RES 2018-0420 - Agmt with Olsson Associates for OPW 52884, Crown Point - 72nd to Blair High Road project AHA r•i
pM NEBR'� t'` � � Public Works Department
: si►rl► Omaha/Douglas Civic Center
��fr man "'f Q 1 20.1 P 1 1819 Farnam Street,Suite 601
ff'. FQ Omaha,Nebraska 68183-0601
OoR 4try•
(402)444-5220
?En FEI30' t( Fax(402)444-5248
CAi_v
City of Omaha €v ' S}CA Robert G. Stubbe,P.E.
Jean Stothert,Mayor 'A t 1.. Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Resolution approving a Professional SerVices Agreement with Olsson
Associates to provide professional services on OPW 52884, being the Crown Point:72nd to Blair
High Road Project. This agrement is being undertaken as a part of the Capital Improvements
Program, 2016T310.
This Agreement includes project management; construction observation, testing, and additional
services as identified in the attached agreement.
Olsson Associates has agreed to perform these services for a fee not to exceed; $546,300.00, to
be .paid from the2014 Transportation Bond Fund 13184, Transportation Bonds Organization
117117, year 2018 expenditure.
Olsson Associates has filed the required Contract Compliance Report Form (CC-1), and has
submitted a responsive Economic Inclusion Plan. As is city policy, the Human Right's and
Relations Department will review the contractor to ensure compliance with the Contract
Compliance Ordinance.
The . Public Works Department requests your consideration and approval of the attached
Resolution and Agreement.
R ectfUlly subMitte , Approve-
.
_.4-f j -./8TXit-/7ir
Robert G.-Stubbe, P.E. Date Franklin T. Thompson Date
Public Works Director Human Rights and Relations Director
Approved as to Funding: Referred to City Council for
Consideration:
y 3 ' _ J Q,� 66 J . L (LC
`Step a B. Curtiss Ar4ADate Mayor's Office Date
Finance Director
2108Cgrp
C-25A
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha, Nebraska
•
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, professional engineering services are needed in conjunction with OPW 52884
being the Crown Point - 72nd to Blair High Road Project; and,
WHEREAS, Olsson Associates 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, Olsson Associates has agreed to perform these services for a fee not exceed
$546,300.00 to be paid from the 2014 Transportation Bond Fund 13184, General Elimination
Organization 11712, year 2018 expenditure.
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 Olsson
Associates to provide professional services on OPW 52884 being the Crown Point-72nd to Blair
High Road Project, is hereby approved.
BE IT FURTHER RESOLVED:
•
THAT, the Finance Department is authorized to pay a fee not to exceed $546,300.00 from
the 2014 Transportation Bond Fund 13184, General Elimination Organization 11712, year 2018
expenditure.
2108grp • APPROVED AS TO FORM
eCITY ATTORNEY • DATE
4n1 .14?
y -+
Counciln:45r
MAY 0 1 2018 -�,/}
Adopted
City Clerk
Approve.
•
Mayor
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT is hereby made and entered into this5 'day of U ,0:2018, by and between the
City of Omaha, a municipal corporation located in Douglas County,Nebraska 1i-reinafter referred to as the"City"),
and Olsson Associates(hereinafter referred to as the"Provider"),on the terms,conditions and provisions as set forth
herein below. All references to"Contractor"shall mean"Provider".
PROJECT NAME AND DESCRIPTION
OPW 52884, Crown Point - 72nd to Blair High Road, The existing 4-lane section of Crown Point Avenue
between 72nd Street and Blair High Road has reached the end of its useful life. This project will construct
new pavement and install ADA compliant ramps and sidewalks meeting current standards. Consultant will
also complete an alternative analysis to determine the most appropriate cross section for the reconstructed
road..
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 983 day period after receipt of a purchase
order from the City.
B. Provider designates Michael Piernicky, whose business address and phone number is 2111 S 67th St
#200,Omaha,NE 68106,402-960-0237 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 983 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 Jon Meyer,whose business address and phone number are 1819 Farnam St.,Ste.600,Omaha,
NE 68183,402-444-4191 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$546,300.00. Detailed breakdown of costs shall be shown in Exhibit"C".
B. Reimbursable expenses shall be billed to the City by the Provider.
C. INCREASE OF FEES
The parties hereto acknowledge that, as of the date of the execution of the Agreement,Section 10-142
of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which
taken alone increase the original fee as awarded (a) by ten percent, if the original fee is one hundred
fifty thousand dollars ($150,000) or more, or(b)by seventy-five thousand dollars ($75,000) or more,
shall be approved by the City Council in advance of the acceptance of any purchase in excess of such
limits. However, neither contract nor purchase amendments will be split to avoid advance approval of
the City Council.
The originally approved scope and primary features of a contract or purchase will not be significantly
revised as a result of amendments not approved in advance by the City Council. The provisions of this
section will be quoted in all future City contracts. Nothing in this section is intended to alter the
authority of the Mayor under section 5.16 of the Charter to approve immediate purchases.
V. OWNERSHIP OF INSTRUMENTS OF SERVICE
The City acknowledges the Provider's documents, including electronic files, as instruments of professional
service. Nevertheless, upon completion of the services and payment in full of all monies due to the Provider,
the final documents prepared under this Agreement shall become the property of the City. The City shall not
reuse on another Project or make any modifications to the documents without prior written authorization of
the Provider. The City agrees, to the fullest extent permitted by law, to indemnify and hold harmless the
Provider, its officers, directors, employees and subconsultants (collectively, Provider) against any damages,
liabilities or costs, including reasonable attorneys' fees and defense costs, arising from or in any way
connected with the unauthorized reuse or modification of the documents by the City, regardless of whether
such reuse or modification is for use on this Project or another Project.
VI. ADDITIONAL SERVICES
In the event additional services for the aforementioned Project not covered under this Agreement are required,
the Provider agrees to provide such services at a mutually agreed upon cost.
VII. INSURANCE REQUIREMENTS
The Provider shall carry professional liability insurance in the minimum amount of one half million dollars
and shall carry workers' compensation insurance in accordance with the statutory requirements of the State of
Nebraska.
VIII. INDEMNIFICATION
The Provider agrees, to the fullest extent permitted by law, to indemnify,defend and hold harmless the City,
its officers, directors and employees (collectively, City) against all damages, liabilities or costs, including
reasonable attorney's fees and defense costs, to the extent caused by the Provider's negligent performance of
professional services under this Agreement and that of its subconsultants or anyone for whom the Provider is
legally liable. The City agrees, to the fullest extent permitted by law, to indemnify and hold harmless the
Provider, its officers, directors, employees and subconsultants (collectively, Provider) against all damages,
liabilities or costs, including reasonable attorney's fees and defense costs in connection with the Project, to
the extent caused by the City's negligent acts or the negligent acts of anyone for whom the City is legally
liable. Neither the City nor the Provider shall be obligated to indemnify the other party in any matter
whatsoever for the other party's own negligence.
IX. TERMINATION OF AGREEMENT
This Agreement may be terminated by the City upon written notice to the Provider of such termination and
specifying the effective date at least seven (7) days prior to the effective date of such termination. In the
event of termination, the Provider shall be entitled to just and equitable payment for services rendered to the
date of termination, and all finished or unfinished documents,data surveys,studies,drawings,maps,models,
reports or photographs shall become,at the City's option,its property.
X. GENERAL CONDITIONS
A. Non-discrimination. Provider shall not, in the performance of this Agreement,discriminate or permit
discrimination in violation of federal or state laws or local ordinances because of race, color, creed,
religion, sex, marital status, sexual orientation, gender identity, age, or disability as recognized under
42 USCS 12101 et seq. and Omaha Municipal Code section 13-89, race, color, creed, religion, sex,
marital status,sexual orientation,gender identity,national origin,age,or disability.
B. Captions. Captions used in this Agreement are for convenience and are not used in the construction of
this Agreement.
C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable City
ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations.
Nebraska law will govern the terms and the performance under this Agreement.
D. Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter, no elected official or any
officer or employee of the City shall have a financial interest,direct or indirect,in any City Agreement.
Any violation of this section with the knowledge of the person or corporation contracting with the City
shall render the Agreement voidable by the Mayor or Council.
E. Interest of the Provider. The Provider covenants that he presently has no interest and shall not acquire
any interest, direct or indirect, which would conflict with the performance of services required to be
performed under this Agreement; he further covenants that in the performance of this Agreement, no
person having any such interest shall be employed.
F. Merger. This Agreement shall not be merged into any other oral or written agreement,lease,or deed of
any type. This is the complete and full Agreement of the parties.
