Loading...
RES 2001-0959 - Agmt with HDR Engineering Inc for bridge on Abbott Dr over UP yard near Omaha convention center/arena project ZS Z 4re.e‘,5 + QttAHA,�,6 k-e- ?5/ - U�� `�1`�r�,7 Public Works Department 1��,II.t Omaha/Douglas Civic Center ... ��i'i f ij N 1819 Famam Street,Suite 601 e p� ' April 10, 2001 Omaha,Nebraska 68183-0601 °.p ;-1 /';`"'' (402)444-5220 oq�T�D FeBR�r��ro Telefax(402)444-5248 - Don W.Elliott,P.E. City of Omaha Public Works Director Hal Daub,Mayor Honorable President . . and Members of the City Council, Transmitted herewith is an Engineering Agreement with HDR Engineering, Inc. to provide a preliminary and final design for a.bridge on relocated Abbott Drive where it will pass over the Union Pacific Railroad yard near the Omaha Convention Center/Arena site. The complete scope of services is listed in Exhibit "A" of the Agreement. HDR has agreed to perform the services listed for $219,703.00. The costs incurred will be paid for from the year 2001 Convention Center/Arena Organization 1196, Agency 195, Fund 360. HDR has filed the required Annual Contract Compliance Report Form, CC-1, in the Human Relations Department. As is City policy, the Human Relations Director will review the consulting firm to determine its compliance. The Public Works Department requests your consideration and approval of the attached Resolution and Engineering Agreement. • Respectfully submitted, Refe d to City ncil for Consideration: ' ,. ..... 1.., ri, 7 ,/,,,,,,,/. ..,r. K.2( , Gil Don W. Elliott, P.E. Date Mayor's Office/Title ,j f Date Public Works Director Approved: Approved: '1()1-0.).19 PCVIA4- A4-61A //2/51 ' /�al 1Kelhe Pans Asaka ate t 1 ey P. Ti Date Human Relations Director .Acting Finance Director 1 P:\PW 1\1721p.doc , 0 ENGINEERING AGREEMENT CITY OF OMAHA ABBOTT DRIVE BRIDGE FINAL DESIGN THIS AGREEMENT, made and entered into this J971 day of 1 2004.by and between the firm of HDR Engineering, Inc, a corporation of the S ate o Nebraska, with offices at 8404 Indian Hills Drive, Omaha, Nebraska 68114-4049 and hereinafter referred to as the "Consultant", and the City of Omaha, Nebraska, acting by and through its Mayor, hereinafter, referred to as the"City". WITNESSETH: WHEREAS, the City desires to engage the Consultant to render professional engineering services as hereinafter set forth for the necessary engineering services as required for the final design of the Abbott Drive Bridge associated with the Convention Center/Arena. WHEREAS, the Consultant is willing to perform such engineering work in accordance with the terms hereinafter provided and does represent that he is in compliance with the Nebraska Statutes relating to the registration of Professional Engineers. NOW THEREFORE, in consideration of these facts, the parties hereto agree as follows: I. DEFINITIONS Wherever in this agreement the following terms are used, or pronouns used in their stead, they shall have the meaning here given: The `EFFECTIVE DATE" of this agreement shall mean the date mentioned in the first paragraph of this document. "CONSULTANT" or"CONTRACTOR" shall mean HDR Engineering, Inc., whose business and mailing address is 8404 Indian Hills Drive, Omaha,Nebraska 68114-4049. "CITY" shall mean the City of Omaha, Nebraska, and the Mayor of the City of Omaha or his authorized representative. -1- a t. , To "ABANDON"the work shall mean that a determination has been made by the City that conditions or intentions as originally existed have changed and that the work as contemplated herein is to be renounced and deserted for as long in the future as can be foreseen. To "SUSPEND" the work shall mean that it has been determined by the City that conditions or intentions as originally existed have changed and that the work as contemplated herein should be ceased on a temporary basis. This cessation or holding in this undetermined state will prevail until such time as a determination can be made to abandon the work or to reinstate under the conditions as defined in this agreement. To "TERMINATE" or the "TERMINATION" of this contract shall be the cessation or quitting of this contract based upon action or failure of action on the part of the Consultant as defined herein and as determined by the City. H. GENERAL DESCRIPTION OF SCOPE AND CONTROL WORK The Consultant shall, upon receipt of the Notice to Proceed from the City, perform all the services required under this agreement for the project described above and as outlined in the attached Exhibit"A", Schedule of Services, hereby made a part of this agreement. III. TIME OF BEGINNING AND.COMPLETION The Consultant shall begin work on the project upon receipt of written "Notice to Proceed" from the City. A proposed schedule, used as a basis for preparing this work scope, is included in Exhibit "D". Delays not the fault of Consultant shall be justification for a request for extension