RES 2018-1163 - Agmt with HDR Engineering Inc for OPW 53269, West Papio interceptor siphon rehabilitation and odor controlDEC 1 8 2018
City.of Omaha
Jean Stothert, Mayor
Honorable President
and Members of the City Council,
Public Works Department
Omaha/Douglas Civic Center
1819 Famam Street, Suite 601
Omaha, Nebraska 68183-0601
(402) 444-5220
Fax (402) 444-5248
Robert G. Stubbe, P.E.
Public Works Director
Transmitted herewith is a Resolution approving a Professional Services Agreement with HDR
Engineering, Inc. to provide professional services on OPW 53269, being the West Papio,
Interceptor Siphon Rehabilitation and Odor -Control Project, which is associated with Capital
Improvement Program Project No. 1982E509.
This Agreement includes conceptual design services, and additional services as identified in the
attached agreement.
HDR Engineering, Inc. has agreed to perform these services for a fee not to exceed, $99,633.00,
to be paid from the Sewer Revenue Improvements Fund 21124, Neighborhood Sewer Renovation
Organization 116911, year 2018 expenditure. Sewer Revenue Bonds will be issued to finance
this project.
HDR Engineering, Inc. has filed the required Contract Compliance Report, Form CC-1, as
determined by the Human Rights and Relations Department.
The Public Works Department requests your consideration and approval of the attached
Resolution and Agreement.
Rpsfectfully submitted
obert G..Stubbe, P.E. Date
Public Works Director
Approved as to Funding:
Stepp n B. Curtiss Date
Finance. Director
2247Cgrp.
t
'
2�
ranklin Y. Thompson Date
Human Rights and Relations Director
Referred to City L Council for
Consideration:
'i✓G Z
ayor's Office Date
City Clerk Office Use Only:
Publication Date (if applicable):
RESOLUTION NO.
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha, Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
Agenda `- Date:
Department:
. WHEREAS, professional engineering services are needed in conjunction with OPW 53269
being the West Papio Interceptor Siphon Rehabilitation and Odor Control Project; and,
WHEREAS, HDR Engineering, Inc. was selected by the Architects and Engineers
Selection Process and has agreed to provide professional services as listed in the attached
Professional Services Agreement, which by this reference is made a part hereof; and,
WHEREAS, HDR Engineering, Inc. has agreed to perform these services for a fee not to
exceed $99,633.00 to be paid from the Sewer Revenue Improvements Fund 21124,
Neighborhood Sewer Renovation Organization 116911, year 2018 expenditure. Sewer Revenue
Bonds will be issued to finance this project. .
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
OMAHA:
THAT, as recommended by the Mayor, the Professional Services Agreement with HDR
Engineering, Inc. to provide professional services on OPW 53269 being the West Papio
Interceptor Siphon Rehabilitation and Odor Control Project, is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay a fee not to exceed $99,633.00 from
the Sewer Revenue Improvements Fund 21124, Neighborhood Sewer Renovation Organization
116911, year 2018 expenditure. Sewer Revenue, Bonds will be issued to finance this project.
2247grp APPROVED AS TO FORM
2J��0
1( ATTORNEY DATE
Adopted:
Attest:
City
Approved
Mayor
i
�l
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT is hereby made and entered into this day of - A�Aj, by and between the
City of Omaha, a municipal corporation located in Douglas County, Nebraska (hereinafter referred to as the "City"),
and HDR Engineering, Inc. (hereinafter referred to as the "Provider"), on the terms, conditions and provisions as set
forth herein below. All references to "Contractor" shall mean "Provider".
I. PROJECT NAME AND DESCRIPTION
OPW 53269, West Papio Interceptor Siphon Rehabilitation and Odor Control, Conceptual design/scoping of
36th and Raynor Siphon Repair/Replacement
II. DUTIES OF PROVIDER
A. Provider agrees to perform professional services, as set out and more fully described in the Proposal
attached hereto, for the City, relative to the above -referenced project which is illustrated in Exhibit `B"
attached hereto. Such services shall be completed within a 120 calendar day period after receipt of a
purchase order from the City.
B. Provider designates Matt Tondl, whose business address and phone number is 8404 Indian Hills Drive,
Omaha NE 68114, 402-548-5112 as its project manager and contact person for this project.