G. Modification. This Agreement contains the entire Agreement of the parties. No representations were
made or relied upon by either party other than those that are expressly set forth herein. No agent,
employee, or other representative of either party is empowered to alter any of the terms hereof unless
done in writing and signed by an authorized officer of the respective parties.
H. Assignment. The Provider may not assign its rights under this Agreement without the express prior
written consent of the City.
I. Strict Compliance. All provisions of this Agreement and each and every document that shall be
attached shall be strictly complied with as written, and no substitution or change shall be made except
upon written direction from authorized representative.
J. LB 403 Contract Provisions. - NEW EMPLOYEE WORK ELIGIBILITY STATUS - The
Contractor is required and hereby agrees to use a federal immigration verification system to determine
the work eligibility status of new employees physically performing service within the State of
Nebraska. A federal immigration verification system means the electronic verification of the work
authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act
of 1996, 8 U.S.C. 1324a,known as the E-Verify Program,or an equivalent federal program designated
by the United States Department of Homeland Security or other federal agency authorized to verify the
work eligibility status of a newly hired employee.
If the Contractor is an individual or sole proprietorship,the following applies: 1.The Contractor must
complete the United States Citizenship Attestation Form, available on the Department of
Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such
attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship
and Immigration Services documentation required to verify the Contractor's lawful presence in the
United States using the Systematic Alien Verification for Entitlements (SAVE) Program. 3. The
Contractor understands and agrees that lawful presence in the United States is required and the
Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as
required by Neb.Rev. Stat.§4-108.
K. Certificate of Authorization. If this Agreement contemplates the performance of professional
architecture or engineering work by the Provider, the Provider shall provide to the City,and maintain
in good standing, a current Certificate of Authorization from the State of Nebraska as required by Neb.
Rev. Stat.section 81-3436.
L. Debarment or suspension by any federal agency. (This section applies if any part of this Agreement is
funded by a federal agency.) Office of Management and Budget(OMB) guidelines require that any
individual or entity that has been placed on the Excluded Parties List System ("EPLS"-available for
review through www.sam.gov) may not be a participant in a federal agency transaction that is a
covered transaction or act as a principal of a person participating in one of those covered transactions.
These guidelines apply to covered transactions under a grant from any federal agency for which a
recipient expects to receive reimbursement for expenditures incurred or an advance on future
expenditures.
The Contractor providing goods and/or services to the City of Omaha certifies, by acceptance and
execution of this Agreement, that neither it nor its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency. The Contractor further agrees, by accepting and
executing this Agreement, that it will include this clause without modification in all lower tier
transactions, solicitations, proposals, contracts, and subcontracts. Where the Contractor or any lower
tier participant is unable to certify this statement,it shall attach an explanation to this Agreement.
M. Contract Compliance Ordinance No.35344.Section 10-192
Equal Employment Opportunity Clause
During the performance of this contract,the Contractor agrees as follows:
1) The Contractor shall not discriminate against any employee or applicant for employment because
of race, color, creed, religion, sex, marital status, sexual orientation, gender identity, national
origin, age, or disability. The Contractor shall ensure that applicants are employed and that
employees are treated during employment without regard to their race,color,creed,religion,sex,
marital status, sexual orientation, gender identity, national origin, age, or disability. As used
herein, the word "treated" shall mean and include, without limitation, the following: recruited,
whether by advertising or by other means; compensated; selected for training, including
apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated.
The Contractor agrees to and shall post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the contracting officers setting forth the
provisions of this nondiscrimination clause.
2) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of
the Contractor, state that all qualified applicants will receive consideration for employment
without regard to race, color, creed, religion, sex, marital status, sexual orientation, gender
identity,national origin,age,or disability.
3) The Contractor shall send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding a notice advising the labor
union or worker's representative of the Contractor's commitments under the Equal Employment
Opportunity Clause of the City and shall post copies of the notice in conspicuous places available
to employees and applications for employment.
4) The Contractor shall furnish to the Human Rights and Relations Director all Federal forms
containing the information and reports required by the Federal government for Federal contracts
under Federal rules and regulations, and including the information required by Sections 10-192 to
10-194, inclusive, and shall permit reasonable access to his records. Records accessible to the
Human Rights and Relations Director shall be those which are related to Paragraphs (1) through
(7) of this subsection and only after reasonable notice is given the Contractor. The purpose for
this provision is to provide for investigation to ascertain compliance with the program provided for
herein.
5) The Contractor shall take such actions with respect to any subcontractor as the City may direct as
a means of enforcing provisions of Paragraphs (1) through (7) herein, including penalties and
sanctions for noncompliance; however, in the event the Contractor becomes involved in or is
threatened with litigation as the result of such directions by the City,the City will enter into such
litigation as necessary to protect the interests of the City and to effectuate the provisions of this
division; and in the case of contracts receiving Federal assistance, the Contractor or the City may
request the United States to enter into such litigation to protect the interests of the United States.
6) The Contractor shall file and shall cause his subcontractors,if any,to file compliance reports with
the Contractor in the same form and to the same extent as required by the Federal government for
Federal contracts under Federal rules and regulations. Such compliance reports shall be filed with
the Human Rights and Relations Director. Compliance reports filed at such times as directed shall
contain information as to the employment practices, policies, programs and statistics of the
Contractor and his subcontractors.
7) The Contractor shall include the provisions of Paragraphs (1) through (7) of this Section,"Equal
Employment Opportunity Clause", and Section 10-193 in every subcontract or purchase order so
that such provisions will be binding upon each subcontractor or vendor.
N. Conflict. In the event of any conflict between this Agreement and any of the exhibits attached hereto,the terms
of this Agreement shall take precedence.
114
EXECUTED this r day of v" 1 J , 4 % .
Olsson Associates
Provider
By P.41 r-efrj
ATTEST
V
(Title)
•EXECUTED this �� day of ,
ATTEST CITY
OF OMAHA,A Municipal Corporation
By .
City Clerk c— Mayor
APPROVED AS TO FORM:
Deputy City Attorney
Revised: 11/2017
City of Omaha Public Works Department
Crown Point Avenue Improvements
72"d Street to Blair High Road
Project No.OPW 52884
Project Description
The City of Omaha (City) Public Works Department is seeking an engineering consultant to provide
Professional Engineering services for the reconstruction of Crown Point Avenue from 72nd Street to
Blair High Road.The existing 4-lane section of Crown Point Avenue between 72nd Street and Blair High
Road has reached the end of its useful life.This project will construct new pavement and install ADA
compliant ramps and sidewalks meeting current standards.The selected Consultant will also complete
an alternative analysis to determine the most appropriate cross section for the reconstructed road.
The Consultant will provide design services in accordance with American Association of State Highway
and Transportation Officials(AASHTO)A Policy on Geometric Design of Highways and Streets,6th
Edition, 2011;AASHTO Roadside Design Guide,4th Edition, 2011; Board of Public Roads Classifications&
Standards, Nebraska Minimum Design Standards, 2016; Omaha Regional Storm Water Design Manual,
2014; current City Standard Plates, specifications and special provisions provided by the City's Public
Works Department, and all other applicable federal, state and local requirements and procedures.
Construction Engineering is not currently planned as part of this contract.The proposed improvements
of the project include:
• Pavement reconstruction
• Signing and striping
• Sidewalk installation or widening
• Storm drainage upgrades and replacements
• Fence
• Grading and erosion control
• Utility coordination
• Construction phasing
• Public outreach
Previously Completed Work that will be provided to the Consultant:
• A Survey has been completed within the study area for the project. Pick-up survey will be
completed by the Consultant.
• Traffic Data has been collected and will be available to the Consultant,who will provide all
traffic signal and striping design for the project.
• Streetlights are anticipated to be limited to intersection illumination,and will be coordinated
and installed by either the City or others.The City Traffic Division will provide lighting red-lined
plans for drafting by the Consultant.
1
Scope of Services
1 Project Management
1.1 Project Management Plan
The Consultant will develop and maintain a Project Management Plan(PMP)for the Crown Point
Corridor Study& Design project. In the PMP,the Consultant will outline items including but not limited
to: project team organization; roles and responsibilities; scheduling expectations;coordination and
communication procedures;formatting protocols;filing protocols; project close-out procedures; and
other important operational information pertaining to project team.The Consultant will develop and
maintain a Quality Management Plan (QMP)to document the quality control processes to be
implemented by the project team as part of the Project Management Plan.