in the time for completion of the work. Delays grossly affecting the completion of the work within the time specified for completion attributable to or caused by the Consultant or the City shall be considered as cause for termination of this agreement by the other. It is hereby mutually agreed that the City has continuing rights to work progress inspections and any and all additions, deletions, changes, elaboration's or modifications of the services to be performed under the terms of this agreement which may from time to time be determined by the City as desirable or preferable, shall be controlling and governing. IV. ABANDONMENT, CHANGE OF PLAN, SUSPENSION AND TERMINATION The City shall have the absolute right to abandon the project or to change the general scope of work as defined in Section II, at any time. Such action on its part shall in no event be deemed a breach of contract. • -2- . , The right is reserved by the City to suspend this agreement at any time or to terminate for just cause. Such suspension or termination may be effected by giving the Consultant fifteen (15) days written notice. Project suspensions for thirty (30) days or more shall be considered justification for a request to increase Consultant's fee and time for completion. If the City abandons the work or subtracts from the work as presently outlined,the Consultant shall be compensated on the basis of the percentage completion ratio of the net fee shown in Exhibit"B", plus actual costs as defined in Section VI. In determining the percentage of work completed, the City shall consider the work performed by the Consultant to the total amount of work contemplated by this agreement. Additions to the scope of work as defined in Exhibit"A" will require negotiation of a supplemental agreement or agreements. For any work beyond the scope of services outlined by Exhibit"A", the Consultant will be required to document the additional work, estimate the cost to complete said work and obtain written approval from the City before such work begins. V. OWNERSHIP OF ENGINEERING DOCUMENTS All tracings, plans, maps, computations, sketches, charts, computer/digital files and other data prepared or obtained under the terms of this Agreement shall be delivered to and shall become the property of the City without restriction or limitation as to its further use. VI. FEES AND PAYMENTS In consideration of the performance of the Engineering Design Services described in this Agreement, the Consultant shall be paid actual costs plus a fixed fee to a maximum fee of$219,703. The maximum fee will consist of a compilation of estimated direct salary costs, direct non-salary costs,indirect salary costs, indirect non-salary costs and direct salary payroll additives, as provided in Exhibit "B", attached, plus sub- contracts as provided in Exhibit"C", attached. Direct salary costs are defined as direct salaries paid to principals, engineers, technicians, draftsmen and other personnel directly assigned by the Consultant to this project. Direct non-salary costs include, but are not limited to, those costs incurred by the Consultant for travel, subsistence, supplies, reproductions, photography, printing, computer charges, subcontractors, special equipment and materials required for this project and such other similar items. -3- Indirect salary costs are defined as actual wages paid to all employees,clerical and stenographic, administrative and supervisory of the Consultant for work not directly chargeable to individual contracts. Indirect non-salary costs are all non-salary costs of the Consultant's business operations which are not directly chargeable to individual contracts. The direct salary additives are related costs which are paid by the Consultant such as Social Security and unemployment taxes, wages paid for vacations and holiday, wages paid for sick, military,jury, and other authorized leave, group insurance, pension and so forth. For the purpose of calculating the maximum fee under this Contract, the sum of the indirect additives shall be 1.6167 times the direct salary costs. An amount consisting of 12% of the total sum of direct salary costs plus indirect additives was added for profit. The Consultant shall submit monthly invoices which shall be based on actual costs incurred during the calendar month. The monthly payments shall be based upon the satisfactory prosecution of the work and shall be substantiated by monthly progress reports. The Consultant shall submit a final voucher for the project no later than 30 days after the close of the Consultant's fiscal year during which the project is completed. The acceptance by the Consultant of the final payment shall constitute and operate as a release to the City for all claims and any liability to the Consultant, his representatives and assigns for any and all things done, furnished or relating to the services