C. Provider agrees to maintain records and accounts, including personnel, financial and property records,
sufficient to identify and account for all costs pertaining to the project and certain other records as may
be required by the City to assure a proper accounting for all project funds. These records shall be made .
available to the City for audit purposes and shall be retained for a period of five (5) years after the
expiration of this Agreement.
D. Provider agrees to prepare a schedule of compensation, detailing hourly rates for all compensated
providers, employees, and subcontractors.
E. Provider agrees to complete, within 120 calendar days of receipt of a purchase order from the City, the
necessary services. The City recognizes that completion within this deadline is contingent upon timely
response from utilities and City input.
F. Provider agrees to have a current Contract Compliance Form (CC-1) on file with the City's Human
Rights and Relations Department prior to signing the agreement.
III. DUTIES OF CITY
City designates Steve Andersen, whose business address and phone number are 6880 Q St, Omaha, NE
68117, 402-444-5265 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.
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 $99,633.00. Detailed breakdown of costs shall be shown in Exhibit "C".
B. Reimbursable expenses shall be billed to the City by the Provider.
C. INCREASE OF FEES
The parties hereto acknowledge that, as of the date of the execution of the Agreement, Section 10-142
of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which
taken alone increase the original fee as awarded (a) by ten percent, if the original fee is one hundred
fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars ($75,000) or more,
shall be approved by the City Council in advance of the acceptance of any purchase in excess of such
limits. However, neither contract nor purchase amendments will be split to avoid advance approval of
the City Council.
The originally approved scope and primary features of a contract or purchase will not be significantly
revised as a result of amendments not approved in advance by the City Council. The provisions of this
section will be quoted in all future City contracts. Nothing in this section is intended to alter the
authority of the Mayor under section 5.16 of the Charter to approve immediate purchases.
V. OWNERSHIP OF INSTRUME TS OF SERVICE
The City acknowledges the Provider's documents, including electronic files, as instruments of professional
service. Nevertheless, upon completion of the services and payment in full of all monies due to the Provider,
the final documents prepared under this Agreement shall become the property of the City. The City shall not
reuse on another Project or make any modifications to the documents without prior written authorization of
the Provider. The City agrees, to the fullest extent permitted by law, to indemnify and hold harmless the
Provider, its officers, directors, employees and subconsultants (collectively, Provider) against any damages,
liabilities or costs, including reasonable attorneys' fees and defense costs, arising from or in any way
connected with the unauthorized reuse or modification of the documents by the City, regardless of whether
such reuse or modification is for use on this Project or another Project.
VI. ADDITIONAL SERVICES
In the event additional services for the aforementioned Project not covered under this Agreement are required,
the Provider agrees to provide such services at a mutually agreed upon cost.
VII. INSURANCE REQUIREMENTS
The Provider shall carry professional liability insurance in the minimum amount of one half million dollars
and shall carry workers' compensation insurance in accordance with the statutory requirements of the State of
Nebraska.
VIII. INDEMNIFICATION
The Provider agrees, to the fullest extent permitted by law, to indemnify, defend and hold harmless the City,
its officers, directors and employees (collectively, City) against all damages, liabilities or costs, including
reasonable attorney's fees and defense costs, to the extent caused by the Provider's negligent performance of
professional services under this Agreement and that of its subconsultants or anyone for whom the Provider is
legally liable; provided, that with respect solely to the said duty to defend, such duty of the Provider to defend
shall arise only if, and to the extent, such duty is covered by Provider's liability insurance. The City agrees,
to the fullest extent permitted by law, to indemnify and hold harmless the Provider, its officers, directors,
employees and subconsultants (collectively, Provider) against all damages, liabilities or costs, including
reasonable attorney's fees and defense costs in connection with the Project, to the extent caused by the City's
negligent acts or the negligent acts of anyone for whom the City is legally liable. Neither the City nor the
Provider shall be obligated to indemnify the other party in any matter whatsoever for the other party's own
negligence.
IX. TERMINATION OF AGREEMENT
This Agreement may be terminated by the City upon written notice to the Provider of such termination and
specifying the effective date at least seven (7) days prior to the effective date of such termination. In the
event of termination, the Provider shall be entitled to just and equitable payment for services rendered to the
date of termination, and all finished or unfinished documents, data surveys, studies, drawings, maps, models,
reports or photographs shall become, at the City's option, its property.
