoicing with estimated
percentage of work complete by contract task; prepare monthly progress reports;
scope, schedule, and budget tracking; provide staffing management and contract
administration; maintain communication with the City; maintain Quality Control; and
provide monthly project schedule updates.
1.2.2 Agency Coordination
The Engineer will coordinate the design activities with agency partners (City of Omaha,
Douglas County, Nebraska Department of Environment and Energy (NDEE), Nebraska
Department of Transportation (NDOT), State Historic Preservation Office (SHPO), and
other similar agencies), utility companies (Omaha Public Power District, Metropolitan
Utilities District, and other utility providers), and identified stakeholders, as needed.
1.3 Deliverables
The Engineer will prepare and submit the following items to the City of Omaha:
• Minutes from meetings with the agencies and companies listed above;
• Project schedule and revised project schedules as needed;
• Weekly status updates and monthly progress reports;
• Quarterly Progress Summary for NDEE meetings;
• Quality Control Plan (QCP);
• Project Health and Safety Plan (HSP); and
• Project Execution Plan (PEP).
2. MEETINGS TASK
The City of Omaha will be included in all external meetings and provided meeting minutes following
the meeting and an agenda prior to the meeting. It is assumed subconsultant attendance will be
virtual, whereas in-person attendance will be at the option of the City for the remaining project
team and City staff.
2.1 Conceptual Design Meetings
2.1.1 Initial Project Kickoff Meeting – (1 meeting)
The Engineer will conduct the initial project kickoff meeting with the City. The purpose of
the meeting will be to review the project approach, PEP, project goals/objectives and
61st & Radial Storm Sewer – OPW 54374 Page 6 of 18
Preliminary Investigation & Conceptual Design
conceptual design; establish project communication procedures; and e stablish the project
schedule.
2.1.2 Monthly Progress Meetings – (6 meetings)
The Engineer will schedule and attend all monthly progress meetings with the City of
Omaha. Included with this task is the creation and distribution of a meeting agenda and a
follow up meeting summary. During these meetings, the Engineer will provide updates on
project progress, schedule status, current project issues, public involvement activities,
accepted and potential work changes, and action items to follow. The City will determine
the departments and divisions from the City to attend each meeting.
2.1.3 InfoWorks Model Communication Meetings – (2 meetings)
The Engineer will schedule and attend two (2) meetings with the City, Carollo Engineers,
and Jacobs Engineering Group to discuss the current InfoWorks model, and any model
changes or updates that will be needed as the Cole Creek 204 Phase 4 and 61st & Radial
projects progress in design. These meetings will establish communication between
Engineer and others as needed to ensure that model updates are shared with the City and
Project Teams working in the Cole Creek watershed. This task also includes effort for
coordination via phone, email, and virtual correspondence between the Engineer’s
modeling staff and the City’s modeling representatives periodically throughout the
conceptual design stage of the project.
2.1.4 Technical Meetings – (2 meetings)
This task includes technical team meetings anticipated during the course of the project.
Meetings will be held between the Engineer, City, and Subconsultants. The technical
meetings will be scheduled after the initial data review and analysis to discuss t he sewer
modeling and tunneling proposed for the feasible alternatives being developed. When
possible, all technical discussions will be held at the regularly scheduled monthly meetings.
However, it is understood that some topics will require specialists or other individuals that
may not be able to attend the regularly scheduled meetings. The City will determine the
departments and divisions from the City to attend each meeting.
2.2 Preliminary Design Meetings
2.2.1 Preliminary Design Kickoff Meeting – (1 meeting)
The Engineer will conduct the preliminary design kickoff meeting with the City. The purpose
of the meeting will be to review the project approach for advancement of 30% design of the
selected alternative, the updated PEP, project communication procedures; and the project
schedule for preliminary design.
2.2.2 Monthly Progress Meetings – (6 meetings)
The Engineer will schedule and attend all monthly progress meetings with the City of
Omaha. Included with this task is the creation and distribution of a meeting agenda and a
follow up meeting summary. During these meetings, the Engineer will provide updates on
project progress, schedule status, current project issues, public involvement activities,
61st & Radial Storm Sewer – OPW 54374 Page 7 of 18
Preliminary Investigation & Conceptual Design
accepted and potential work changes, and action items to follow. The City will determine
the departments and divisions from the City to attend each meeting.
2.2.3 InfoWorks Model Communication Meetings – (1 meeting)
The Engineer will schedule and attend one (1) meeting with the City, Carollo Engineers, and
Jacobs Engineering Group to discuss the current InfoWorks model, and any model changes
or updates that will be needed as the Cole Creek 204 Phase 4 and 61st & Radial projects
progress in design. This meeting will establish communication between the Engineer and
others as needed to ensure that model updates are shared with the City and Project Teams
working in the Cole Creek watershed. This task also includes effort for coordination via
phone, email, and virtual correspondence between Engineer’s mod eling staff and the City’s
modeling representatives periodically throughout the 30% design stage of the project.
2.2.4 Utility Coordination Meeting – (1 meeting)
The Engineer will schedule and attend a utility meeting to coordinate and discuss utility
conflicts and protection within the project limits. The meeting will present the proposed
project and solicit information. This task also includes effort for coordination via phone ,
email, and information request letters. The Engineer will be responsible for creating and
maintaining a utility tracking log throughout the Project, taking and distributing meeting
notes, and incorporating utility information into the design of the Project. The Engineer
will follow the City’s Utility Coordination Procedure.
3. SURVEY AND RIGHT OF WAY SERVICES TASK
3.1 Topographic and Preliminary ROW Surveying
Included in this phase of service are the following tasks:
• Review of property records research and pre-field records;
• Review of survey and topographic information from OPW 52814;
• Incorporation of plat maps into project ROW design files; and
• Additional topographic survey to complete the project area.
For Task 3, it is anticipated the Engineer will self-perform this work, reserving the right to obtain a
subconsultant to perform these services. Retaining a subconsultant will not go beyond the “Not to
Exceed” fee for this contract.
The City will provide to the Engineer existing property records, title search results, and plat maps for
Engineer to incorporate into ROW design files and to identify existing property boundaries on project
drawings. Project drawings will reflect existing property lines, permanent easements, and other
boundary related items as information is available.