rendered by the Consultant under or in connection with this Agreement or any part thereof. The Consultant shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred and study activities and shall make such materials available at his office at all reasonable times during the contract period and for three (3) years from the date of final payment under this Agreement; such records to be available for inspection by the City and copies thereof shall be furnished by the Consultant, if required. The Consultant shall be responsible to determine when services are outside the scope of services defined by this agreement. In such event, the Consultant must immediately notify the City in writing. The Consultant shall also be responsible to identify when a change in the work scope necessitates an increase in the maximum fee under this contract. When the Consultant identifies that an increase is in order, he will be required to estimate the additional costs necessary to complete the additional work, document the reasons for this increase and receive prior approval from the City in writing before expenditures beyond the maximum fee amount are incurred. The City shall not be obligated to reimburse the -4- Consultant for costs which have not been approved in excess of the maximum fee amount. VII. FORBIDDING USE OF OUTSIDE AGENTS The Consultant warrants that he has not employed or retained any company or person, other than bona fide employees working for the Consultant, to solicit or secure this Agreement and that he has not paid or agreed to pay any company or person, other than a bona fide employee any fee, commission, percentage,brokerage fee, gift or any other consideration contingent upon or resulting from the award of making of this Agreement. For breach or violation of this warranty, the City shall have the right to deduct from the Agreement price or consideration, or otherwise, recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. VDT. RESPONSIBILITY FOR CLAIMS LIABILITY The Consultant agrees to save harmless the City from all Claims and Liability due to the negligent activities of himself, his agents or his employees. In this connection,the Consultant will carry insurance in the following kinds and amounts. 1. Comprehensive Auto $100,000 P.L. $50,000 P.D. Liability 2. Comprehensive General $300,000 P.L. $50,000 P.D. Liability 3. Workmen's Compensation Statutory 4. Professional Liability $1,000,000 The insurance specified above shall be maintained until the Consultant's work has been completed and accepted by the City. The Consultant shall furnish proof of insurance coverage, if requested by the City. It is acknowledged by both parties that Consultant's scope of services does not include services related in any way to hazardous materials. Consultant hereby states, and the City acknowledges,that Consultant does not have professional liability(errors and omissions) or other insurance covering asbestos or pollution claims, that is, insurance for claims or claims expenses arising out of the performance of or failure to perform professional services, including, but not limited, to the preparation of reports, designs, drawings and specifications,related to the investigation, detection, abatement, replacement or removal of parts, materials or processes containing asbestos or relating to the actual, alleged or threatened discharge, dispersal, release or escape of pollutants (defined herein as any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste), nor is Consultant -5- reasonably able to obtain such coverage. Accordingly, City hereby agrees to bring no claim for negligence, breach of contract, indemnity or otherwise against Consultant, its principles,employees, agents and consultants if such claim in any way would relate to asbestos or pollutants in the PROJECT. IX. NON-RAIDING CLAUSE The Consultant shall not engage the services of any personnel or persons presently in the employ of the City for work covered by this Agreement without the written consent of the employer of such persons. X. GENERAL COMPLIANCE WITH LAWS The Consultant hereby agrees to comply with all Federal, State and Local Laws and ordinances applicable to the work. XI. PROFESSIONAL REGISTRATION AND SUBCONTRACTS The Consultant hereby agrees to affix the seal of a registered professional engineer license to practice in the State of Nebraska on all reports and plans prepared hereunder except for those plans designed by the City. The Consultant agrees to provide these professional services using staff personnel with specialized skills, experience and professional qualifications. Any work subcontracted other than that specifically provided by this Agreement shall first have the written approval of the City. XII. ORGANIZATION CHART The Consultant shall furnish an organization chart of all key personnel who will be involved in this project as outlined