1.2 General Project Meetings Task Name
The Consultant will schedule and conduct an estimated 16 general Kick-off Meeting
project meetings March 2018 and March 2020(note all public ransit Coordination Mtg.
engagement meetings are covered elsewhere in the scope). It is Project Coordination Mtg.
anticipated several meetings will occur in conjunction with design project Coordination Mtg.
review meetings for the 30%,60%, and 90%plan submittals. In
Project Coordination Mtg.
addition to design review meetings,there will be utility --.-_ -�
30% Design Review Mtg./PIH
coordination meetings, a constructability review meeting and --
coordination meetings with Metro Transit.The remaining
'Utility Coordination Mtg.
meetings will be scheduled approximately monthly as necessary Constructability Review Mtg.
to facilitate coordination and communication on the project.A 60% Design Review Mtg.
listing of anticipated general meetings is provided here from the Utility Coordination Mtg._
project schedule. Project Coordination Mtg.
90% Design Review Mtg.
1.3 General Project Management Utility Coordination Mtg. _~_
The Consultant will manage the coordination of the project team, Project Coordination Mtg.
coordination with Client staff, coordination with key stakeholders, project Coordination Mtg.
and preparation of progress reports and invoices in accordance
with Client requirements.The project schedule will be prepared and updated as requested by the Client.
Assumptions:
• It is anticipated that all meetings will be held at the City of Omaha Public Works Department
Offices or other location approved by the City Project Manager.
Deliverables:
• Develop and maintain a PMP and QMP in electronic format,accessible to the City and other
designated key stakeholders
• Develop and maintain a Project Schedule utilizing Microsoft Project
• Schedule Status to be included in Invoice Progress Report
• Meeting agendas and minutes will be prepared and submitted to meeting attendees
2
2 Alternatives Analysis
2.1 Site Inspections
The Consultant will conduct site visits as required during the course of the project to verify site features
with the alternatives analysis and design work. It is anticipated four(4)site visits will be necessary.
2.2 Data Collection and Review
The Consultant will assemble and review preliminary data available for the project including as-built
information for existing streets, utilities,storm sewers and other features within the project area.This
will also include review of existing environmental studies,traffic studies and other study information
available that pertains to the proposed improvements. Evaluation of intersection sight distances will be
documented for the project file.
2.3 Survey
The Consultant will complete pick-up survey for the project corridor with a focus on minor pick-up
survey for topographic and right-of-way(ROW)features that are not included in the original survey.The
Consultant will also pick up utility locations and information that will be located as part of a one-call
verification and coordination.
The Horizontal and Vertical Coordinate System will match the existing coordinates for the Crown Point
Project between 72nd Street and Blair High Road.The Consultant will set all pick-up survey based on
existing city-provided survey.
The Consultant will locate section corners needed to complete the right-of-way drawings. Platted
information and/or survey pins from the supplied survey information will be used as well. It is assumed
minimal effort will be required as the City has completed the survey work including ROW information. It
is assumed that ten(10) properties within the project boundaries will need additional ROW survey
information.
Additional pick-up survey as required for use in design.The Consultant will make three(3)trips.Any
additional trips will be considered additional work and will be added by addendum upon approval by the
Client.This work will also include the topographic and ROW survey for approximately 500 feet of
Wenninghoff Road and portions of the baseball/softball fields on the high school property that may be
needed in the evaluation of a potential realignment of Wenninghoff Road to the east of its current
connection with Crown Point Avenue.Omaha Public Schools and Northwest High School Staff will be
contacted and coordinated prior to any work commencing on school property.
A Utility-One-Call and mapping request will be made for the project area. Utilities that are marked will
be located.Above ground visible utilities will be located.The Consultant will not be responsible for
underground utilities not marked by the utility locate,or underground structures or tanks that are not
visible on the surface of the site.An attempt will be made to obtain utility maps from the utilities listed
on the Utility-One-Call ticket. If maps are provided those utilities will be placed on the survey. Manholes
will be inverted to get the pipe size and flow line elevations.
The Consultant will process survey data and amend the AutoCad drawing provided by the Client to be
used for design.
3
2.4 Sewer Video/Evaluation
Light cleaning, up to 3 passes with a root cutter or nozzle,will be conducted to allow passage of the
CCTV camera.Subconsultant will be responsible for debris disposal and arranging for water supply with
local water utility and associated costs. CCTV Inspections will be completed utilizing a main line camera
on a crawling unit.The camera will be a self-leveling type and moved through the sewer line in either
direction at a uniform rate,stopping when necessary to verify proper documentation of the sewer
condition and lateral connections, but in no case will the television camera be pulled at a speed greater
than 30 feet per minute. If,during the inspection operation the television camera will not pass through a
sewer line,equipment will be reset in a manner so that the inspection can be performed from the
opposite direction. If,again,the camera fails to pass through the entire sewer,the location and cause of
the camera blockage will be documented, and information provided to the city.The inspection will be
considered complete and no additional inspection work will be required. If heavy cleaning is required,
the Consultant will notify the city and proceed only after an approved change in scope and fee has been
approved. It is assumed that approximately 14,000 feet of sewer will be evaluated based on initial City
GIS information.
Informational pipe data will be collected in NASSCO PACP format and delivered in hard copy and DVD
format at the conclusion of the work. Computer generated television inspection reports created with
Granite XP Software will be produced at the conclusion of the work and submitted with the videos.
Written reports will contain upstream manhole,downstream manhole,street address, date, pipe
diameter, pipe material, direction of inspection, line footage, lateral and observation locations, and
digital photos of defects and their respective severity.The Subconsultant will provide a report with
evaluation and recommendations as to condition of the sewer lines and their ability to be utilized in
place or recommendations for replacement.
2.5 Development of Alternatives Evaluation Matrix
The Consultant will develop a list of evaluation criteria for the review of the city in a meeting.The
parties will collaboratively select an appropriate mix of criteria that will potentially include items related
to operations,constructability, accommodation of alternative modes,public input and cost.
Additionally,a weighting system will be developed to account for the relative importance of the criteria.
These criteria will be used to evaluate and determine which alternatives will be advanced and selected
to move on through the evaluation process.
2.6 Multimodal Operations Analysis
2.6.1 Existing Traffic Analysis
The Consultant will provide an analysis of existing operations based on Highway Capacity Manual
techniques.The evaluation will include seven main intersections between Blair High Road and 72ne
Street inclusive of those intersections. In addition to operations,the Consultant will also complete an
analysis and evaluation of the safety history of the corridor based on the most recent three year crash
data provided by the City.
2.6.2 Traffic Forecasting
The Consultant, in coordination and communication with the City of Omaha Traffic Division,will develop
future traffic demands based on the MAPA travel demand model and adjustments as approved by City
staff to accurately reflect future growth in the area.
4
2.6.3 Future Multimodal Analysis
The Consultant will complete an evaluation of operations for the corridor for up to five different
scenarios developed in the alternatives analysis.This analysis will consider the overall corridor and
operations and accessibility for all modes of travel.
2.6.4 Signal Warrant Analysis
Based on alternatives developed signal warrant evaluations will be completed by the methodologies laid
out in the Manual of Uniform Traffic Control Devices(MUTCD).
2.7 Development of Alternatives
Based on preliminary information and future multimodal forecasts,the Consultant will develop up to
five different alternative cross sections for the proposed corridor. Each of the developed cross sections
will be presented to the City and run through the evaluation matrix and process defined earlier in the
scope of work. Based on the initial evaluation,a limited number of viable alternatives will be further
developed for presentation to the public as part of the overall process.
2.8 Draft Alternatives Report
The Consultant will document information, analyses,coordination,and public engagement as part of a
draft alternatives report.The report will also contain a summary and appendix of all comments and
responses developed for comments received from the public
2.9 Final Alternatives Report
Following a review by the City Project Manager, comments will be addressed and incorporated into a
final Alternatives Analysis Report.This report will identify the preferred alternative that will be advanced
to preliminary design.
2.10 Geotechnical Investigation
The scope of the geotechnical services for this project includes recommendations for roadway design,
pavement subgrade recommendations,stabilization for below grade drainage structures and
recommendations for design of retaining walls as required.
2.10.1 Field Exploration
The Crown Point Avenue improvements will be between approximately Blair High Road and 72nd Street.
The Consultant proposes to use a truck-mounted drill rig to complete a total of 16(sixteen)soil borings.
The borings will be located in the existing roadway and along the side of the road.The proposed borings
and depths are summarized as follows:
A total of 16 borings will be drilled along the project as follows:
• Four(4)soil borings to depths of up to 20 feet each for potential retaining wall structures or
drainage structures
• Twelve(12)soil borings to depths of 10 feet each for potential retaining wall structures and
pavement evaluations and determinations.
All borings will be advanced to the depths proposed,or to refusal,whichever is shallower.Total drilling
footage is anticipated to be 200 linear feet.