The Engineer will perform additional topographic survey where topographic and land survey is
absent from the OPW 52814 survey to complete the area within the 61 St & Radial Storm Sewer
project limits. The limits of the additional survey will include the locations shown in the attached
exhibit (Figure 1).
61st & Radial Storm Sewer – OPW 54374 Page 8 of 18
Preliminary Investigation & Conceptual Design
The Engineer will perform the topographic ground survey within the defined project limits according
to the City Public Works Department, City Design Division, and Survey Scope consistent with the
details presented herein. The Engineer will establish survey control points for the project as needed.
The City will identify any known control points in the project area the City desires to be included in
the project control. Any additional survey services not identified in this task will be performed by
supplemental agreement.
The survey will capture readily identifiable or locatable features relevant to developing the project
design. All fixed physical items and cross sections will be recorded within the survey corridor
including all readily locatable at or above ground utility appurtenances, lines, pedestals, cabinets or
other utility related features, sewers and storm drainage features with vertical measurements of
manholes and inlets, structures and landscape features. Isolated trees will be singularly noted,
measured two (2) feet above ground, presented in diameter inches, and identified as to type or
species. Closely grouped trees will be surveyed around the perimeter and counted individually. All
trees classified as greater than 9-inches in diameter will be singularly noted with groupings.
The topographic survey will be performed using generally accepted technology and practices. Copies
of field book records and electronic records will be submitted to the City at the completion of the
topographic survey. Natural topographic features and man-made features will be recorded by
coordinates to the nearest one-hundredth (0.01) of a foot. Horizontal control will be based on the
Douglas/Sarpy LDP as outlined in the letter from Michael Caniglia dated April 30, 2022.
This scope of work does not include a boundary survey or establishing any property corners, missing
property pins, or other right-of-way monuments.
3.2 Deliverables
The Engineer will prepare and submit the following items to the City of Omaha:
• Field books and pertinent documents used to perform the topographic survey;
• Surveyor’s check print drawing; and
• Survey point file.
4. EXISTING DATA COLLECTION AND ANALYSIS TASK
4.1 Information Gathering & Analysis
The Engineer will review available project records, data, plans, and reports to identify relevant
information for the Project and identify data gaps which will be summarized in a memorandum.
Included in this memorandum will be a summary of information such as field data, testing or
verification needed to execute a final design of the City’s selected design altern ative.
Information anticipated to be provided by the City and used to compile information potentially
relevant to the project is listed in the Understanding & Assumptions section of this scope.
Under this task, the information reviewed and evaluated will be within the data collection limits
delineated on the “61st & Radial Data Collection Limits” exhibit, Figure 2, included with this
61st & Radial Storm Sewer – OPW 54374 Page 9 of 18
Preliminary Investigation & Conceptual Design
scope. Investigation of additional areas may be added to this scope of work by supplemental
agreement upon request.
The Engineer will document interaction with all parties and all information requests will be
relayed through the City or requested directly from an individual party only with full knowledge
and approval of City.
4.2 Deliverables
The Engineer will prepare and submit the following items to the City of Omaha:
• Summary of Project Data Collection to be included with the 10% Engineering TM.
5. GEOTECHNICAL ENGINEERING TASK
Geotechnical services under this scope of work are planned to prepare and provide a
preliminary geotechnical data report and trenchless feasibility memorandum. The initial scope
of work does not include a Geotechnical Baseline Report (GBR), and is anticipated to be
performed during the 60% design stage as determined by the design alternative selected by the
City.
5.1 Field Investigation
A subsurface exploration will be performed in accordance with the City’s Geotechnical
Investigation Procedure for Sewer Separation Projects. A geotechnical investigation will be
performed consisting of pavement coring, Dutch friction-cone soundings, and exploratory
borings at up to ten (10) locations and piezometers at three (3) of the locations. The temporary
piezometers will remain in place for duration of the project. The soundings, boring and
piezometer locations will be readily accessible based on equipment access, site conflicts, utility
clearance issues and areas of environmental concern noted in the EDR report.
The soundings will be completed with a mechanical penetrometer to determine penetration
resistance. The soil borings will be made with a machine-driven, continuous-flight or hollow-
stem auger used to advance the holes for split-spoon (SPT) and thin-walled Shelby-tube
sampling. Standard penetration tests and thin-walled tube sampling will be used to obtain soils
samples for identification and classification of the subsurface materials. Boring depths are
intended to extend 5- to 10-feet below excavation level to permit assessment of excavation
stability and possible shoring. Groundwater measurements will be taken at completion of each
boring. Since trenchless installation techniques are anticipated, this investigation will evaluate
and provide design criteria and parameters for construction. The piezometers will provide
groundwater data to later assist with calculations of hydraulic conductivity and dewatering
activities associated with the construction.
5.2 Laboratory Testing
Laboratory testing of samples obtained during the field investigation will be performed to
determine the physical characteristics of the soils encountered and to determine potential
effects on the proposed alternatives.
61st & Radial Storm Sewer – OPW 54374 Page 10 of 18
Preliminary Investigation & Conceptual Design
The laboratory tests and procedures considered necessary to evaluate the pertinent
engineering properties of the foundation soils include, but may not be limited to, the following:
• Visual inspection of the thin-walled tube and penetration samples of foundation soils by
professional engineering staff.
• Classification of typical soil types including grain size analysis, Atterberg limits may be
selected as determined by engineering staff and geologic needs.
• Moisture content and dry density of selected undisturbed samples of cohesive soil .
• Swell/consolidation tests on representative soils from within the critical foundation
zones to help in development an estimate of the amount of heave/settlement may be
selected as determined by engineering staff and geologic needs, if required.
• Unconfined compression tests and triaxial compression tests on representative samples
of clayey foundation soils. The unconfined and triaxial compression test data will be
used to determine the geotechnical properties of the foundation soils and the stability
of slopes of excavations.
• Permeability tests on undisturbed samples to determine the coefficients of permeability
of the selected soil samples.
• Soil corrosivity tests including water-soluble sulfates on representative samples of the
subsurface materials may be selected as determined by engineering staff and geologic
needs.