in this Agreement. Any deviations or revisions in personnel as shown in the project organization chart shall be subject to the prior approval of the City. All personnel revisions or replacements shall be made with people of equal ability and experience, in the opinion of the City, and failure of the Consultant to provide capable replacements to the satisfaction of the City shall be basis for termination of the Contract and the method of Contract settlement shall be as outlined in Section IV. The project organization chart is as shown in Exhibit "E" hereto, and made a part of this Agreement. XII. ARBITRATION Any disputes between the City and the Consultant not disposed of by this Agreement between the parties may be settled by arbitration as provided by Section 25- 2103 through 25-2120, Nebraska Reissue Revised Statutes of 1943. -6- XIV. FAIR EMPLOYMENT PRACTICES ACT The Consultant agrees to abide by the provisions of the Nebraska Fair Employment Act of 1965, R.R.S. 1943,48-1101 through 48-1125. XV. SUCCESSORS AND ASSIGNS This Agreement shall be binding on successors and assigns of either party. XVI. SUBLETTING, ASSIGNMENT OR TRANSFER Subletting, assignment or transfer of all or part of the interest of the consultant (except as provided) is hereby prohibited unless prior written consent of the other parties is obtained therefore. XVII. NONDISCRIMINATION The Consultant shall not, in the performance of this Agreement, discriminate or permit discrimination against any person because of race, sex, age, or disability or political or religious opinions or affiliations in violation of federal or state local ordinances. XVIII. PROJECT SCHEDULE Exhibit "D" attached hereto is incorporated herein as the proposed project schedule. XIX. CERTIFICATION OF CONSULTANT The attached certification, identified as Exhibit"F', shall be completed by an authorized signatory of the Consultant and is hereby made a part of this Agreement. XX. UNEMPLOYMENT COMPENSATION FUND PAYMENTS Before final payment is made by the City to the Consultant of the final three percent (3%) due hereunder, the Consultant shall furnish the City a written clearance from the Commissioner of Labor of the State of Nebraska certifying that all payments due of contributions or interest which may have arisen under this contract have been paid by the Consultant, or its subcontractor to the Unemployment Compensation Fund of the State of Nebraska. -7- XXI. CITY SUPERVISION It is hereby mutually agreed that the City shall have responsible supervision of all the services included herein,but no employee of the Consultant's direction is or shall be deemed to be an employee of the City. The Consultant shall at all times have or cause to have in force Workers Compensation insurance covering all its employees and those of any subcontractor and those of anyone under its direction and control. XXII. PAYMENT FOR SERVICES, MATERIAL AND EQUIPMENT The Consultant agrees to pay all persons, firms or corporations, having contracts directly with the Consultant or with subcontractors of Consultant, all just claims due them for the payment of services, material and equipment furnished and for the payment of material and equipment rental which is actually used or rented in the performance of this contract. XXIII. ASSESSMENT FOR TAXATION Consultant shall comply with, and shall cause to be complied with Section 77- 1323, Reissue Revised Statutes of Nebraska, 1943, as amended and shall furnish a certified statement to be attached to the contract that all equipment to be used on the project, except that acquired since the assessment date, has been assessed for taxation for the current year, giving the County where assessed. During the performance under this contract,additional such statements shall be furnished by the Consultant as may be required by such law or as may be required by the City or its authorized agent. XXIV. AMENDMENTS OR ADDITIONS No amendments or additions shall be made to this Agreement except in writing. g P g Future agreements between the parties must likewise be in writing. XXV. FINANCIAL INTEREST Pursuant to Section 8.05 of the Home Rule Charter of the City of Omaha,no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City contract. A violation of that section with the knowledge of the Consultant, in addition to constituting employee malfeasance, shall be cause for the City to unilaterally terminate or void this Agreement. XXVI. INCREASE OF FEE The parties hereto acknowledge that, as of the date of the execution of this Agreement, Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts for purchases which taken alone increase the original fee as awarded(a)by ten percent, if the original fee is one hundred fifty thousand dollars -8- ($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. XXVII. DRUG-FREE WORKPLACE POLICY The Consultant shall have an acceptable and