X. GENERAL CONDITIONS
A. Non-discrimination. Provider shall not, in the performance of this Agreement, discriminate or permit
discrimination in violation of federal or state laws or local ordinances because of race, color, creed,
religion, sex, marital status, sexual orientation, gender identity, age, or disability as recognized under
42 USCS 12101 et seq. and Omaha Municipal Code section 13-89, race, color, creed, religion, sex,
marital status, sexual orientation, gender identity, national origin, age, or disability.
B. Captions. Captions used in this Agreement are for convenience and are not used in the construction of
this Agreement.
C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable City
ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations.
Nebraska law will govern the terms and the performance under this Agreement.
D. Interest of the jQity. 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. Mere . This Agreement shall not be merged into any other oral or written agreement, lease, or deed of
any type. This is the complete and full Agreement of the parties.
G. Modification. This Agreement contains the entire Agreement of the parties. No representations were
made or relied upon by either party other than those that are expressly set forth herein. No agent,
employee, or other representative of either party is empowered to alter any of the terms hereof unless
done in writing and signed by an authorized officer of the respective parties.
H. Assignment. The Provider may not assign its rights under this Agreement without the express prior
written consent of the City.
I. Strici Compliance. All provisions of this Agreement and each and every document that shall be
attached shall be strictly complied with as written, and no substitution or change shall be made except
upon written direction from authorized representative.
J. LB 403 Contract Provisions. - NEW EMPLOYEE WORK ELIGIBILITY STATUS - The
Contractor is required and hereby agrees to use a federal immigration verification system to determine
the work eligibility status of new employees physically performing service within the State of
Nebraska. A federal immigration verification system means the electronic verification of the work
authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act
of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated
by the United States Department of Homeland Security or other federal agency authorized to verify the
work eligibility status of a newly hired employee.
If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must
complete the United States Citizenship Attestation Form, available on the Department of
Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such
attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship
and Immigration Services documentation required to verify the Contractor's lawful presence in the
United States using the Systematic Alien Verification for Entitlements (SAVE) Program. 3. The
Contractor understands and agrees that lawful presence in the United States is required and the
Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as
required by Neb. Rev. Stat. §4-108.
K. Certificate of Authorization. If this Agreement contemplates the performance of professional
architecture or engineering work by the Provider, the Provider shall provide to the City, and maintain
in good standing, a current Certificate of Authorization from the State of Nebraska as required by Neb.
Rev. Stat. section 81-3436.
L. Debarment or suspension by anv federal agency. (This section applies if anv part of this Agreement is
funded by a federal a eg ncyl Office of Management and Budget (OMB) guidelines require that any
individual or entity that has been placed on the Excluded Parties List System ("EPLS" - available for
review through www.sam.gov) may not be a participant in a federal agency transaction that is a
covered transaction or act as a principal of a person participating in one of those covered transactions.
These guidelines apply to covered transactions under a grant from any federal agency for which a
recipient expects to receive reimbursement for expenditures incurred or an advance on future
expenditures.
The Contractor providing goods and/or services to the City of Omaha certifies, by acceptance and
execution of this Agreement, that neither it nor its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency. The Contractor further agrees, by accepting and
executing this Agreement, that it will include this clause without modification in all lower tier
transactions, solicitations, proposals, contracts, and subcontracts. Where the Contractor or any lower
tier participant is unable to certify this statement, it shall attach an explanation to this Agreement.
M. Contract Compliance Ordinance No. 35344, Section 10-192
Equal Employment Opportunity Clause
During the performance of this contract, the Contractor agrees as follows:
1) The Contractor shall not discriminate against any employee or applicant for employment because
of race, color, creed, religion, sex, marital status, sexual orientation, gender identity, national
origin, age, or disability. The Contractor shall ensure that applicants are employed and that
employees are treated during employment without regard to their race, color, creed, religion, sex,
marital status, sexual orientation, gender identity, national origin, age, or disability. As used
herein, the word "treated" shall mean and include, without limitation, the following: recruited,
whether by advertising or by other means; compensated; selected for training, including
apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated.
The Contractor agrees to and shall post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the contracting officers setting forth the
provisions of this nondiscrimination clause.
2) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of
the Contractor, state that all qualified applicants will receive' consideration for employment
without regard to race, color, creed, religion, sex, marital status, sexual orientation, gender
identity, national origin, age, or disability.