5.3 Preliminary Trenchless Evaluation
A trenchless evaluation will be performed for the alternative(s) proposing trenchless sewer
installation to determine if trenchless installation is feasible and what types of trenchless
installation are appropriate. The Evaluation will also address constructability and 3rd party
impacts.
5.4 Geotechnical Data Report
A geotechnical data report will be prepared that summarizes a geotechnical desktop review,
field data and laboratory results. The field and laboratory data that would be included in the
geotechnical data report are as follows:
• Penetration diagrams of Dutch friction-cone penetrometer.
• Boring logs.
• Density and moisture content of undisturbed soil samples.
• Unconfined compressive strengths of selected samples of foundation soils.
• Consolidation test data on selected samples of subgrade and supporting soils.
• Permeability tests results.
• Soil corrosivity test results.
• Geology:
o Depth to groundwater, if encountered.
o Summary of surface conditions at the project site.
• Soils classification chart and tables listing the criteria used to describe various soil
properties.
61st & Radial Storm Sewer – OPW 54374 Page 11 of 18
Preliminary Investigation & Conceptual Design
• Soil classification test data.
The geotechnical data report will include, at a minimum, the following:
• Test borings and piezometer location maps.
• Boring logs and results of the laboratory testing.
• Minimum depth to suitable subgrade material.
• Recommended types of fill and backfill and compaction requirements.
• Active, passive, and at-rest earth pressures and drainage recommendations for use in
design of subgrade structures.
• Groundwater level measurements and variation .
5.4 Deliverables
The Engineer will prepare and submit the following items to the City of Omaha:
• Preliminary Geotechnical Data Report (GDR)
• Trenchless Feasibility Memorandum
6. UTILITY COORDINATION TASK
6.1 Utility Coordination
The Engineer will contact utility providers identified by Nebraska 811 Design One-Call services
or identified by the City Public Works Department to request horizontal and vertical location of
existing facilities in and around the project area for all feasible alternatives being evaluated to
consider during design and to incorporate into design drawings. The Engineer will provide the
utilities with an overview of the project goals and anticipated alternatives to be considered and
an estimated timeline for construction. Specific details will be requested for the adjacent utility
poles and required minimum horizontal and vertical clearance of power lines during
construction. Provided information and planned relocations will be summarized and included in
the 10% Engineering Technical Memorandum. The Engineer will formally communicate to the
City any facilities determined by utility companies to be in conflict to allow the City to render a
determination requiring either relocation of the utility or modification of the selected design
alternative.
6.2 Deliverables
The Engineer will prepare and submit the following items to the City of Omaha:
• Minutes from meetings with any utility company; and
• Copies of documents or information provided by the utility companies.
7. ALTERNATIVES & FEASIBILITY EVALUATION TASK
7.1 Alternatives Evaluation
In consultation with the City, the Engineer will identify and perform a preliminary evaluation of
up to five (5) feasible alternative solutions meeting the goals of the City. It is anticipated these
alternatives will include at a minimum the alternatives listed below. The alternatives evaluation
will be summarized in a Preliminary Alternatives Evaluation section of the 10% Engineering
Technical Memorandum (TM) identifying the potential layout, probable scope of work and
61st & Radial Storm Sewer – OPW 54374 Page 12 of 18
Preliminary Investigation & Conceptual Design
schedule, potential green infrastructure options, diversion structure improvements, CSO
volume and frequency outcomes, identified impacts to the Cole Creek interceptor, and
preliminary estimate of costs (AACE Class 4) for each alternative. The CSO benefit, service level
benefit, and/or potential savings to the storm sewer system associated with implementation of
the green infrastructure will be a part of the evaluation. In addition, a summary of the
anticipated impacts, constraints, and risks for each feasible alternative being evaluated will be
included in the 10% Engineering Technical Memorandum to be factored in the screening and
assessment process.
The alternatives listed below start with what is anticipated to be the lowest cost, impact, and
benefit, and build progressively upon each other ultimately to full separation, which is
anticipated to carry both a high cost and benefit. These alternatives are not unique, but rather
each one adds additional sewer separation upon the previous . Although four (4) alternatives
are identified below, this scope is written for up to five (5) alternatives to allow for some
additional flexibility as information is gathered.
1. No Tunnel Option. This alternative will not require tunneling in 61st Street but does
include sewer separation in an approximately 44-acre sub-basin in the northeast
portion of the 61st & Radial basin. This alternative correlates to the “backup option”
as identified in Section 3.5.1 of the City of Omaha’s 2021 CSO Long Term Control
Plan (LTCP).
2. Tunnel with minimal sewer separation. This alternative will include the sewer
separation noted above in northeast portion, and a tunnel of sufficient size to
accommodate approximately 30 acres of already separated flow in NW Radial Hwy.
For 10% design, it will be assumed that the areas that appear separated based on
the City’s GIS data, are actually separated (this will be confirmed as part of 30%
design).
3. Tunnel with full separation in area tributary to tunnel. This alternative will include
the separation noted above in the northeast portion, and a tunnel of sufficient size
to accommodate full separation of the areas tributary to the tunnel at 61 st Street
and Spencer Street. This alternative correlates to the alternative that was included in
the 2021 LTCP, and provides approximately 99 acres of sewer separation above the
Pratt Diversion.
4. Full separation. This alternative will include everything in the alternatives above,
plus sewer separation on 63rd Street and evaluation of a pipe-in-pipe concept to fully
separate the area between 61st Street and 63rd Street from NW Radial Hwy to Pratt
Street. This alternative includes complete separation of the CSO 204 Phase 2 area,
and would allow for deactivation of CSO 204.
5. Alternative to be identified later after. This alternative will be determined in
conjunction with the City and review of the data and information received.
61st & Radial Storm Sewer – OPW 54374 Page 13 of 18
Preliminary Investigation & Conceptual Design
The project alternative selected, as well as the feasible alternatives evaluated, will be consistent
with the current LTCP.