current drug-free workplace policy on file with the State. XXVIII. STANDARD OF PERFORMANCE The Standard of care for all professional engineering, consulting and related services performed or furnished by the Consultant under this Agreement will be the care and skill ordinarily used by members of the Consultant's profession practicing under the same or similar circumstances at the same time and in the same locality. The Consultant makes no warranties, express or implied, under this Agreement or otherwise,in connection with the Consultants services. XXIX. FEES AND PAYMENTS Upon completion and acceptance of the design services by the City, a final audit, if deemed necessary, of all invoiced amounts will be completed by the City or authorized representative, and the Consultant agrees to furnish the City or authorized representative all necessary documentation for the audit. XXX. CONSTRUCTION ADMINISTRATION SERVICES Construction Administration Services for the Abbott Drive and I-480 Ramp bridges associated with the Arena/Convention Center shall be determined at a later date. • These additional services are not a part of this agreement but may be added by supplemental agreement between the City and the Consultant. -9- n i ' IN WITNESS WHEREOF, the parties hereto have caused presents to be executed by their proper officials thereunto duly authorized as to the dates below indicated. 1 ,I EXECUTED by the Consultant this 29 day of MA.tei1 , 2001. ATTEST: /14 iPi At BY9'ittlt Matthew B. Tondl, Sr. Vice President EXECUTED by the City this / day of %i.e./ ,2001. ATTEST: - ''( l' BY ty• leak. Mayor of the City of Omaha . APPROVED AS TO FORM: ty Attorney -10- i EXHIBIT "A" DESCRIPTION OF PROJECT AND SCHEDULE OF SERVICES FOR ABBOTT DRIVE BRIDGE FINAL DESIGN • A-1 • CITY OF OMAHA CONVENTION CENTER/ARENA BRIDGES ABBOTT DRIVE BRIDGE FINAL BRIDGE DESIGN SCOPE OF SERVICES General Description This Scope of Services incorporates final design services for the Abbott Drive Bridge over the Union Pacific Railroad yard associated with improvements for the Omaha Convention Center/ Arena. Design Tasks Task 1.0—Abbott Drive Bridge final design The proposed bridge cross section will consist of a two 26'-0"clear roadways separated by a 16'-0" raised median. A 12'-0" wide sidewalk will be located along the south edge of the bridge and would be separated from the traffic lanes by a concrete barrier topped with a metal railing. The bridge will include light treatments consistent with existing lighting on Abbott Drive and will incorporate decorative fencing and railing treatments. The proposed structure is a two-span, haunched steel girder with span lengths of approximately 162' and 175'. The abutments will be positioned behind mechanically stabilized earth (MSE)walls. Although this bridge will not come under review by the Nebraska Department of Roads (NDOR), it is assumed that plans will generally be in compliance with formats used by NDOR in order to provide familiarity to bidding contractors. It is assumed that all pay items and specifications will comply with the NDOR 1997 Standard Specifications for Highway Construction, English units. This task also includes detailing the MSE wall control geometry, special details to accommodate aesthetic wall treatments and support of lightpoles on walls, and coordination with the geotechnical consultant (GSI)to update the required pattern of stone columns below the approach embankments. Task 2.0—Special Provisions Special provisions will be prepared for pay items that are not standard items to the NDOR Specifications. Specifically, any special aesthetic details or features may require special provisions. Task 3.0—Aesthetic detailing by EDAW This task incorporates work effort by the aesthetic subconsultant (EDAW) to finalize dimensions and details for aesthetic treatments to the bridge and associated approach elements (MSE walls, lighting, median treatment, etc.). Task 4.0—Coordination and Project Management 4.1 - Coordination & meetings with the City, Lamp Rynearson Asssociates & EDAW Six meetings are assumed during the course of the design to coordinate with the City, LRA and/or EDAW. Assume a duration of two hours per meeting for three staff members along with an allowance for meeting preparation and A-2 • - documentation. Also, assume 32 hours of miscellaneous coordination for the project manager. 4.2— Quality Assurance/Quality Control Review Includes effort for quality control reviews by a senior bridge engineer at key milestones in the plan development. 4.3—Address Review Comments Includes effort to respond to and address review comments from the City resulting from their review of the 90% plan submittal. 