5
Diggers Hotline of Nebraska will be contacted to locate underground public utilities. Private utilities not
identified as part of the public locate are the responsibility of the City to locate.The Consultant is not
liable for damage to any utility line or service connection that is improperly marked. If the City is aware
of underground utilities in the area that may not be identified by the Diggers Hotline request,we ask
that they provide the Consultant with that information so that we may shift or relocate the soil borings
as necessary to avoid underground utilities.
It is anticipated that all boring locations along the proposed centerline are readily accessible to the truck
mounted drill rig,while boring locations along the north or south side of the roadway may be difficult to
drill due to limited access.The Consultant will slightly modify site boring locations as necessary to avoid
utilities and/or areas of limited access.The Consultant will contact River City Barricading to provide
traffic control for drilling operations.The costs associated with traffic control will be passed on to the
city as a direct expense. It is the intent to maintain at least one open lane or turnout for through traffic
during the drilling operation.
Drilling rigs are heavy equipment and some disturbance of existing grades or surface features are
possible.This may include,but is not limited to,soil rutting, pavement cracking,or sidewalk distress(if
applicable).Although the Consultant will attempt to minimize surface distress,damaged pavements,or
sidewalks wherever possible, no restoration other than backfilling the soil borings and patching
pavements with like materials is included in this work scope.
Soils will be sampled with Shelby tubes in clay soils and split spoons will be obtained in cohesionless and
hard soils. Groundwater levels will be measured while drilling, immediately after drilling,and again
within 72 hours after drilling.After the final groundwater reading is taken,the bore holes will be
backfilled and/or patched as needed.
2.10.2 Laboratory Services
As soil conditions dictate, laboratory testing may include visual soil classification, unconfined
compression tests,thin-walled tube density tests, moisture content tests,Atterberg limit tests,Standard
Proctor tests,one-dimensional consolidation tests, mechanical sieve analyses and potential direct shear
and/or triaxial testing.
2.10.3 Geotechnical Analysis and Report
The analysis recommendations and report will include the following:
• Recommendations regarding the thickness, moisture,and compaction criteria for backfill or
structural fill
• Soil excavation criteria in accordance with OSHA Standards will be included or referenced
• Recommendations associated with site preparation and structural fill placement
• Subgrade preparation and requirements for the new roadway alignment
• Recommendations will be provided for remediation of soft or unsuitable soils, if applicable
• Analysis of the soils encountered regarding shrink/swell characteristics and the potential for
reuse as general fill,compacted structural fill,or utility backfill
• Discussion of anticipated groundwater concerns,along with recommendations for addressing
these issues during construction, if required
• Recommended soil parameters for the design of grade retaining walls including drained and
undrained soil parameters
6
• Recommendations and design values related to concrete and asphalt pavements and subgrade
thicknesses, as applicable
2.11 Drainage Study
2.11.1 Hydrologic& Hydraulic Analysis
The Consultant will design open and closed drainage systems in accordance with the most current
edition of the Omaha Regional Stormwater Design Manual.To the extent possible, recent drainage
studies that have been completed in the area will be used to identify flow characteristics at existing
structures.The Consultant will evaluate both upstream and downstream drainage impacts as part of the
overall project drainage design.
The existing storm sewers and roadway ditches along Crown Point Avenue will be analyzed for time to
peak and peak discharge.Similarly,a proposed plan which will evaluate entire drainage system for the
proposed roadway will be analyzed.The one(1) existing major cross road structures/culverts will be
analyzed to approximate their existing maximum capacities.These capacities will be evaluated for 10,
50,and 100 year flood events to determine how adding additional impervious area from the new road
might affect drainage.
Potential roadway overtopping events from contributing drainage areas will be evaluated for the 50 and
100 year flood events using available NEC-HMS modeling from FEMA's Flood Insurance Study.Peak
flood flows will be compared against available existing maximum pipe and inlet capacities to determine
if additional conveyance is necessary to prevent road overtopping or adverse upstream or downstream
impacts.
2.11.2 Sustainable Design/Water Quality Features
As part of the drainage analysis,the Consultant will identify and develop preliminary concepts for
sustainable design features that may be incorporated into the project.These may include bio-swales and
bio-retention features that can be used in conjunction with the final drainage design for the project.
Preliminary opinions of cost and design considerations will be included in the technical memo. Detailed
design of sustainable solutions will be added by amendment to the contract, upon approval by the City.
Assumptions:
• The City of Omaha will provide the complete topographic and ROW survey to the Consultant
with limits generally consisting of the Crown Point Corridor from Blair High Road to 72"d Street
inclusive of the intersections and adjacent side streets as required to tie in the reconstruction of
the project. It is assumed the topographic survey will be in AutoCad format
• The City will complete/update turning movement counts for the intersections of Crown Point
with Blair High Road,Wenninghoff Road, both access drives to Northwest High School,78th
Street,74th Court,and 72nd Street if required/determined by the Consultant and City Project
Managers.The counts will include data for vehicles,trucks,transit vehicles, bicycles,and
pedestrians so that it supports the multimodal alternatives analysis that will be completed for
the project.Counts will be completed on a Tuesday,Wednesday or Thursday while school is in
session for the AM,Afternoon School,and PM peak hours
7
• If sustainable water quality solutions are evaluated and determined to be viable the design of
those features will be added to the contract by amendment
Deliverables:
• The limited survey completed by the Consultant will be incorporated into the base CAD files for
the project and reflected in the design plan set
• Sewer video and evaluation memorandum
• Draft and Final Alternatives Reports that document the information, analyses,coordination and
public input developed throughout the process
• The City will approve one preferred alternative concept for development in the preliminary
design portion of the contract
• Geotechnical Memorandum with pavement evaluation and preliminary soils information to
assist in the development of walls if required and/or specialty drainage structures and green
water quality features
• H&H Memorandum with documentation of the required drainage requirements and an
evaluation of sustainable storm water solutions
3 Preliminary Design
3.1 30% Roadway Design
The Consultant will work with the City's Project Manager to update the Complete Streets Design
Checklist and develop design criteria form.The design criteria form should include consideration for
zoning or special district needs, Urban Design Review Board review, master plan conformance, drainage,
noise attenuation and other structural elements as appropriate and identified in the Complete Streets
Design Guideline.Some of these items may be by reference if determined appropriate by the City
Project Manager.Analysis and design of noise attenuation are not anticipated for this project, but
should be documented with the criteria.Any design exceptions should also be documented.The design
is anticipated to be in conformance to"Nebraska Minimum Design Standards."
The Consultant will prepare project base files and 30%submittal plan sheets in accordance with the
Client's CAD standards for the construction of the improvements along Crown Point Avenue from 72nd
Street to Blair High Road. Plan sheets to be included in the 30%submittal include the following:
• Cover Sheet
• Typical Section Sheets
• General Notes Sheets
• Horizontal/Vertical Control Sheets
• Geometric Sheets
• Preliminary Drainage Plan Sheets
• Roadway Plan and Profile Sheets
• Right-of-Way Sheets
• Existing right-of-way and ownerships identified
• Roadway Cross-Section Sheets(25 foot intervals)
8
3.2 Structural Design
The Consultant will prepare preliminary type,size,and location plans for the retaining walls on the
project,for the Contractor to design and develop specific construction documents. Based on preliminary
layout and cross section,our scope of work will include the recommendation of wall type and potential
impacts to right-of-way.The Consultant anticipates that any structures will consist of a large block
gravity walls. It is assumed that the Contractor as part of the bid package will be required to provided
signed and sealed wall plans.
3.3 Right of Way Design
The Consultant will provide right-of-way/ownership plans showing existing information for the 30%
submittal based on information provided by the Client. Preliminary right-of-way plans showing
permanent acquisitions,temporary construction easements or permanent easements will be prepared
along with individual tract maps for the 60%submittal,to be used for use in the Right-of-Way Process.
Final right-of-way plans showing negotiated acquisitions and easements will be provided for the final
submittal.
3.4 Cost Estimate
Opinions of Probable Construction Cost(OPCC)will be completed with the deliverable packages and will
conform the AACE International Recommended Practices.The selected Consultant should anticipate
preparing Class 4 estimate and include assumptions,contingency, range of expected cost and escalation
for the anticipated construction year.