7.2 Concept Planning (10% Design)
• The Engineer will develop concept plans (10% design) and AACE Class 4 cost
estimates for up to five (5) feasible alternatives to support detailed evaluation and
selection of the preferred alternative. The design intent will be to create layouts that
consider factors such as topography, existing utilities and structures, environmental
features, sewer and manhole invert and locations, and private property and right-of-
way boundaries. The detailed concept plans will indicate the anticipated location
and dimensions of temporary and permanent easements necessary for the
construction of each alternative. The concept plans will show pavement removal and
replacement along with proposed pipe alignments. In addition, conceptual sanitary
and storm sewer profiles along the proposed alignments will be prepared for each
alternative.
7.3 Deliverables
The Engineer will prepare and submit the following items to the City of Omaha:
• 10% Engineering Technical Memorandum (TM) with Class 4 cost estimates per ASTM
International and AACE International classification system as noted above and including
a Preliminary Alternatives Evaluation.
8. SEWER ANALYSIS TASK
This task consists of developing a new model or expanding upon previous models and developing a
more detailed model for the Basin and performing hydrologic and hydraulic calculations for the
project study area for the proposed sanitary and storm sewer system.
8.1 Hydrologic and Hydraulic Modeling
The City’s existing InfoWorks ICM model will be utilized to determine peak flow and volume
from separated drainage areas and to evaluate sewer pipeline hydraulics. Flow data from the
City’s flow meters will be evaluated during this task. The Engineer will assume the existing
model provided by City has been calibrated and is current for the project’s use in modeling
alternatives. The representative year and the 24 hour, 2-year and 10-year design events will be
simulated to determine the appropriate sizing for the proposed conveyance sewers.
Subcatchment boundaries will align with those in the most recent master InfoWorks ICM model
for the CSO Program, except in cases where the watershed and combined/sanitary sewershed
do not convey flow in the same direction. It is expected that subdivision of the subcatchments
from InfoWorks to inlet-level subcatchments will be necessary to attain the degree of accuracy
in hydrologic calculations necessary to support design efforts. The Engineer will develop and run
an InfoWorks ICM model for up to five (5) alternatives as identified in this scope to allow for
more detailed evaluation and selection of the preferred alternative . Models will be used to
determine the tunnel size needed for certain alternatives, the representative year CSO volume
61st & Radial Storm Sewer – OPW 54374 Page 14 of 18
Preliminary Investigation & Conceptual Design
and frequency for each alternative, the effects of each alternative on the Cole Creek interceptor,
and evaluation of real-time controls (RTC) at the CSO diversion.
8.2 Real Time Controls Evaluation
The Engineer will develop preliminary real-time control (RTC) logic for the alternatives as
appropriate to capture the range of options and evaluate the feasibility and potential benefits of
RTC for the range of alternatives. The Engineer will develop necessary data inputs (such as flow
information in the Cole Creek interceptor) and provide an outline of the control logic. Benefits
of the RTC beyond what could be achieved with passive controls will be identified and included
in the Hydrologic and Hydraulic Sewer Technical Memorandum.
8.3 Hydraulic Performance Calculations
Preliminary velocity and hydraulic calculations will be performed for the storm and sanitary
sewer system within the project area for the feasible alternatives being evaluated to verify the
capacity and performance of the adjusted storm and sanitary sewer systems to ensure the
proposed pipes and manholes do not surcharge beyond acceptable design limits. The sanitary
sewer system will be designed in conformance with the latest Omaha Wastewater Collection
System Design Manual. The storm sewer design will be in conformance with the Storm Sewer
Design Basis and Methodology Guidance.
8.4 Sewer System Alignment
The Engineer will review the proposed storm and sanitary systems for conflicts with existing
utilities, routing limitations, and constructability issues and adjust the proposed storm and
sanitary sewer systems as necessary to eliminate conflicts wherever reasonably possible
including selecting and evaluating alternate alignments; revising inlet locations; and adjusting
pipe inverts and diameters.
8.5 Sewer Structure Condition Assessment
A limited investigation assessment manhole inventory and connectivity determination (Level 2)
within the project area, as required to supplement previous information, per the Manhole and
Lamping Inspection Procedure, will be performed. This will include up to twenty-five (25) sewer
manholes, twenty-five (25) inlets, and the grit and diversion structures on Pratt Street. Surface
manhole and inlet inspections will be performed to identify and document manhole, inlet, and
structure conditions; manhole diameter and material; trough and bench condition and defects;
cone and wall condition and defects; frame, grate, and ring adjustment needs; and pipe seal
connections and defects. Review of available sewer televising videos, provided by the City, using
certified pipeline assessment personnel will be performed to assess the overall condition of the
pipes and identify severity of deterioration and defects, such as structural deformities, fractures,
sags, and corrosion at the time videoing was performed.
8.6 Deliverables
The Engineer will prepare and submit the following items to the City of Omaha:
• Hydrologic and Hydraulic Modeling Technical Memorandum included in the 10%
Engineering TM.
61st & Radial Storm Sewer – OPW 54374 Page 15 of 18
Preliminary Investigation & Conceptual Design
9. PUBLIC AND STAKEHOLDER INVOLVEMENT TASK
9.1 10% Public and Stakeholder Coordination
The Engineer will communicate with property owners affected by specific property issues and for
information gathering purposes and develop correspondences and exhibits regarding the project
as needed. The Engineer will develop Public Outreach Summaries for each feasible alternative
and include in the 10% Engineering Technical Memorandum.
In addition to this task, the Engineer will provide an informational postcard mailer to property
owners in and near the project area to provide advance notice of field work involved with this
contract along with assisting the City with development and placement of yard signs in the City
right-of-way in proximity to the project area informing and providing notice to the public of the
anticipated field investigative work. This includes land surveying and geotechnical field-testing as
noted in Task 3 and Task 5.
9.2 30% Public Engagement
The Engineer will communicate with the impacted property owners, businesses, schools, and
neighborhood associations affected by the project; develop correspondences regarding the
project as needed; and prepare exhibits.
As part of the preliminary design development, this task includes up to one stake holder meeting
and meetings with affected property owners in person on specific issues. Additional public
meeting(s) for the selected alternative will be included in a subsequent design contract.