3) The Contractor shall send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding a notice advising the labor
union or worker's representative of the Contractor's commitments under the Equal Employment
Opportunity Clause of the City and shall post copies of the notice in conspicuous places available
to employees and applications for employment.
4) The Contractor shall furnish to the Human Rights and Relations Director all Federal forms
containing the information and reports required by the Federal government for Federal contracts
under Federal rules and regulations, and including the information required by Sections 10-192 to
10-194, inclusive, and shall permit reasonable access to his records. Records accessible to the
Human Rights and Relations Director shall be those which are related to Paragraphs (1) through
(7) of this subsection and only after reasonable notice is given the Contractor. The purpose for
this provision is to provide for investigation to ascertain compliance with the program provided for
herein.
5) The Contractor shall take such actions with respect to any subcontractor as the City may direct as
a means of enforcing provisions of Paragraphs (1) through (7) herein, including penalties and
sanctions for noncompliance; however, in the event the Contractor becomes involved in or is
threatened with litigation as the result of such directions by the City, the City will enter into such
litigation as necessary to protect the interests of the City and to effectuate the provisions of this
division; and in the case of contracts receiving Federal assistance, the Contractor or the City may
request the United States to enter into such litigation to protect the interests of the United States.
6) The Contractor shall file and shall cause his subcontractors, if any, to file compliance reports with
the Contractor in the same form and to the same extent as required by the Federal government for
Federal contracts under Federal rules and regulations. Such compliance reports shall be filed with
the Human Rights and Relations Director. Compliance reports filed at such times as directed shall
contain information as to the employment practices, policies, programs and statistics of the
Contractor and his subcontractors.
7) The Contractor shall include the provisions of Paragraphs (1) through (7) of this Section, "Equal
Employment Opportunity Clause", and Section 10-193 in every subcontract or purchase order so
that such provisions will be binding upon each subcontractor or vendor.
N. Conflict. In the event of any conflict between this Agreement and any, of the exhibits attached hereto, the terms
of this Agreement shall take precedence.
EXECUTED this le day of � .m�per . , I Q.% .
HDR En in�g`
Provider
ATTE
(Title)
EXECUTED this �� day of(_p�Yt 4f//;,
ATTEST Cl/ . OF OMAHA A Municipal Corporation
By
City Cler Mayor
APPROVED AS TO FORM:
Ile Deputy City ttorney
Revised: 11 /2017
EXHIBIT B
OPW 53269
WEST PAPIO INTERCEPTOR SIPHON REHABILITATION AND ODOR CONTROL
SCOPE 9/28/2018
PROJECT DESCRIPTION
An inverted siphon is located on the 78-inch diameter West Papio Interceptor Sewer outfall that crosses the Big
Papio Creek. The siphon is located east of South 36' Street and south of Gilmore Road in Bellevue, Nebraska. The
inverted siphon consists of three pipes: a 24-inch, a 36-inch, and a 42-inch, and structures located on each side of
the creek. The structures are located within the levee and have a manhole extension or "chimney" that extends
above the high water level.
The "West Papio Interceptor Siphon Rehabilitation and Odor Control" technical memorandum (TM) was completed
by HDR Engineering, Inc. and submitted to the City on July 28, 2018. As part of the TM, a field inspection
completed for the siphon included a manned entry into the upstream siphon structure. The walls and ceiling of the
upstream structure were found to be extremely corroded with concrete corroded up to 3-inches beyond the first mat,
of reinforcing steel. The gates were not functional and the access hatches have been covered up with large blocks of
concrete due to corrosion. In addition to the field inspection and evaluation of the condition of the existing siphon,
The TM determined the recommended design flow for a replacement siphon, and developed preliminary pipe sizing
for the replacement siphon.
Approximately 850 feet upstream of the inverted siphon on the west side of South 361 Street, the 78-inch diameter
West Papio Interceptor Sewer constricts to a 10.25 feet wide by 3.5 feet high reinforced concrete box (RCB) to
avoid conflict with a 60-inch diameter potable water pipe owned by the Metropolitan Utilities District (MUD). This
constricted section is experiencing extreme corrosion and it is the City's desire to replacement this section of pipe at
the same time the inverted siphon is replaced.