4.4—Project Management Provide staff management, monthly invoicing, and progress reports. Management is assumed over a project duration of seven months. Deliverables 50%Plan Submittal At approximately the 50% completion stage corresponding to completion of the foundation design for the abutments and pier(checking of foundations not necessarily complete), a partial plan submittal will be made to the City, Geotechnical Services Inc., and LRA for coordination purposes. The purpose will be to coordinate bridge limits, MSE Wall configurations and extent of required subsurface ground modification with stone columns or Geopiers. Assume two copies of ten full size drawings to each of the three parties. 90%Plan Submittal At 90% completion of plans, a submittal will be made to the City for review and comment. The submittal will include three sets of'/ size bridge plans as well as drafts of required special provisions. At this submittal, the bridge will generally be designed and detailed although some minor checking,bill of bars or quantities may not be included on the plans. Completion of the plans will continue while the 90% submittal is being reviewed by the City. Final Plan Submittal Upon completion of the bridge plans, one record set of sealed full-size bond plots will be provided to the City of Omaha along with a final copy of the special provisions. It is assumed that the City will provide all other"front end" documents necessary to complete the bid set. An Opinion of Probable Construction Cost will be provided with this submittal based on typical unit prices. One copy of design calculations, check calculations, quantity calculations and quantity check calculations will also be provided to the City. Schedule It is anticipated that Notice to Proceed will be provided by April 9, 2001 and final plans will be completed by September 24, 2001. The 50% submittal is tentatively targeted for June 25, 2001 and the 90% submittal for August 20, 2001. A two week review period is assumed for the City for both submittals. ' Assumptions • Lighting design will be prepared by others. IDR's effort will be limited to the incorporation of electrical conduit,pull boxes, bridge or wall mounted support blisters and anchor bolts for lighting standards as necessary on the bridge or MSE A-3 • walls. Actual design of light pole spacing, under-bridge lighting, illumination levels or lighting circuitry is assumed by others. • It is assumed that surveyed railroad track locations and elevations as well as the location of the existing 60" sanitary sewer will be provided at least two weeks prior to the Notice-to-Proceed for final design so that the preliminary span arrangement for the bridge can be finalized. • With the exception of the layout of MSE walls at each end of the bridge, it is assumed that design of adjoining embankments and paving will be by others. It is assumed that LRA will provide a proposed grading plan in for the approach embankments, including the vicinity of the new high voltage electrical transmission pole off the northeast corner of the Abbott Drive Bridge. • In accordance with procedures used to detail utilities mounted under bridge decks for past bridge projects, it is assumed that HDR will contract separately with utility companies that require utilities to be suspended from the bridge. Included in these separate contracts will be efforts for detailing hanger systems and sleeves through abutments. • Right-of-way design and any phasing plans for the proposed bridge site are assumed by others. • Although not anticipated to be required, any environmental studies or permitting applications necessary for the bridge are assumed to be performed by others. • It is assumed that all plans will be prepared in Microstation format using standard cell fonts, layering and linestyles compatible with NDOR standards. • Plans, quantities and special provisions will be prepared utilizing English units; it is assumed that the governing construction specifications will for the bridge and roadway construction will be the 1997 NDOR Standard Specifications for Highway Construction, English Units. • Public hearings or other forms of public interaction are not included within this scope of services. • No effort has been included for special packaging efforts to incorporate the bridge designs into packages with other roadway plans. It is assumed that the bridge plans will be provided in a stand-alone package and that any further packaging is assumed to be conducted by others. It is assumed that the City will prepare the bid package including any "front end" documents. • Since HDR has no control over the cost of labor, materials, equipment or services furnished by others, or over the Contractor's methods of determining prices, or over competitive bidding or market conditions, Opinions of Probable Construction Cost provided are made on the basis of HDR's experience and qualifications and represent HDR's judgment performed in a manner consistent with that level of care and skill ordinarily exercised by other professional consultants