Should additional topographic and land survey be needed at a part of Subtask 10.1, the Engineer
will provide an informational postcard mailer to property owners in and near the area(s) to be
surveyed to provide advance notice of field work along with assisting the City with development
and placement of yard signs in the City right-of-way informing and providing notice to the public
of the anticipated field work.
9.2.1 Deliverables
The Engineer will prepare and submit the following items to the City of Omaha:
• A preliminary Public Outreach Plan, in accordance with the CSO Public Outreach
Guidance, for the selected preferred alternative, and to be included in the 30% Basis of
Design Report (BODR).
9.3 Website Support
The Engineer with assist the City with providing public relation and technical media services in
updating the City’s public website and social media and blog postings regarding project
progress and objectives at key milestones and project resource information, graphics, and
timelines.
10. PRELIMINARY DESIGN TASK
The selected project alternative will be advanced to 30% preliminary design. This Task has been
developed with the assumption that Alternative 3, as identified above, is selected for advancement to
61st & Radial Storm Sewer – OPW 54374 Page 16 of 18
Preliminary Investigation & Conceptual Design
the 30% level. This assumption is not meant to influence the actual alternative evaluation in any way,
but rather has been made to facilitate the production of scope and fee for this Task. Alternative 3 has
been chosen because it is consistent with the 61st & Radial project as described in the 2021 LTCP.
Task 10 fees are included in this contract but will be withheld from use by the Consultant unless given
written approval from the City to proceed with the task or subtask.
Upon selection of the alternative to advance to preliminary design, the Engineer will then prepare a
design schedule at the start of Task 10.
Additional field work and testing services to address identified data gaps and missing information to
complete preliminary design of the selected alternative by the City; design beyond that of the
anticipated project extents of Alternative 3; and CSO preli minary and final design tasks and
deliverables not outlined in Task 10 of this contract shall be included in an amendment as discussed
and agreed upon by the City.
10.1 Additional Topographic Survey
Should the City select Alternative 3 to proceed with pr eliminary design, the Engineer will
perform additional topographic survey where topographic and land survey is absent from the
OPW 52814 survey to complete the area within the 61St & Radial Storm Sewer project limits.
This subtask will include the services as outlined in Task 3 of this cont ract. The limits of the
additional survey for Alternative 3 will include the locations shown in the attached exhibit
(Figure 1).
10.2 Preliminary Design Plans – 30%
The Engineer will lay out the major design elements of the project in a preliminary plan set for
the City to review and provide comments. The 30% design deliverable is meant to provide a
preliminary determination of alignment and depth of proposed storm and sanitary sewers
and/or conversion of the existing combined sewer to either storm or sanitary, in relationship to
existing utilities and street features based on the level of information available. Primary
elements of the preliminary design under this task are as follows:
• Design and drafting of the sewer horizontal and vertical alignment and/or adjustment of
alignment. Alignment Data and Control Points will be in the plan set.
• The design and drafting of the proposed storm and sanitary sewer profiles for the new
alignment of pipe and structures showing sewer collector connections, utility crossing
locations, and existing and proposed surfaces.
• Plans will show proposed storm sewer, sanitary sewer, sidewalk, ADA curb ramp, and
roadway improvements;; and any proposed green infrastructure facilities and real -time
controls.
• Plans will include utility information received and the topographic and ground survey.
• Preparation of right-of-way requirements for the construction of the new sewer system
per the ROW Management and Property Acquisition Procedure. The potential
61st & Radial Storm Sewer – OPW 54374 Page 17 of 18
Preliminary Investigation & Conceptual Design
properties impacted by the project will be summarized in ROW Table with current
property information and shown in the preliminary plan set.
10.3 Hydrologic and Hydraulic Calculations and Modeling
Update of the hydrologic and hydraulic calculations and modeling based on layout of the
proposed system.
10.4 Permit Identification
A preliminary list of the permits needed for this Project will be included in the Basis of Design
Report (BODR). Pre-application meetings are not anticipated; and therefore, not included in this
task.
10.5 Opinion of Probable Construction Cost
The development and tabulation all of the quantities. A table will be included on the plans.
Quantities will be submitted to City of Omaha for the 30% submittal using City of Omaha
standard bid items. Engineer’s opinion of probable cost estimates will be prepared by the
Engineer using recent bid tabulations, NDOT’s Average Unit Price (AUP), City of Omaha data,
and other information.
10.6 Project Phasing and Sequencing
A proposed preliminary project schedule will be prepared for the next phase outlining key
timelines and milestones including permit application submissions, progress design submittals,
review periods for the review agencies and the City, final preparation of construction plans and
specifications, and public meetings.
10.7 Preliminary Design Plan Walkthrough
The Engineer will coordinate a field review and walkthrough using 30% preliminary design plans
with the City. The focus of the walkthrough will be on planning, utility conflicts, property impacts,
tree removals and replacements, traffic and street issues, and overall constructability. The C ity
will identify staff to attend the field review. Walkthrough comments and outcomes will be
documented for incorporation into the 60% design.
10.8 Complete Streets Checklists & Urban Design Review Board (UDRB)
Complete Streets Checklists 1, 2, and 3 will be completed and the Complete Streets process
followed for the chosen alternative and submitted to the City, along with a preliminary plan set,
for review and comment. Conceptual UDRB drawings will be developed that show the project
impacts in relation to Green Streets, ACI Districts/Streets, or other areas of interest to the UDRB.
The purpose of the conceptual UDRB drawings will be to determine whether full Board review
will be required, or whether an administrative approval process can be used.
10.9 30% Basis of Design Report
The 30% Basis of Design Report (BODR) will summarize the development of the preliminary plans
including field data, GIS data, hydrologic and hydraulic calculations, system sizing, utility
coordination, potential community enhancements, neighborhood coordination , sustainability,
61st & Radial Storm Sewer – OPW 54374 Page 18 of 18
Preliminary Investigation & Conceptual Design
green infrastructure, agency coordination, environmental issues, permits, property acquisition,;
opinion of probable construction cost, recommendations for final design including phasing and
sequencing, and a risk mitigation strategy per the Risk Management Guidance for Utilizing and
Maintaining the Project Level Risk Register.