This scope of work provides for the conceptual design documents for the 78-inch diameter West Papio Interceptor
Sewer outfall from the downstream end of the inverted siphon to the upstream end on the west side of South 361 St.,
and all associated coordination work with regulatory agencies and utility companies including the City of Omaha,
the United States Army Corps of Engineers (USACE), the Papio-Missouri River Natural Resources District (P-
MRNRD), and MUD.
Final design phase services are not included in this scope of services.
TASK SERIES 100 — PROJECT MANAGEMENT
110 — Team Management and Project Quality Control
120 — Kickoff Meeting
130 — Utility Coordination
TASK SERIES 200 — GEOTECHNICAL INVESTIGATION AND SURVEY
210 — Geotechnical Investigation
220 — Topographic Survey
TASK SERIES 300 — WETLAND DELINEATION AND SECTION 404 PERMIT
310 — Data Collection and Desktop Analysis
320 — Wetland Delineation and Report
330 — Section 404 Permit Application
TASK SERIES 400 — CONCEPTUAL DESIGN
410— Conceptual Drawing and Specification Development
420 — Review of Conceptual Drawings
TASK SERIES 500 — USACE TECHNICAL REVIEW SUBMITTAL
510 — Project Management and Coordination
520 — Prepare and Submit Technical Review Submittal
EXHIBIT B
OPW 53269
WEST PAPIO INTERCEPTOR SIPHON REHABILITATION AND ODOR CONTROL
SCOPE 9/28/2018
TASK SERIES 100 PROJECT MANAGEMENT
Objective: Provide management activities over the Project duration including contract development,
planning, organizing and monitoring Project team activities, attending meetings and
Project cost and quality control.
HDR Activities 110 — Team Management and Proi ect Ouality Control
• Project contract development and management including Project initiation and
development of Project Management Plan for design.
• Resource management and allocation based on Project schedule and activities.
• Schedule, budget and invoice management.
• Production coordination activities.
• Provide and manage a team of HDR review professionals not associated with the
Project design to review deliverables.
• Conduct team meetings to coordinate design elements and distribute project
information across disciplines.
120 —Kickoff Meetine
• Meet with selected City staff for Kickoff meeting to review Project goals,
expectations and objectives.
-Review Project schedule.
-Identify initial information needs and data from the City.
130 — Utility Coordination
• Plan and meet with MUD and selected City staff to discuss the project.
• Contact utilities in the project area and request record drawing information.
Meetings/Travel: Local travel for HDR Omaha staff to City of Omaha Sewer Maintenance Department.
Task Deliverables: Monthly invoicing, kickoff meeting minutes, and utility coordination meeting minutes
Key Understandings
and Assumptions: -HDR's Project Manager will be responsible for coordinating management and
production activities.
-Activities covered by this scope are estimated to be completed within 3 months after
written Notice -To -Proceed is received.
-Work will start the fourth quarter of 2018.
-Invoicing procedures and level of detail will be per HDR's standard invoicing practices
in conjunction with City requirements for progress reporting and invoicing.
Information and
Services Provided
by Others: -City will provide for relevant staff to participate in meetings.
-City will provide requested information and data in a timely manner.
-City will provide timely review and processing of monthly invoices.
-City will provide timely review and comment on Project deliverables.
2
EXHIBIT B
OPW 53269
WEST PAPIO INTERCEPTOR SIPHON REHABILITATION AND ODOR CONTROL
SCOPE 9/28/2018
TASK SERIES 200 GEOTECHNICAL INVESTIGATION AND SURVEY
Objective: Complete the geotechnical investigation and topographical survey for the proposed
improvements.
HDR Activities 210 — Geotechnical Investigation
• Two test borings to obtain geologic information and samples of the site soils,
laboratory test to determine the relevant engineering properties of the various soil
strata, and a report of geotechnical engineering recommendations.
,220 — Tonoaraohic Survey
• Complete topographic survey for the proposed improvements.
Meetings/Travel: None
Task Deliverables: Geotechnical report and topographic survey.
Key Understandings
and Assumptions: -The geotechnical investigation will be completed by Thiele Geotech as a subconsultant.
-The topographic survey will be completed by JEO as a subconsultant.
-The proposed scope of services does not include an evaluation of potential
contamination on or near the site.