Assumptions:
Deliverables:
• Design Criteria Form
• Preliminary Construction Drawings(Plan-in-Hand or 30%Design Package)
• Preliminary Structural Design Report
• Preliminary Drainage Study
• Technical Specification Outline
• OPCC, Class 4
• Permit List
• ROW Strip Map
• QRF/Redlines Documentation
4 Final Design
4.1 60% Road Design
The Consultant will prepare project base files and 60%submittal plan sheets in accordance with the
Client's CAD standards for the construction of the improvements along Crown Point Avenue between
72nd Street and Blair High Road.Comments received from the previous submittal will be incorporated
into the 60%submittal. Plan sheets to be included in the 60%submittal include the following:
• Cover Sheet
9
• Typical Section Sheets
• General Notes Sheets
• Horizontal/Vertical Control Sheets
• Construction Phasing Sheets
• Geometric Sheets
• Removal Sheets
• Construction Sheets
• Drainage Plan Sheets
• Roadway Plan and Profile Sheets
• Retaining Wall Plan and Profile Sheets
• Storm Drainage Plan and Profile Sheets
• Culvert/Channel Cross-Section Sheets(if required)
• Traffic Signal and Striping Plan Sheets
• Right-of-Way/Tract Map Sheets
• ROW Tract Maps with Aerial Sheets
• Roadway Cross-Section Sheets
4.2 90% Plan Submittal
The Consultant will prepare project base files and 90%submittal plan sheets in accordance with the
Client's CAD standards for the construction of the improvements along Crown Point Avenue between
72nd Street and Blair High Road.Comments received from the previous submittal will be incorporated
into the 90%submittal. Plan sheets to be included in the 90%submittal include the following:
• Cover Sheet
• Summary of Quantities Sheet
• Typical Section Sheets
• General Notes Sheet
• Detail Sheets
• Horizontal/Vertical Control Sheets
• Construction Phasing Sheets
• Traffic Control Sheets
• Geometric Sheets
• Joints and Grades Sheets(10 intersections)
• Removal Sheets
• Construction Sheets
• Drainage Plan Sheets
• Roadway Plan and Profile Sheets
• Retaining Wall Plan and Profile Sheets
• Retaining Wall Details
• Storm Drainage Plan and Profile Sheets
• Culvert/Channel Cross-Section Sheets
• Sediment and Erosion Control Sheets
• Traffic Signal and Striping Plan Sheets
• Pavement Marking&Signing Sheets
• Lighting Plan Sheets
10
• Special Plan Sheets
• Right-of-Way/Tract Map Sheets
• ROW Tract Maps with Aerial Sheets
• Roadway Cross-Section Sheets
Construction Phasing will include the final detailed design of the preferred phasing plan for the project.
The plans will detail the various phases,temporary construction,and completed construction.
The Consultant will prepare the required traffic plans, including traffic control,temporary pavement
markings,and all required traffic control devices for the final phasing plan.This will include necessary
signing for detour routes.
4.3 Final Plan Submittal
Following comments to the 90%plan set and the ROW negotiations the Consultant will update and
submit the final plan packages to the client for bidding.
4.4 Bid Support/Assistance
The Client will be responsible for all reproduction and distribution of plans and specifications to
prospective bidders during the bidding phase of the project.The Client will also be responsible for
advertising the project for bids.
The Consultant will assist in preparing up-front documents and Bid Specifications for use in the final bid
documents prepared by the Client. Following the bid opening the Consultant will assist in preparing bid
tabs for inclusion into the final bid documents prepared by the Client.
The Consultant will answer design related questions(RFI's) receiving during the bidding process,through
the Client.The Consultant will prepare information to support an addendum to the bidding documents if
necessary during the bidding of the project to clarify the design or address questions raised.This
proposal is based upon a-maximum of one addendum during the bidding of the project.All information
will be provided to the Client for their preparation and issuance of the addendum.
The Consultant will also prepare and conduct the pre-construction meeting following the award of the
contract.
Assumptions:
• Construction will not impact the culvert under Crown Point Road near Blair High Road. It is
assumed that no wetland delineation or permitting for this item will be completed at this
time.These services may be added by addendum if determined through the course of the
project they are needed.
• It is assumed that no major permits will be needed as part of this project,other than MS4
and PCSMP permits.All other permitting and associated work to support permitting is not
included in the scope, but can be added by amendment to the original contract.
11
Deliverables:
60% Deliverables:
• Design Criteria Form, if revised
• 60%Construction Drawings
• Technical Specifications
• Final Structural Design Report
• Final Drainage Study
• OPCC,Class 3
• Updated Permit List
• QRF/Redlines Documentation
90% Deliverables:
• Design Criteria Form, if revised
• 90%Construction Drawings
• Technical Specifications
• OPCC,Class 2
• Updated Permit List
• QRF/Redlines Documentation
Final PS&E Deliverables:
• 100%Construction Drawings
• 100%Construction Specifications
• 3D Surface Model (for information only)
• OPCC,Class 1
• Updated Permit List
• Permit Submittal Documents(MS4, PCSMP)
• QRF/Redlines Documentation
• Preparation and attendance at the pre-construction meeting including agenda and minutes
5 Construction Phase Services
Construction Phase Services can be added to the contract at the discretion of the City by Amendment.
• Construction Administration—At the option of the Client,the Consultant will provide
construction administration services. Final Fee to be added by addendum.
• Construction Observation-At the option of the Client,the Consultant will provide
construction observation services. Final Fee to be added by addendum.
• Materials Testing-At the option of the Client,the Consultant will provide materials testing
services. Final Fees to be added by addendum.
• Construction Staking-At the option of the Client,the Consultant will provide construction
staking services. Final Fees to be added by addendum.
• SWPPP Inspections-At the option of the Client,the Consultant will provide SWPPP
Inspection services. Final Fees to be added by addendum.
12
6 Post Construction Services
The Consultant will provide the City record drawings following construction in ACAD and PDF format.
The Consultant will also provide a GIS layer for the sewer lines installed or modified as part of the
construction.
7 Public Involvement
7.1 Public Involvement Plan
The Consultant will develop a public involvement plan for review and approval by project team
members.The plan should include dates of anticipated meetings,anticipated forms of communication
with the public(i.e.website, newsletter,door hangers, etc.), and a database of adjacent property
owners and other project stakeholders.All information to be sent to the public or posted to the web will
be reviewed by the City Project Manager prior to distribution.The information will be submitted for
review prior to publication.
The Consultant will collaborate with the City to develop and maintain a Public Involvement Plan (PIP)for
project development activities and procedures. PIP may include the following:
• Project Brand/Logo(if desired by the City)
• Project Schedule& Key Public Involvement Schedule
• Engagement Strategy
• Communications Tools
• Media Relations/Scheduled Project Updates
• Comment Management
• Public Involvement Reporting
7.2 Key Stakeholder Outreach
Consultant and City staff will identify key project stakeholders for participation in focus group meetings
prior to the public meetings. Key stakeholders for this project include Omaha Public Schools(including
Northwest High School), Home Owner Association Boards(2),and the Sorensen Park Plaza Business
Association.The Consultant will develop and distribute an initial introduction letter to key stakeholders
and adjacent properties to introduce the project and to communicate that work on the process will be
proceeding.
The Consultant will be responsible for distributing meeting invitations,coordinating meeting locations,
facilitating, and preparing meeting minutes. It is anticipated that key stakeholders will be engaged prior
to each public meeting to obtain feedback, measure project and alternative acceptance and build
support prior to full public release. It is anticipated that 20 meetings will be held over the course of the
project.
7.3 Public Meetings (3)
The Consultant will schedule, arrange,and facilitate three public meetings to be held in conjunction with
the Alternatives Analysis, after the review of 60%Design,and in advance of Construction.The
Consultant will draft a newspaper notice of the public meetings to be reviewed by the City Project
Manager,who will follow local publishing and posting requirements.The City Project Manager will
13
coordinate and publish the notices with the Omaha World-Herald.The notice of the public meetings will
be provided to the City Project Manager 21 days prior to the event.The City will be responsible for
coordinating the Dynamic Messaging Signs(DMS)for the public meetings.The Consultant will prepare
mailers or door hangers prior to each meeting and distribute them no less than 10 business days prior to
the meetings.
During the public meetings, City staff and the Consultant will be available to answer questions and
receive comments.The Consultant will provide and maintain a sign-in list and comment forms for the
attendees, and prepare a written summation of the oral and written comments received.The
Consultant will coordinate necessary follow-up after each of the public meetings.
7.4 Elected Officials Briefing (3)
At the request of the City Project Manager,the Consultant will attend three(3)City Council meetings or
meet directly with elected officials to report on project progress and answer questions.The Consultant
will prepare elected official project briefing books three times during the project at times determined by
the City Project Manager.
7.5 Comment Response Facilitation
The Consultant will develop and maintain a database of project stakeholders to include residents,
property owners, organizations,agencies, City officials,project team members and other parties who
may be interested in or impacted by the project.The database will identify stakeholder names,
telephone numbers,addresses,tract numbers,conversation dates and other pertinent information.A
copy of the database will be provided to the City, if requested.The Consultant will also serve as the
point of contact for public involvement and information and will keep a record of public contacts and
inquiries regarding this project.The Consultant will develop a protocol that identifies policies and
procedures for project related communication.The Consultant will prepare a comment matrix for
comments received and provide the City with draft responses for review and approval.