10.10 Deliverables
The Engineer will prepare and submit the following items to the City of Omaha:
• 30% Basis of Design Report (BODR) following the CSO 30% Deliverables Guidance
document for the Basis of Design Report, and including a Class 3 cost estimate per ASTM
International and AACE International classification system; and
• 30% Plan Set following the CSO 30% Deliverables Guidance document for the 30% Design
Drawings.
EXHIBIT “C”
BREAKDOWN OF COST
OMAHA CSO PROGRAM
OPW - 54374 61st & Radial Storm Sewer
PRIME -Alfred Benesch & Company Prime
SUB # 1 -Embris Group
SUB # 2 -Lithos Engineering TASK TASK PRIME PRIME Principal Project Sr. Prof.Project Project Sr.Project Field/Lab Sr. Surveyor Project Direct
SUB # 3 -HydroDigital TOTAL TOTAL TASK TASK Manager Engineer Engineer III Engineer II Geologist Engineer I Tech Manager Technician Assistant II Expenses
SUB # 4 -TOTAL TOTAL $280 $181 $220 $174 $149 $132 $125 $110 $104 $115 $82
SUB # 5 -
SUB # 6 - $HRS $HRS
TASK 1 - Project Management Task
1.1 Conceptual Design PM
1.1.1 Project Management $43,185 247 $24,305 131 6 125
1.1.2 Agency Coordination $2,172 12 $2,172 12 12
1.2 Preliminary Design PM
1.2.1 Project Management $30,980 174 $19,780 106 6 100
1.2.2 Agency Coordination $2,172 12 $2,172 12 12
Task Hours 445 261 12 249 0 0 0 0 0 0 0 0 0
Task Fee $78,509 $48,429 $3,360 $45,069 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0
TASK 2 - Meetings Task
2.1 Conceptual Design Meetings
2.1.1 Initial Project Kickoff Meeting $8,807 26 $2,547 6 1 2 1 1 1 1500
2.1.2 Monthly Progress Meetings $8,055 48 $3,855 24 3 9 6 6
2.1.3 Infoworks Model Communication Meeting $2,495 13 $1,495 9 3 2 2 2
2.1.4 Technical Design Meetings $11,513 53 $1,353 9 3 2 2 2
2.2 Preliminary Design Meetings
2.2.1 Prelim Design Kickoff Meeting $6,807 26 $2,547 6 1 2 1 1 1 1500
2.2.2 Monthly Progress Meetings $7,215 45 $3,015 21 9 6 6
2.2.3 Infoworks Model Communication Meeting $1,512 8 $1,012 6 2 1 2 1
2.2.4 Utility Coordination Meeting $4,489 25 $1,689 9 3 2 1 1 2
Task Hours 244 90 8 32 3 9 17 0 0 0 0 0 21
Task Fee $50,893 $17,513 $2,240 $5,792 $660 $1,566 $2,533 $0 $0 $0 $0 $0 $1,722 $3,000
TASK 3 - Topo Survey & ROW Services Task
3.1 Topographic & Preliminary ROW Surveying $17,116 144 $17,116 144 8 16 60 60 200
Task Hours 144 144 0 0 0 8 16 0 0 0 60 60 0
Task Fee $17,116 $17,116 $0 $0 $0 $1,392 $2,384 $0 $0 $0 $6,240 $6,900 $0 $200
TASK 4 - Existing Data Collection & Analysis Task
4.1 Information Gathering & Analysis $71,194 465 $50,284 344 24 48 104 8 160 100
Task Hours 465 344 0 0 24 48 104 8 160 0 0 0 0
Task Fee $71,194 $50,284 $0 $0 $5,280 $8,352 $15,496 $1,056 $20,000 $0 $0 $0 $0 $100
TASK 5 - Geotechnical Engineering Task
5.1 Field Investigation $61,994 208 $56,554 190 2 20 28 116 24 $30,510
5.2 Laboratory Testing $36,374 49 $35,604 45 1 20 12 12 $28,796
5.3 Preliminary Trenchless Evaluation $10,396 54 $2,456 12 8 4
5.4 Geotechnical Data $28,476 170 $25,836 156 40 20 52 44
Task Hours 481 403 0 0 51 64 92 160 0 36 0 0 0
Task Fee $137,240 $120,450 $0 $0 $11,220 $11,136 $13,708 $21,120 $0 $3,960 $0 $0 $0 $59,306
TASK 6 - Utility Coordination Task
6.1 Utility Coordination $16,414 110 $7,384 56 16 40
Task Hours 110 56 0 0 0 0 16 0 40 0 0 0 0
Task Fee $16,414 $7,384 $0 $0 $0 $0 $2,384 $0 $5,000 $0 $0 $0 $0 $0
TASK 7 - Alternatives & Feasibility Evaluation
7.1 Alternatives Evaluation $89,920 548 $25,880 190 18 52 120
7.2 Concept Planning $56,278 373 $22,608 182 18 24 40 100 500
Task Hours 921 372 0 0 0 36 76 0 160 0 100 0 0
Task Fee $146,198 $48,488 $0 $0 $0 $6,264 $11,324 $0 $20,000 $0 $10,400 $0 $0 $500
TASK 8 - Sewer Analysis Task
$0 - $0 -
8.1 Hydrologic & Hydraulic Modeling $106,060 612 $103,960 600 16 560 24
8.2 Real Time Controls Evaluation $30,520 140 $8,720 48 8 40
8.3 Hydraulic Performance Calculations $21,584 148 $21,584 148 12 24 32 80
8.4 Sewer System Alignment $18,876 124 $8,776 64 8 16 40
8.5 Sewer Structure Condition Assessment $35,172 252 $31,212 228 16 72 140 200
8.6 H&H Technical Memorandum $11,416 80 $8,776 64 8 16 40
Task Hours 1,356 1,152 0 0 36 656 136 0 324 0 0 0 0
Task Fee $223,628 $183,028 $0 $0 $7,920 $114,144 $20,264 $0 $40,500 $0 $0 $0 $0 $200