-The geotechnical report will discuss the general soil and ground water conditions
underlying the site; present the relevant engineering properties of the existing soils;
provide earthwork and site preparation recommendations; and recommend design criteria
and parameters for siphon construction, and other earth supported improvements.
Information and
Services Provided
by Others: -City of Omaha will obtain private landowner approval to access the properties for
geotechnical borings and topographical survey.
TASK SERIES 300 WETLAND DELINEATION
Objective: Perform wetland delineation in accordance with the Corps of Engineers Wetlands
Delineation Manual (Environmental Laboratory, 1987) and the Regional Supplement to
the Corps of Engineers Wetland Delineation Manual: Midwest Region (Environmental
Laboratory, August 2010). Prepare wetland delineation report. Prepare Pre -Construction
Notification for a Section 404 Nationwide Permit.
HDR Activities 310 — Data Collection and Desktop Analysis
• Review project -specific data. Obtain and review ancillary data including National
Wetland Inventory (NWI) mapping, hydric soil mapping, USGS topographic
mapping, National Hydrography Dataset (NHD) stream flow lines, 10 years of the
most recent available aerial imagery for determination of agricultural wetlands, and
WETS tables from the nearest climate station for determining the degree of wetness
of the 10 years of aerial imagery.
EXHIBIT B
OPW 53269
WEST PAPIO INTERCEPTOR SIPHON REHABILITATION AND ODOR CONTROL
SCOPE 9/28/2018
Investigate the property via desktop analysis for the presence of potential wetlands,
including agricultural wetlands. In accordance with the Midwest Regional
Supplement to the Corps of Engineers Wetland Delineation Manual (Environmental
Laboratory, 2010), the agricultural wetland desktop analysis would follow the
mapping conventions available from the latest NRCS guidance (2015): Chapter 19,
Hydrology Tools for Wetland Identification and Analysis in Part 650 Engineering
Field Handbook. Detailed procedures for completing an aerial imagery analysis are
provided in Section 650.1911(4) of the handbook.
320 — Wetland Delineation and Report
• Conduct the wetland delineation in accordance with the Corps of Engineers
Wetlands Delineation Manual (Environmental Laboratory, 1987) and the Regional
Supplement to the Corps of Engineers Wetland Delineation Manual: Midwest
Region (Environmental Laboratory, August 2010).
• Prepare and submit a wetland delineation report with Pre -Construction Notification
to USACE.
Task 330 —Section 404 Permit Application
• Prepare and submit a Pre -Construction Notification to USACE.
• Answer additional USACE information requests during their processing of the
permit.
• Section 404 permit approval will be dependent on receipt of the Section 408
authorization/approval by USACE.
Meetings/Travel: Local travel in Omaha.
Task Deliverables: Geodatabase of all collected geospatial data.
Wetland delineation report.
Geodatabase containing wetland Shapefiles.
Pre -construction notification.
Key Understandings
and Assumptions: -The wetland delineation will include agricultural wetland determinations. HDR will
attempt to obtain 10 years of aerial imagery from publicly available sources. In the event
that 10 years are not readily available, HDR will proceed with as many years of imagery
as available.
Nebraska agricultural wetland mapping signatures are defined as follows:
1. Hydrophytic vegetation (observed as different color than crop or forage)
2. Surface water (oxbows, depressions, etc.)
3. Flooded or drowned out crops, wet/bare soil within cropped fields— mudflats in
field
4. Stressed crops due to wetness (crop stress is seen on the aerial imagery as areas
of yellowish tinted crop, or sparse canopy coverage of crop that has been in
stress due to wetness)
5. Difference in vegetation within a field due to different planting dates
6. Inclusion of wet areas as set aside (these generally show imagery as areas of
close grown legumes/grasses surrounded by or bordering areas of row crops)
7. Patches of greener vegetation during years of below normal precipitation - use
only as a signature for a "dry year" imagery year.
-Non-agricultural wetlands observed via desktop analysis will be noted and reviewed
during the field delineations.
EXHIBIT B
OPW 53269
WEST PAPIO INTERCEPTOR SIPHON REHABILITATION AND ODOR CONTROL
SCOPE 9/28/2018
-Results of the agricultural wetland determination to be included in the wetland
delineation report.
- Wetland delineation fieldwork does not include threatened or endangered species
habitat surveys, hazardous materials site review, or cultural resources survey.
Information and
Services Provided
by Others: -City of Omaha will obtain private landowner approval to access the agricultural
properties for wetland delineation.