7.6 Web Support/Materials Development
The Consultant will provide to the City an electronic copy of display boards and handouts that will be
presented at each public meeting for use on the Keep Omaha Moving website or on other media
channels as the City deems appropriate.
Assumptions:
• The City will be responsible for the posting of public notices in the Omaha World-Herald
• The City will be responsible for the coordination and posting of DMS's prior to each of the public
meetings
Deliverables:
• Develop and maintain a PIP
• Introduction Letter to adjacent properties and key stakeholders
• Develop,coordinate, and provide minutes for up to 20 key stakeholder meetings over the
course of the project.
• Develop three (3) informational brochures/handouts for the public meetings and for posting on
Keep Omaha Moving website
14
•
• Develop key talking points documents for all staff attending the three public meetings
• Development of public notices for each public meeting.The City will submit/coordinate posting
of the notices in the Omaha World-Herald.
• Develop and maintain a contact/comments database and coordinate responses
8 Complete Streets Design Checklist
8.1 CSDM Information Review
The Consultant will review the available existing materials that have been developed for the City to
better understand the ongoing process,available data and goals for the checklist.
The Consultant will hold 2 preliminary work sessions with City staff to identify and address key areas in
the existing materials and to check the desired course of action based upon the review.
The Consultant will also seek best practice examples for the complete streets design guide checklist. It is
anticipated that 3 best practice examples will be reviewed in detail.
8.2 Draft Checklist and Process Development
The Consultant will develop a draft complete streets design guidelines checklist by leveraging the
materials available and work that has been conducted to date.The draft checklist will focus primarily on
public sector project development based upon City plans, ordinances,zoning, and other overlays.To the
extent practicable, regional,statewide,and national materials may also be utilized to inform the
decision-making process developed as a part of the checklist.
After the draft checklist has been developed,the Consultant will hold another work session with City
staff to validate the work done to date.This session will refine the draft checklist and inform the process
that will be utilized to standardize the project development decision-making process.
Following the work session,the Consultant will prepare a guidance memorandum outlining the draft
checklist and the process necessary to use the checklist for public sector project development.
8.3 Checklist Charette Meeting(s)
Following the development of the draft checklist,the Consultant will support City staff in vetting the
draft checklist and process through various city departments. It is anticipated that up to four(4)work
sessions will occur during this vetting process.
Following the collaborative, interdepartmental work sessions,the Consultant will develop meeting
minutes and action items for the upcoming session(s).
At the end of this effort,the Consultant will prepare a summarizing memorandum to document the
process and decisions that have been made.
8.4 Final Documentation
After approval of the final changes to the checklist tool,the Consultant will develop the final checklist
document.The Consultant will present the final checklist to the combined City staff following the
approval.
The Consultant will develop a user guide with instructions for the new checklist.
15
Deliverables:
• Preliminary work sessions(2)
• Draft Checklist,Work Session,Guidance Memorandum
• Work Sessions(up to 4), minutes, action items,Summarizing Memorandum
• Final Checklist Tool, Final Checklist User Guide, Presentation to City Staff
16
Consultant Workbook
Directions for Completing Work Hour Estimate Forms
This workbook has been designed to simplify the cost estimating process and to create a standard approach for
consultants,local public agencies and Nebraska Department of Roads—so that all can be working from the same page.
All grey fields in the workbook require information to be entered.
If you are a first-time user,review the Estimate of Hours and Labor Rates worksheets before you begin.
For NDOR projects,Consultants will submit their completed workbook to the Agreements Engineer. For LPA projects,
Consultants will submit the completed workbook to the Local Projects Division Engineer.
Start by opening the tab labeled Consultant's Estimate of Hours and following the directions listed below.
Consultant's Estimate of Hours
Enter project information at the top of this worksheet.This information will self-populate the remaining sheets.
If desired,add your company's logo and matching color scheme.
There are eight standard personnel classifications;however,the workbook allows for three additional user-defined
classifications.If user-defined classifications are needed,they must be added to the Classifications Legend located below
the Estimate of Hours table. To enter a new classification,replace"UD1"with its abbreviation(ex.GRA)and replace"User
Defined 1"with the corresponding title(ex.Graphic Artist).Once the user-definitions are added,they will self-populate the
Estimate of Hours table,as well as the remaining sheets.
Descriptions of the tasks are listed in the Scope of Services.
Assign project staff to applicable personnel classifications.
The worksheet for labor rates is provided on the next sheet in the workbook.
Assign hours to tasks based on personnel classifications provided,and the project requirements.
Salary rates will be added on the Labor Rates worksheet,and will self-populate the other sheets.
Labor Rates
The Blended Rates Worksheet is used to(1)determine rates for personnel categories with more than one individual,
and,(2)to document the Consultant's proposed project staffing.
Once information is added to the Blended Rates Worksheet,it will self-populate the top table.
Begin by assigning employees to the provided personnel classifications.List their name and classification according
to the company.
Enter direct salary rates used by your company for each employee.
Assign a value to the%Assigned column based on the estimated percentage of hours that each employee will use.
The total of%Assigned must equal 100%for each personnel classification category.
The Blended Rate should populate in the gray cell and also generate in the Labor Cost table.
Labor Cost By Task
All data on this tab should populate from other sheets in the workbook,
including Overhead Rate and the Fixed Fee for profit percentage are assigned on the Project Cost sheet.
Direct Expenses
Directions and Examples are provided on the worksheet.
Protect Cost
Assign values for your firm's most recent audited Overhead Rate,and the Fixed Fee for profit percentage calculated
from the NDOR Fixed Fee Worksheet(available on the NDOR website).
Once Overhead Rate and Fixed Fee values are entered the sheet will then populate from previously entered information.
•
•
Consultant's Estimate of Hours •
•
Pre,.ct Rarl: City atom.Clown Poe*Avenue Fprwornwb •
PrM.v Nrm_er. GPW 4an
Co,dmRmm.r. WA
W.V.n(CRC C.Ptft OmRa,DooeMa Gaaar •
�OLSSON _
Firm Ran: Obm e Mare..
Consuls.Profom M•nap.n Michael PlemMy a".44rer
Paer*OErnp; (afl13e1.111S I,npleln. .., Fqn,
CPA R..Po... arms: Jon MMxr
PheretEAMR 00014ua191/bnneMrQSAMompM.pn
Dare: March IV 2010
•
ASKS F.T.M Uri=1=7=C7 W[P371772►_^.7 7.117IT717!l F"i.•7[�7[^7 w11-E,1
f7—..........—ww 7i1.7;MINI
---
t!!s11
A 7— A mm
--- %7f.7wf�Awwwwww11=1
.:.. ,.. •
rim 777O—777 wwwwwww77!7Fm
.. .,•.. 77T:m
RT.f---- a tw.---w—www77!!t.
• .....:...: . ....A WM m.t':7---wwwNMI 77 inn
i1•ww—WW. 77--WE77--wws177
77 77
77 WM
---..77—w—flL7ww—. ww77777
--ww—w l�i'7--w w 7 w77
777
777<7
iffri
777
77T—
,... -www w sin on A 7 if 777--ww 77 mos
777
WW 77T—
.777lM WM m 7[R7........7T7
771ct. :::';.•....:�, 7
7ti�w—.l�i7i7aSf---.www77'S •
—
7-7—C1.7 Mal
778—
wwww WM WMesa.....—www 7—
.. ;c-�.c..e:........:..._. .. ....iff7 ff t6f MSf—NMI.—f7ww777—
c.eJ, 71 1
.....iE7 Bill A MIN.---wwww^—
mn
777
777
,. ----51111 i!A.lM----www 77;TM
777
777
• --TON
.,,... ......---MIS—WM 77ww777 •
--------------wwww—
..,.. .....f.>m—its sow---7ww77T— e-
777—
soimusrommousommuummuu--------------wwww.^_— .
mum
www—Fro mu me maumwwww--777
i7— 777-
---Mil—rmo sf—i1.......-77:1cm
rf—f'f.....7-77T?7
WW --a-
- 77T71
----WM■M■M7 Wri .--www777-
777
-------WM--lMw 7ww77%S I
.wwww.. WM—.77——7777
.....if i7.......ww777
sn 77•L-
77 7
T!!! .. ----i1•.. VW 7 7 7 7 MI MIS117 IMMI
77?,-
111177
77!1—
ens.77iff_tf—ff---www-77•i-
77 MEN
777
Mw-777--w-77 T—
A.... !!!• —tut--.=www--T—
'^ --:F-
7ism mm
--
I ..... -----wwww---
77
=--ws. . . --w--wwwWM7;7
t!1.7T—
.. ... R:\.—.N.�t6f tl.7.[I.7 sin---wwwtE77;nos
• - fM-----w.—wwww--[TM t677T.—
. . . f.!•1♦7 ri-M
. „ WM7T7
...■Lf—www----mum
IMIN
w777,—
.. „ —w-7m MIS w—wff.wwwww77MO
777
777
777
777
poi: i .. 1131wt31101i 7i1T1ffErlIt10ITIMFM L1WTI irriwnwrs morr7wME!
w1SSo-tCATOHs`.