under similar circumstances who are familiar with the construction industry. Therefore,HDR cannot and does not guarantee that bid or actual con- struction costs will not vary from Opinions of Probable Construction Costs. • Fees for Construction Administration services are not included in this proposal but may be added as a supplemental agreement at the City's option. A-4 EXHIBIT "B" FEE BREAKDOWN B-i ABBOTT DRIVE BRIDGE FINAL BRIDGE DESIGN FEE SUMMARY Hourly Total Labor Rate Manhours Labor Project Principal $50.81 x 16 = $813 PM / Sr. Engineer $43.06 x 741 = $31,910 Project Engineer $23.93 x 570 = $13,640 Drafter/Technician $22.19 x 648 = $14,380 Steno/ Clerical $18.14 x 33 = $599 $61,342 Overhead ( 161.67% of labor) $99,171 $160,513 Expenses Local Mileage 100 miles @ $0.325 = $33 Printing & Plotting - Photocopies 3000 copies @ $0.07 = $210 -11x17 Plots 527 plots @ $0.15 = $79 -24x36 Plots 65 plots @ $0.66 = $43 Computer Charges -PC 524 hours @ $10 = $5,240 -PC CADD 583 hours @ $15 = $8,745 BSDI Services 1 LS @ $3,000 = $3,000 Telephone 10 calls @ $5 = $50 Shipping 2 mailings @ $10 = $20 $17,419 Fixed Fee ( 12% of Labor + Overhead) $19,262 Subconsultant (EDAW) $22,509 Total Fee $219,703 • B-2 ABBOTT DRIVE BRIDGE FINAL BRIDGE DESIGN MANHOURS Project PM/ Project Drafter/ Steno/ Total Sheet No. Sheet Title Principal Sr. Engineer Engineer Technician Clerical Manhours Task1.0 Final Bridge& Wall Design _ 1 General Notes, Quantities&Index 0 48 48 8 4 108 2 Plan & Elevation 0 20 24 20 0 64 3 Pile Layout, Geology, Shoring 0 3 10 20 0 33 4 Abutment 1 0 12 20 24 0 56 5 Abutment 1 Details&Bill of Bars 0 12 20 24 0 56 6 Abutment 2 0 12 20 24 0 56 7 Abutment 2 Details&Bill of Bars 0 12 20 24 0 56 8 Pier Details 0 20 24 22 0 66 9 Pier Details 0 20 24 22 0 66 10 Girder Framing Plan & Elevation 0 42 32 22 0 96 11 Girder Details 0 8 8 10 0 26 12 Field Splice Details 0 8 12 12 0 32 13 Crossframe Details 0 32 24 20 0 76 14 Camber&Blocking Data 0 22 20 10 0 52 15 Camber&Blocking Data 0 22 20 10 0 52 16 Bearing Details 0 12 8 20 0 40 17 Typical Section 0 8 10 20 0 38 18 Slab Reinforcing Plan/Pouring Plan 0 8 10 24 0 42 19 Slab Details 0 8 10 24 0 42 20 Parapet Details 0 16 18 24 0 58 21 Fencing Details 0 24 16 24 0 64 22 Fencing Details 0 24 16 24 0 64 23 Pedestrian Railing Details 0 4 10 20 0 34 24 Lighting Details 0 12 8 20 0 40 25 Drains&Architectural Details 0 18 14 24 0 56 26 Miscellaneous Details 0 16 8 20 0 44 27 Approach Slab Details 0 14 10 20 0 44 28 Parapet Rails on Approach Slab 0 14 12 16 0 42 29 West Abutment MSE Wall Geometry 0 8 12 20 0 40 30 East Abutment MSE Wall Geometry 0 8 12 20 0 40 31 MSE Wall Details 0 18 24 24 0 66 Subtotal 0 505 524 616 4 1649 Task 2.0 Special Provisions 0 24 8 0 6 38 Task 3.0 Aesthetic Detailing (By EDAW) 1 Task 4.0 Coordination&Proj. Mngmt. Coordination w/City, LRA& EDAW _ 6 69 14_ 0 9 98 Quality Assurance/Quality Control 0 40 0 0 4 44 Respond to Review Comments 0 20, 24 32 0 76 Project Management 10 83 0 0 10 103 Subtotal 16 212 38 32 23 321 Total Manhours 2008 B-3 • EXHIBIT "C" EDAW SUBCONSULTANT COSTS c-i . . • 0 . 0000 00 00 0 Wn 0 0 `� 0 00 0 0 0 0 K,.•. w O\ O\ In o0 N o0 4 O\ S cM O 0o M al N O N 6�? 00 � 0 ,--1 .14 C\ t" VD %O 0 OO O� O� y''q$1©' 0 69 69 EA b4 M In � EA EA 6A in O cr O O r) EA ESAen en ER W oo _ cn 1. 0x 0Z N • fir• . .. 5 0 V 0 Q •--- 00 a ti 00 00 o 69 a " " v ‘O \O 0 N E 5 el I :... 0 5 ° Cr oA U ¢ v o 0 0 0 0o Q 6,3 ¢ v o 0 0 o v N o: o at tri O4 VV VI °° a VD VD N M 00 oo M r►+, .M-, ni N \O N N 00 " VI vn : EA a, A C EA c A O "Q cp O O ►•.� O 4 0) ER a �--� — 0 0 O 0 N 0 O O O + M h-� ifi 6) rn Q R 0 0 0 Q 0 - ° a °1 0 y r� 4 G, r y 0 0 y U bA O a w w Li PO 4 a—. E.cn 0 W ▪; 1 en0:10) aCi a�i •C ,,, aMi .0 y Q - 6 .. ° . 0 Z .``3 . a b 1,...1 .0 w ., i� o g b g y o a y a c �' z a 0 �„ e0 7y •a r., 00 r 8 Q •Z 0 o I- w = .z o •c 0 o c a a 0, w :, o >' y o 0 0 7 o o a0i o .e o 0 �O -o VI U U v� "o .a vn U r� , cn F 04 F 01) ,p as x m 2 a C-2 f I 1 0 o 00 - o cra 4-4 may a W ob 60 V .0 0 v .-4 • ri 3 .) b W o y cd N ft CI WI cyd W 5 a ° 8 •Q U CO a a g 3E 0 R- -a caca • N a. bo .10 it .1 ca a fa 4 a ou . a> o EI taOa, C v p r� as. yw. a= OE ,. 0 •t e a1 d " o w a ob •o E -- ° 0 .5 2y p a a.) .0 m Zr° U U O co > iS a C-3 EXHIBIT "D" SCHEDULE D-I T 0 4- U • O Q .N O . N CO � W m Q cc � W LIJ C7 0 . ZEw a) W CO p J Z > 0 0 O CCCI W H E W r r m co; O • J Q O m Z U Q LL Q I 2 a (C� IC a) a) U O i ] .a 2 „ o N a[ U) l o 0 •0 O c 0 0 < Il In rn D EXHIBIT "E" ORGANIZATION CHART E-1 1 a) 0 - :CD � � m � ' I .co 0_ w 2 Q W is co w o Q rr 0 C) a �C o C.) c Q Q_ a N a) z O Cl) c 0_ a) cn W O - cn 0 7 L • = 101 5 a.. 0_ I- I— C ZCCI U _ _ c� w C UW W C t G 0 Q' o N � ev zQ � O F !� E N � _ J 0 " Lu H0E N OQ '� � YYz .00W W ~ .L -0 C, _ ~ m z E m O as2Q Cl) zma o � I- (5 z O m a: � o4 0 a CC 0 • 0 r � o C) a 0_ .0 C W- . 0_ 0. 