-It is assumed that the siphon replacement would qualify for a Nationwide Permit 12,
Utility Line Activities, provided the activity does not result in the loss of greater than 0.5
acre of waters of the United States.
-A Section 404 Individual Permit application is not included in this scope of services.
-No pre -application meeting with USACE is included in this scope, due to the nature of
the project. The siphon replacement is a minor action with minimal to no permanent
wetland impacts anticipated.
-Contractor will obtain authorizations for crane height from FAA, and dewatering and
storm water permits from NDEQ.
TASK SERIES 400 CONCEPTUAL DESIGN
Objective: The work of this task will be to prepare conceptual design documents. The work of this
task will include final pipe sizing, weir height, modeling, structural design, abandonment
of the existing structures, channel bank restoration, and levee reconstruction. The contract
documents will be prepared in accordance with City of Omaha guidelines, Standard
Specifications for Construction, and Standard Plates.
HDR Activities 410 —_Conceptual Drawine and Specification Development
• Develop drawings to graphically show the extent and character of the work
contained in the Project.
• Develop specifications to enable the project to be submitted for Task Series 500.
• Perform internal quality control on developed documents.
• Anticipated drawings will include:
-Cover Sheet and Drawing Index
-General Abbreviations, Symbols and Legends
-Plan and Profile Sheets
-Structural Detail Sheets
420 — Review of Conceptual Drawines
• Submit drawings and specifications to the City for review and comment.
• Meet with the City discuss and resolve review comments.
Meetings/Travel: Local travel in Omaha.
Task Deliverables: Three sets of half sized drawings of conceptual drawings for City review.
Key Understandings
and Assumptions: -The project is based on the OPW,53269 West Papio Interceptor Siphon Rehabilitation
and Odor Control technical memorandum prepared by HDR dated July 28, 2018.
-Design will include final hydraulic modeling of the inverted siphon.
-The project will include design of new junction structures over the existing sewers in
addition to the new siphon structures.
5
EXHIBIT B
OPW 53269
WEST PAPIO INTERCEPTOR SIPHON REHABILITATION AND ODOR CONTROL
SCOPE 9/28/2018
-The siphon will consist of three pipes with weir walls in the siphon inlet structure to
regulate the flow into each pipe. The pipes will be installed by open cut through the
creek.
-Conceptual easement requirements will be identified in this scope of work. The City will
complete procurement of the easements.
-Where available, HDR's master specifications will be used for development of technical
specifications.
-A maximum four -week period will be provided to the City to complete its review and
comment period on each set of review documents.
-The Opinion of Probable Construction Costs will be a Class 3 estimate as defined by the
Association for the Advancement of Cost Engineering (AACE) developed using an Excel
spreadsheet.
-HDR drafting standards will be used to produce all drawings.
-HDR will utilize AutoCAD Civil 3d 2018 software for production of Project drawings.
Information and
Services Provided
by Others: -Timely, organized review comments on deliverables issued for the City review.
TASK SERIES 500 USACE TECHNICAL REVIEW SUBMITTAL
Objective: The purpose of this task is to submit a Technical Review Submittal to the USACE for the
siphon replacement project. The existing levees at the project location are not part of the
federal levee system. The location of the project is determined to be within the critical
area of the federal system, and therefore requires a technical review be submitted to
USACE.
HDR Activities Task 510 — Proiect Management and Coordination
Project management and coordination activities over the Project include internal team
coordination, coordination with P-MRNRD, coordination with the City, and coordination
with USACE.
• Participate in one (1) team meeting.
• Conduct one (1) site visit.
• Coordinate with the City prior to the submittal of the Section 408 technical review.
• Conduct one (1) conference call with P-MRNRD prior to submittal of the Section
408 technical review.
• Conduct one (1) pre -submittal meeting with USACE.
Task 520 — Prepare and Submit Technical Review Submittal
• Prepare project documentation for draft Technical Review submittal.
• Undergo internal QC/ITR processes pursuant to internal levee policy.
• Submit electronic version to City for Client review.
• Following coordination and implementation of City comments, prepare revised draft
Technical Review submittal.
• Submit hard copy and electronic version to P-MRNRD for levee sponsor review.
• Following coordination and implementation of P-MRNRD comments, prepare final
Technical Review submittal.