PM Nn(DG Mm.Pm El S D,& n WPE Wmer Rosman EnpWr
APM Anbae Proem Manager SCES Smbr DeT,*nId tlNtlm, RLS Repbbrod Marts Sarv0pr
MEW Sprier .zoons r/wratlembt DES DeebnedfetlWdan SVC Sam.Crow nPSI.)
EON EzNwvmertl SchadN ADM Admbtn a GO GrnNc D0500.
SPE Soda Prajea ENAwer GPE GeMM.d el EryMeet COM Camunbl00 NoNMRr
APE PMed E1�reu SE SOveNnl Enghsw WM= Webnrter MabMe.Deeebper
1 "Fon L/wnagfirwi Olemffiest.bm.you Mewed to aria*CbnC Hoa WpndbafM Mom.To or.•now DNUIMtkr,fpba VD1.1•10, MPmMRbn(m.OM)end sPba lher De/Jw.1'mM lM emeeymdMlp LUe
(ex O,Nlde ArtDO.Once 0e tner.dolltb n an added.Dt.Tea mg populate the Esthete al Nam table,ee wf n W earrbip shoots.
• 5
•
Labor Rates
ProJeet Name: City of Omaha Crown Point Avenue Improvements
Protect Number: OPW 52884
Control Number. N/A _ M Location(City,County): Omaha,Douglas County O\OLSSON
Firm Name: Olsson Associates ASSOCIATES
ConsutteM Project Manager. Michael Pienddry
Phone/Emil: (402)341.1118 I mplerNcky@olasonessodates.cotn
IPA Responsible Charge: Jon Meyer
Phone/Email: (402)441-4191 I jon.meyeredihofomehs.ot9
Date: March 19,2018
cT;.7.Ts• :^+. lIILI711'?T1=IIL".''4"1=IIi
ilMONIMIltrrra
F?3:C7 "T7 ^T I27r(T. 1111MIN?T1• 6T7:'+8'7
R 1•.. ,.d iIt.T 1' �iil'',•i0Z1
trriM
P.7T�,:LR.T7ii.!*.•!1'x!T3'•'Ir'L7 L 1S*Z!• Ro CC1
IMMFMNIMMI .1.1.1.771171
NMI -NNEMIMM
MiNireit3il5.4zlfyar.a
CLASSIFICATIONS':
PM Project Manager El =Engineer Intern WPE =Water Resources Engineer
APM Assistant Project Manager SDES =Senior Designer/Technician RLS =Registered Land Surveyor
SENV Senior Enviromnenkl Scientist DES =Den gnerlledrdden SVC =Survey Crew(2 Perron)
ENV Emlrorynental Scientist ADM =Administrative GD •Graphic Designer
SPE Senior Project Engineer GPO =Geotedadal Engineer COM =Communications Coordinator
PE Project Engineer SE •Structural Engineer WM/DD =Webmaster/Database Developer
451eflaea Kates AOFRsneeT 2016
EMPLOYEE NAME CLASAIFK:ATION' SALARY RATE %ASSIGNED'
Project Manager
)gyp Plemickv Office Leader 575.96 100 0%
_ Blended Rate: $75.96
Assistant Project Manager
Blended Rate:
Senior Environmental Scientist
Brian Osborn Team Leader 55577 1000%
Blended Rata: $55.77
Environmental Scientist
pvnv Cherko Associate Scientist 533.65 100.0%
Blended Rate: k $33.85
Senior Project Engineer
Tom Eodloff OAOC 55601 50%
Chds Rdlina Senior Endneer 54716 50 0%
Nick Weender Senior Planner 54279 400% •
Ben Day Industry Erman 587.31 46.86
Blended Rate: 1 6.86
Project Engineer
Mike Golka Protect Enakreer 533.65 900%
Dan Belllzd Protect Endneer 531.49 10.0%
Blended Rate: k $33.43
Engineer Intern
Mike Ludrtel Assistant Enoinear 526.80 80.0%
Sere Kosiskl Assistant Enolneer 57776 700%
Blended Rate: I. $26.99
Senior Designer/Technician
Ran DON Erw/GIS Tech $2809 1000%
Blended Rate: ) $28.00
DeslgnmRoehnlclan
Student MMem Asektant Tedaddan $15.50 1000%
Blended Rate: I $15.50
Administrative
Kelsey Schuette Team Coordinator 523.50 850%
Rhonda Jellnek Bilbao,Coordinator 529.00 50%
Ronnie Chambers Teem Coordinator 524.00 50%
Sandra Citlaco Teem Coordinator $70.00 60%
Blended Rate: I $23.63
GeotechnkN Engineer
Jcelen Petersen Team lender 555.77 100% •
• Ed Sdrnackenbero Senior Enalneer $54.45 90 0%
Blended Rate: i $54.58
Structural Engineer
Ross Berson Senor Engineer 544.71 1000%
Blended Rate: ! $44.71
Water Resources Engineer
Conk Romero Protect Engineer. S37.74 1000%
Blended Rate: I $37.74
Registered Land Surveyor
Terry Rotharrd Teem Leader S45.19 100 4%
Blended Role: I $45.19
Survey Crew(2 Parson)
Person GPO Sunray Crew 550.00 100 0%
Blended Rate: I $50.00
Graphic Designer
Michaele Olunans Sr.Grannies Cooed 53990 500%
itilaralrt Deron Assodete S3300 500%
Blended Rate: S $36.45
Communications Coordinator
Stacey Roach Public lmdvmnnt Cooed S25.25 500%
Unlit,Bausch Public lmoNmem Cooed $28.85 50 0%
Blended Rate: 1 $27.05
Input actual employee classification as designated by tint.
2 Total of%Assigned'muatogue!100%breach personnel classification category.Ilona person In classification.fist them es 100%for%Assigned'.