TASK 9 - Public & Stakeholder Involvement Task
9.1 10% Public & Stakeholder Coordination $8,562 51 $4,362 27 1 10 8 2 4 2 250
9.2 30% Public Engagement $14,140 85 $7,140 45 1 16 16 6 4 2 250
9.3 Website Support $5,432 48 $5,432 48 8 32 8
$0 - $0 -
Task Hours 184 120 2 34 0 0 24 0 8 0 40 0 12
Task Fee $28,134 $16,934 $560 $6,154 $0 $0 $3,576 $0 $1,000 $0 $4,160 $0 $984 $500
TASK 10 - Preliminary Design Task
10.1 Additional Topographic Survey $30,026 233 $23,036 194 10 24 80 80 200
10.2 Preliminary Design Plans (30%)$113,312 768 $57,412 448 48 80 160 160 500
10.3 Hydrologic & Hydraulic Modeling & Calculations $31,552 186 $17,552 106 2 80 8 16
10.4 Permit Identification $9,982 63 $3,462 25 1 12 12
10.5 Opinion of Probable Construction Cost $14,330 94 $7,080 52 4 16 32
10.6 Project Phasing & Sequencing $9,660 56 $3,080 20 4 16
10.7 Preliminary Design Plan Walkthrough $8,930 53 $770 5 1 4
10.8 Complete Streets Checklists & UDRB Submission $18,306 112 $7,776 56 8 16 32
10.9 Basis of Design Report (30%)$58,872 391 $40,272 288 48 80 160
10.1 Deliverables $13,928 84 $3,888 28 4 8 16
Task Hours 2,040 1,222 0 0 2 208 264 0 428 0 240 80 0
Task Fee $308,898 $164,328 $0 $0 $440 $36,192 $39,336 $0 $53,500 $0 $24,960 $9,200 $0 $700
TOTAL
Hours 6,390 4,164 22 315 116 1,029 745 168 1,120 36 440 140 33
Fee 1,078,224 $673,954 $6,160 $57,015 $25,520 $179,046 $111,005 $22,176 $140,000 $3,960 $45,760 $16,100 $2,706 $64,506
Summary by Firm
HRS
Alfred Benesch & Company $673,954 4,164 62.5%
Embris Group $295,830 1,713 27.4%
Lithos Engineering $77,340 391 7.2%
HydroDigital $31,100 122 2.9%
0 $0 - 0.0%
Total Labor Hours 6,390
Total Fee $1,078,224
Alfred Benesch
& Company
OMAHA CSO PROGRAM
OPW - 54374 61st & Radial Storm Sewer
PRIME -Alfred Benesch & Company Embris Group Lithos Engineering HydroDigital
SUB # 1 -Embris Group
SUB # 2 -Lithos Engineering TASK TASK PRIME PRIME SUB # 1 SUB # 1 Principal Senior Project Admin Direct SUB # 2 SUB # 2 Principal Senior Project Staff Administrative Direct SUB # 3 SUB # 3 Principal Direct
SUB # 3 -HydroDigital TOTAL TOTAL TASK TASK TASK TASK Engineer Engineer Expenses TASK TASK Professional II Manager Engineer II Expenses TASK TASK Engineer Expenses
SUB # 4 -TOTAL TOTAL TOTAL TOTAL $200 $175 $165 $100 TOTAL TOTAL $250 $230 $230 $155 $90 TOTAL TOTAL $250
SUB # 5 -
SUB # 6 - $HRS $HRS $HRS $HRS $HRS
TASK 1 - Project Management Task
1.1 Conceptual Design PM
1.1.1 Project Management $43,185 247 $24,305 131 $11,200 68 8 48 12 $7,680 48 24 24 $0 -
1.1.2 Agency Coordination $2,172 12 $2,172 12 $0 - $0 - $0 -
1.2 Preliminary Design PM
1.2.1 Project Management $30,980 174 $19,780 106 $11,200 68 8 48 12 $0 - $0 -
1.2.2 Agency Coordination $2,172 12 $2,172 12 $0 - $0 - $0 -
Task Hours 445 261 136 16 96 0 24 48 0 0 24 0 24 - 0
Task Fee $78,509 $48,429 $22,400 $3,200 $16,800 $0 $2,400 $0 $7,680 $0 $0 $5,520 $0 $2,160 $0 $0 $0 $0
TASK 2 - Meetings Task
2.1 Conceptual Design Meetings
2.1.1 Initial Project Kickoff Meeting $8,807 26 $2,547 6 $1,500 8 4 4 $4,760 12 12 2000 $0 -
2.1.2 Monthly Progress Meetings $8,055 48 $3,855 24 $4,200 24 24 $0 - $0 -
2.1.3 Infoworks Model Communication Meeting $2,495 13 $1,495 9 $0 - $0 - $1,000 4 4
2.1.4 Technical Design Meetings $11,513 53 $1,353 9 $2,100 12 12 $3,460 16 4 8 4 $4,600 16 16 600
2.2 Preliminary Design Meetings
2.2.1 Prelim Design Kickoff Meeting $6,807 26 $2,547 6 $1,500 8 4 4 $2,760 12 12 $0 -
2.2.2 Monthly Progress Meetings $7,215 45 $3,015 21 $4,200 24 24 $0 - $0 -
2.2.3 Infoworks Model Communication Meeting $1,512 8 $1,012 6 $0 - $0 - $500 2 2
2.2.4 Utility Coordination Meeting $4,489 25 $1,689 9 $2,800 16 16 $0 - $0 -
Task Hours 244 90 92 8 84 0 0 40 4 0 32 4 0 22 22
Task Fee $50,893 $17,513 $16,300 $1,600 $14,700 $0 $0 $0 $10,980 $1,000 $0 $7,360 $620 $0 $2,000 $6,100 $5,500 $600
TASK 3 - Topo Survey & ROW Services Task
3.1 Topographic & Preliminary ROW Surveying $17,116 144 $17,116 144 $0 - $0 - $0 -
Task Hours 144 144 - 0 0 0 0 - 0 0 0 0 0 - 0
Task Fee $17,116 $17,116 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0
TASK 4 - Existing Data Collection & Analysis Task