'o1- a Ct 2 PAk ♦ EXHIBIT "F" CONTRACT COMPLIANCE During the performance of this Contract, the Consultant agrees as follows: 1. The Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment, without regard to their race, religion, color, sex or national origin. As used herein, the word"treated" shall mean and include,without limitation, the following: recruited (whether advertising or by other means); compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The Consultant agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the consulting officers setting forth the provisions of this nondiscrimination clause. 2. The Consultant shall in all solicitations or advertisements for employees placed by or on behalf of the Consultant, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex or national origin. 3. The Consultant 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 of worker's representative of the Consultant's commitments under the Equal Employment Opportunity Clause of the City of Omaha and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Consultant shall furnish to the Contract Compliance Officer all Federal forms containing the information and reports required by the Federal government for Federal contracts under Federal rules and regulations, and including the information required by the Contract Compliance Ordinance, inclusive, and shall permit reasonable access to his records. Records accessible to the Contract Compliance Officer shall be those which are related to Paragraphs 1 through 7 and only after reasonable notice is given the Consultant. The purpose for this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5. The Consultant shall take such actions with respect to any subcontractor as the City may direct as a means of enforcing the provisions of Paragraphs 1 through 7 herein, including penalties and sanctions for noncompliance, provided,however, that in the event the Consultant becomes involved in or is threatened with litigation as the result of such directions by the City, the City will enter into such F-1 4 litigation as is necessary to protect the interests of the City and to effectuate the provisions of the Ordinance and in the case of contracts receiving Federal assistance,the Consultant or the City may request the United States to enter into such litigation to protect the interests of the United States. 6. The Consultant shall file and shall cause his subcontractors, if any to file compliance reports with the Consultant 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 at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the Consultant and his subcontractors. 7. The Consultant shall include the provisions of Paragraphs 1 through 7 of this Section, Equal Employment Opportunity Clause and the Contract Compliance Ordinance in every contract or purchase order so that such provisions will be binding upon each subcontractor or vendor. t").1j/1",ej 6"driaZ Matthew B. Tondl Notary Public Senior Vice President HDR ENGINEERING, INC. GENERAL NOTARY-State of Nebraska SHERI E.MILLER ^ L 4 My Comm.Exp.Feb.3,2002 F-2 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER r Omaha,Nebr April 10, 2001 RESOLVED BY THE CITY COUNCIL OF THE CITY.OF OMAHA: WHEREAS, a bridge will be needed on the relocated Abbott Drive over the Union Pacific Railroad yard near the Omaha Convention Center/Arena site; and, WHEREAS, HDR Engineering, Inc. ha agreed to provide a preliminary and final design for the bridge, the scope of which is detailed in Exhibit "A" of the attached Agreement, and which by this reference is made a part hereof; and, WHEREAS, HDR Engineering, Inc. has agreed to provide these services for a fee of $219,703.00, which will be paid from the year 2001 Convention Center/Arena Organization 1196, Agency 195, Fund 360; and, WHEREAS, the Public Works Department does not have sufficient staff to undertake this project at this time. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the Engineering Agreement with HDR Engineering, Inc., for preliminary and final design of a bridge for relocated Abbott Drive where it passes over the Union Pacific Railroad yard near the Omaha Convention Center/Arena project,is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay $219,703.00 for these engineering services from the year 2001 Convention Center/Arena Organization 1196, Agency 195,Fund 360. P:\PW1\1720p.doc APPROVED AS TO FORM: CITY ATTORNEY DATE B %/ Y ' C uncilmember Adopted APR 10-2001 'Cif Clerk Approved. ,� / T/` 4/ .r . by '—' C) '6, 'z3 y C) 7z1 C7 "? x 7cJ .`11. tin CD `t ,C r� co . �. 5 CD r� a N z > N 0 > P, � 4) if I ON o J cu 'd ``- o pa O sv CI, ' O 0 CD tC Z l� u �--, 0O .0p tD o cD Po �' vpa 0 O trn • e.F a z)' ors . 5 . o50._ o Oa T Y O V O co 't O O UQ • —lIN, ` 0 r-r CY O CD .-t = D3 `C o ... COD n o ora 0OA n ® q0p . CD C C Cb - aq CD N CD Y tC CD - .O''S 'fir=''. am... Q.CDCDOC n. Cr a a 0 5 7 a 0 o o ' . .