• Submit three (3) hard copies and an electronic copy to the P-MRNRD for transmittal
to USACE.
Meetings/Travel: Local travel in Omaha.
Task Deliverables: Meeting minutes
C.
EXHIBIT B
OPW 53269
WEST PAPIO INTERCEPTOR SIPHON REHABILITATION AND ODOR CONTROL
SCOPE 9/28/2018
Draft Technical Review submittal to City
Revised Draft Technical Review submittal to P-MRNRD
Final Technical Review submittal to USACE through the P-MRNRD
Key Understandings
and Assumptions:
-Coordination between the City staff will be by phone. No in -person meetings will be
conducted.
-Meeting with USACE will be conducted at USACE offices. Attendees will include three
(3) HDR staff, City staff, and P-MRNRD staff.
-HDR will prepare the meeting agenda and notes. Notes will be typed up and distributed
to attendees.
-Site visit will include one (1) water resources engineer, one (1) geotechnical engineer,
and project manager.
-One submittal to the City and P-MRNRD. It assumes that no comments will be
generated by the P-MRNRD that will require resubmittal for review. If the' City or P-
MRNRD has comments that will require resubmittal prior to submittal by the USACE,
this will require an amendment for Additional Services.
-The Technical Review Submittal will have to be submitted through the P-MRNRD, as
the levee sponsor.
-The USACE will have minor comments that will require a letter responding to
comments, with no analysis required. If analysis is required, this will require an
amendment for Additional Services.
-The proposed construction will be outside of the federal project right-of-way (ROW). If
construction is required on federal project ROW that requires a Section 408 submittal
with environmental documentation, an Amendment will be required.
Information and
Services Provided
by Others: -City and P-MRNRD will provide timely reviews of submittals.
-City will provide all existing information on the siphon.
-P-MRNRD will provide existing information on the creek and levee systems in the
Project area.
SCHEDULE:
Notice to Proceed: November 1, 2018
Conceptual Design and USACE 404 and 408 Submittals: Three months from the Notice to Proceed
7
EXHTBIT C
DPW 53269
WEST PAPIO TN'1•ERCEPTOR SIPHON REHABn.ITATION AND ODOR CONTROL
FEE SUMMARY
Task Senn
Tout Honn
Total Labor
Direct Costs
Subeonsaltaots
Total
Task 100
Prom Mena —n _
110U Mane emeM
22
$ 3,084
S
5 3 084
12Meeun
14
S 1 330
S 27
S 1,957
130 Uu'ityCoar linntion
22
$ 3,151
S 7
S 3,158
Task 200
Ocatah
210 Oeotech
6
S $85
S -
S 5 995
S 6,880
220 5
4
$ 542
S -
S 1650
S 2.192
Task 300
Wctlmds Delineation
310 Data Collection
12
$ 1073
S 112
$ 1,185
320 Wetlandlwdon uon andR ri
52
S 4,277
$ 70
S 1 7
330 Stttion 404 Permit A lication
42
S 5,958
S
S 5 958
Task 400
Conceptml Dmign
10 Co tual Drn and S ificntiw Dcvcl
310
$ 43,046
$ l00
S 43,146
20 Revi—f Cancepwal Drawl
52
$ 6,404
S
S 6404
Task 500
USACE Submittal
SIO Project Cootdi.foa
38
S 6183
S 27
S 6 10
20 Submittal
104
i IS U57
S 54
S 15 111
TOTALI
678
is 91,590
$ 3971
S 7,645
1 S 99,633
TOTAL: S 99 3
e
NO.
Item Submitted By: Gary Pech
Department: Public Works
Council Meeting Date: December 18, 2018
Res. that, as recommended by the Mayor, the Professional Services Agreement with HDR
Engineering, Inc. in the amount of $99,633.00 to provide professional services on OPW 53269,
being the West Papio Interceptor Siphon Rehabilitation and Odor Control Project, is hereby
approved. (The Finance Department is authorized to pay a fee not to exceed $99,633.00, from
the Sewer Revenue Improvements Fund 21124, Neighborhood Sewer Renovation Organization
116911, year 2018 expenditure. Sewer Revenue Bonds will be issued to finance'this project.)
Presented to City Council
December 18, 2018
...............................................................
APPROVED 7-0
..............................................................
slizakth Nutlet
..............................................................
City Clerk