4.1 Information Gathering & Analysis $71,194 465 $50,284 344 $18,500 108 68 40 $2,410 13 1 4 8 $0 -
Task Hours 465 344 108 0 68 40 0 13 1 0 4 8 0 - 0
Task Fee $71,194 $50,284 $18,500 $0 $11,900 $6,600 $0 $0 $2,410 $250 $0 $920 $1,240 $0 $0 $0 $0 $0
TASK 5 - Geotechnical Engineering Task
5.1 Field Investigation $61,994 208 $56,554 190 $0 - $5,440 18 2 16 2500 $0 -
5.2 Laboratory Testing $36,374 49 $35,604 45 $0 - $770 4 2 2 $0 -
5.3 Preliminary Trenchless Evaluation $10,396 54 $2,456 12 $0 - $7,940 42 4 2 12 24 $0 -
5.4 Geotechnical Data $28,476 170 $25,836 156 $0 - $2,640 14 1 1 4 8 $0 -
Task Hours 481 403 - 0 0 0 0 78 5 3 20 50 0 - 0
Task Fee $137,240 $120,450 $0 $0 $0 $0 $0 $0 $16,790 $1,250 $690 $4,600 $7,750 $0 $2,500 $0 $0 $0
TASK 6 - Utility Coordination Task
6.1 Utility Coordination $16,414 110 $7,384 56 $9,030 54 12 42 $0 - $0 -
Task Hours 110 56 54 0 12 42 0 - 0 0 0 0 0 - 0
Task Fee $16,414 $7,384 $9,030 $0 $2,100 $6,930 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0
TASK 7 - Alternatives & Feasibility Evaluation
7.1 Alternatives Evaluation $89,920 548 $25,880 190 $49,700 284 284 $12,340 66 8 2 16 40 $2,000 8 8
7.2 Concept Planning $56,278 373 $22,608 182 $28,800 168 108 60 $2,870 15 1 2 4 8 $2,000 8 8
Task Hours 921 372 452 0 392 60 0 81 9 4 20 48 0 16 16
Task Fee $146,198 $48,488 $78,500 $0 $68,600 $9,900 $0 $0 $15,210 $2,250 $920 $4,600 $7,440 $0 $0 $4,000 $4,000 $0
TASK 8 - Sewer Analysis Task
$0 - $0 - $0 - $0 - $0 -
8.1 Hydrologic & Hydraulic Modeling $106,060 612 $103,960 600 $2,100 12 12 $0 - $0 -
8.2 Real Time Controls Evaluation $30,520 140 $8,720 48 $2,800 16 16 $0 - $19,000 76 76
8.3 Hydraulic Performance Calculations $21,584 148 $21,584 148 $0 - $0 - $0 -
8.4 Sewer System Alignment $18,876 124 $8,776 64 $10,100 60 20 40 $0 - $0 -
8.5 Sewer Structure Condition Assessment $35,172 252 $31,212 228 $3,960 24 24 $0 - $0 -
8.6 H&H Technical Memorandum $11,416 80 $8,776 64 $2,640 16 16 $0 - $0 -
Task Hours 1,356 1,152 128 0 48 80 0 - 0 0 0 0 0 76 76
Task Fee $223,628 $183,028 $21,600 $0 $8,400 $13,200 $0 $0 $0 $0 $0 $0 $0 $0 $0 $19,000 $19,000 $0
TASK 9 - Public & Stakeholder Involvement Task
9.1 10% Public & Stakeholder Coordination $8,562 51 $4,362 27 $4,200 24 24 $0 - $0 -
9.2 30% Public Engagement $14,140 85 $7,140 45 $7,000 40 40 $0 - $0 -
9.3 Website Support $5,432 48 $5,432 48 $0 - $0 - $0 -
$0 - $0 - $0 - $0 - $0 -
Task Hours 184 120 64 0 64 0 0 - 0 0 0 0 0 - 0
Task Fee $28,134 $16,934 $11,200 $0 $11,200 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0
TASK 10 - Preliminary Design Task
10.1 Additional Topographic Survey $30,026 233 $23,036 194 $700 4 4 $6,290 35 2 1 8 24 $0 -
10.2 Preliminary Design Plans (30%)$113,312 768 $57,412 448 $55,900 320 20 240 60 $0 - $0 -
10.3 Hydrologic & Hydraulic Modeling & Calculations $31,552 186 $17,552 106 $14,000 80 80 $0 - $0 -
10.4 Permit Identification $9,982 63 $3,462 25 $1,400 8 8 $5,120 30 1 1 4 24 $0 -
10.5 Opinion of Probable Construction Cost $14,330 94 $7,080 52 $6,330 38 6 32 $920 4 4 $0 -
10.6 Project Phasing & Sequencing $9,660 56 $3,080 20 $3,500 20 20 $3,080 16 8 8 $0 -
10.7 Preliminary Design Plan Walkthrough $8,930 53 $770 5 $8,160 48 24 24 $0 - $0 -
10.8 Complete Streets Checklists & UDRB Submission $18,306 112 $7,776 56 $1,670 10 2 8 $8,860 46 4 2 16 24 $0 -
10.9 Basis of Design Report (30%)$58,872 391 $40,272 288 $16,600 95 15 40 40 $0 - $2,000 8 8
10.1 Deliverables $13,928 84 $3,888 28 $10,040 56 16 24 16 $0 - $0 -
Task Hours 2,040 1,222 679 51 448 180 0 131 7 4 40 80 0 8 8
Task Fee $308,898 $164,328 $118,300 $10,200 $78,400 $29,700 $0 $0 $24,270 $1,750 $920 $9,200 $12,400 $0 $0 $2,000 $2,000 $0
TOTAL
Hours 6,390 4,164 1,713 75 1,212 402 24 391 26 11 140 190 24 122 122
Fee 1,078,224 $673,954 $295,830 $15,000 $212,100 $66,330 $2,400 $0 $77,340 $6,500 $2,530 $32,200 $29,450 $2,160 $4,500 $31,100 $30,500 $600
Summary by Firm
HRS
Alfred Benesch & Company $673,954 4,164 62.5%
Embris Group $295,830 1,713 27.4%
Lithos Engineering $77,340 391 7.2%
HydroDigital $31,100 122 2.9%
0 $0 - 0.0%
Total Labor Hours 6,390
Total Fee $1,078,224
Alfred Benesch
& Company