Labor Cost by Task
Project Name: City of Omaha Crown Point Avenue Improvements
Project Number: OPW 52884
Control Number: N/A ////����A,
Location(City,County): Omaha,Douglas County O N
Firm Name: Olsson Associates
:onsultant Project Manager: Michael Piemicky ASSOCIATES
Phone/Email: (402)341-1116 /mpiemicky@olssonassociates.com
LPA Responsible Charge: Jon Meyer
Phone/Email: (402)444-4191 /jon.meyer@cityofomaha.org
Date: March 19,2018
Direct Labor Overhead Fixed Fee Total
Tasks Total Hours Coat 176.53% 12.00% Project Cost
Task 1.Project Management&Meetings 457 $26,410.62 $46,622.67 $8,763.99 $81,797.28
Task 2.Alternatives Analysis 470 $16,470.29 $29,075.00 $5,465.44 $51,010.73
Task 3.Preliminary Design 603 $17,467.34 $30,835.09 $5,796.29 $54,098.71
Task 4.Final Design 2,121 $55,408.12 $97,811.95 $18,386.41 $171,606.47
Task 5.Construction Phase Services-To Be Added by Amendment
Task 6.Post Construction Services 66 $1,229.16 $2,169.84 $407.88 $3,806.88
Task 7.Public Involvment 807 $26,046.16 $45,979.29 $8,643.05 $80,668.50
Task 8.Complete Streets Design Checklist 200 $9,396.48 $16,587.61 $3,118.09 $29,102.18
Direct Expenses $74,209.26
TOTAL 4722.5 5152,428.16 $269,081.43 $50,581.15 5546,300.00
Labor Rates
Labor Costs: Hours 2014 Pay Rates Amount
Code Classification Title
PM Project Manager 362 $75.96 $27,459.54
APM Assistant Project Manager
SENV Senior Environmental Scientist 1 $55.77 $55.77
ENV Environmental Scientist 3 $33.65 $100.95
SPE Senior Project Engineer 636 $46.86 $29,802.96
PE Project Engineer 608 $33.43 $20,308.73
El Engineer Intern 1099 $26.99 $29,648.52
SDES Senior Designer/Technician 48 $28.00 $1,344.00
DES Designer/Technician 1154 $15.50 $17,887.00
ADM Administrative 188 $23.63 $4,442.44
GPE Geotechnical Engineer 27 $54.58 $1,473.66
SE Structural Engineer 36 $44.71 $1,609.56
WPE Water Resources Engineer 46 $37.74 $1,736.04
RLS Registered Land Surveyor 20 $45.19 $903.80
SVC Survey Crew(2 Person) 32 $50.00 $1,600.00
GD Graphic Designer 160 $36.45 $5,832.00
COM Communications Coordinator 304 $27.05 $8,223.20
WM/DD Webmaster/Database Developer
TOTALS 4723 $152,428.16
CLASSIFICATIONS':
PM = Project Manager El = Engineer Intern WPE = Water Resources Engineer
APM = Assistant Project Manager SDES = Senior Designer/Technician RLS = Registered Land Surveyor
SENV = Senior Environmental Scientist DES = Designer/Technician SVC = Survey Crew(2 Person)
ENV = Environmental Scientist ADM = Administrative GD = Graphic Designer
SPE = Senior Project Engineer GPE = Geotechnical Engineer COM = Communications Coordinator
PE = Project Engineer SE = Structural Engineer WM/DD = Webmaster/Database Developer
Direct Expenses
Project Name: City of Omaha Crown Point Avenue Improvements
Project Number. OPW 52884
Control Number. N/A
Location(City,County): Omaha,Douglas County
Firm Name: Olsson Associates - C1 1,OLSSON
Consultant Project Manager: Michael Piemicky ASSOCIATES
PhonelEmall: (402)341-1116/mpiemicky@olssonassociates.com
LPA Responsible Charge: Jon Meyer
Phone/Emall: (402)444-4191 /jon.meyer@cityofomaha.org
Date: March 19,2018
Subconsultants Quantity Unit Cost Amount
Trekk Design Group-Sewer video&evaluation 1 $59,602.00
River City Barricades-Geotech Traffic Control 1 $1.060.00
Subtotal $60,662.00
Printing and Reproduction: Quantity Unit Cost Amount
300 sheets-11"x17"half size plan sheets plotted 20 times(aZ$0.50/sheet 6000 $0.15 $900.00
300 sheets-34"x22'plan sheets plotted 2 times(dt$1.50/sheet 600 $1.50 $900.00
1,000 black&white copies(8.5"x11")(i$0.15/sheet 1000 $0.15 $150.00
1,200 color copies(8.5"x11")(dE$0.50/sheet 1200 $0.50 $600.00
1,200 color copies(11"x17")(aZ$1.00/sheet - 1200 $1.00 $1,200.00
30 Display Boards(24"x36")(a1$40.00/board 30 $40.00 $1,200.00
800 color copies(11'x17")a$1.00/sheet 800 $1.00 $800.00
Subtotal $5,750.00
MileagelTravel: Quantity Unit Cost Amount
Personal Vehicle Mileage
20 trips to City Offices(15 mi/trip) 300 $0.56 $168.00
4 trips to Protect Site(20 mi/trip) 80 $0.56 $44.80
20 trips for PI Meetings(20mi/frip) 400 $0.56 $224.00
20 trips for Stakeholder Meetings(20mittrip) 400 $0.56 $224.00
Survey Vehicle Mileage
4 trips to Project Site(20 mi/trip) 80 $0.75 $60.00
Subtotal $720.80
Other Miscellaneous Costs: Quantity Unit Cost Amount
Miscellaneous Postage,Mailing,Deliveries Etc. 1 $56.46
Geotechnical Field Exploration 1 $4,620.00
Geotechnlcal Lab Services 1 $1,900.00
_Survey Materials_ _ 1 $500.00
Subtotal $7,076.46
TOTAL DIRECT EXPENSES $74,209.26
Project Cost
Project Name: City of Omaha Crown Point Avenue Improvements
Project Number. OPW 52884
Control Number. N/A
Location(City,County): Omaha,Douglas County
Finn Name: Olson Associates QO L550 N
Consultant Project Manager. Michael Piemlcky
Phone/Email: (402)341-1116/ mplemlcky@olssonassociates.com ASSOCIATES
LPA Responsible Charge: Jon Meyer
Phone/Email: (402)444-4191 /jon.meyer@cityofomaha.org
Date: March 19,2018
Direct Labor Costs: Hours Rate Amount
Personnel Classification
Protect Manager 361.5 $75.96 $27,459.54
Assistant Prolect Manager
Senior Environmental Scientist 1 $55.77 $55.77
Environmental Scientist 3 $33.65 $100.95
Senior Protect Engineer 636 $46.86 $29,802.96
Protect Engineer 607.5 $33.43 $20,308.73
Engineer Intern _ 1098.5 _ $26.99 $29,648.52
Senior Designer/Technician 48 $28.00 $1,344.00
Designer/Technician 1154 $15.50 $17,897.00
Administrative 188 $23.63 $4,442.44
Geotechnical Engineer 27 $54.58 $1,473.66
Structural Engineer 36 $44.71 $1,609.56
Water Resources Engineer 46 $37.74 $1,736.04
Registered Land Surveyor 20 $45.19 $903.80
Survey Crew(2 Person) 32 $50.00 $1,600.00
Graphic Designer 160 $36.45 $5,832.00
Communications Coordinator 304 $27.05 $8,223.20
TOTALS 4722.5 $152,428.16
Direct Expenses: Amount
Subconsultants $60,662.00
Printing and Reproduction: $5,750.00
Mileage/Travel: $720.80
Other Miscellaneous Costs: $7,076.46
TOTALS $74,209.26
Total Project Costs: Amount
Direct Labor Costs $152,428.16
Overhead(a) 176.530% $269.081.43
Total Labor Costs $421,509.59
Fixed Fee 0 12.00% $50,581.15
Direct Expenses $74,209.26
PROJECT COST 8546,300.00
Assumptions - Notes
Project Name: City of Omaha Crown Point Avenue improvements
Project Number: OPW 52884
Control Number. N/A
Location(City,County): Omaha,Douglas County
Finn Name: Olsson Associates
Consultant Project Manager. Michael Piemicky
Phone/Email: (402)341-1116/mpiemicky@olssonassociates.com
LPA Responsible Charge: Jon Meyer
Phone/Email: (402)444.4191 /Jon.meyer@cityofomaha.org
Date: 3/19/2018
Assumptions and Notes
Sheet Count Assumptions Seale Final I
Cover Sheet NA 1
Typical Sections NA 3
General Notes NA 2
Detail Sheets NA 4
HorizontaWertical Control Sheets NA 1
Constriction Phasing Sheets 50 scale 20 3 phases&Wenninghoff
Traffic Control Sheets 50 scale 20 3 phases&Wenninghoff
Geometric Sheets 20 scale 12 11 mainline&1 Wenninghoff
Joints 8 Grades Sheets 20 scale 12 11 mainline&1 Wenninghoff
Removal Sheets 20 scale 12 11 mainline&1 Wenninghoff
Construction Sheets 20 scale 12 11 mainline&1 Wenninghoff
Drainage Plan Sheets 20 scale 12 1 mainline&1 Wenninghoff
Roadway Plan 8 Profile Sheets 50 scale 9 6 mainline,1 Wenninghoff,2 Sidestreet
Retaining Wall Plan&Profile Sheets 20 scale 4
Storm Drainage Plan&Profile Sheets 20 scale 15 mainline&laterals
Culvert/Box Culvert Cross Section Sheets 10 scale 2
Sediment and Erosion Control Sheets 20 scale 12
Traffic Signal and Interconnect Sheets 20 scale 6
Pavement Marking 8 Signing Sheets 20 scale 12
Lighting Plan Sheets 20 scale 12
Special Plan Sheets NA 10
Right-of-Way Sheets 50 scale 5
Right-of-Way Tracts with Aerial 20 scale 12
Roadway Cross Section Sheets 10 scale 55
Total 265
i
Oil
-, ' .S'4 •.•N•: _«--__ _--1-♦-+- ,---r— a �M Lp 1Sl[p�p i.9tti
C
•
I i- r_• •,. ♦ r r .++-+.._+n .+r _ .f a _ r _ ��- �. -[J:4
'�p IT
I :° ...c.4 4. i
in
j IIr
[ :e.°- _- - .-._- a __--
_ •
_... .— -T._._ .�.�_ -.ems -,w�-_-. .. .._.. ..
.t "'� ill
—.-"-- —,-- —" —_,_." ---.. — --- — i
� ll l ^-n- . :s ^^-a-si- z `x xfil`a` rimm g = l— a - g" i" P 2iMi l _ _
ithild
,¢ pp E Y 8 8 yy yy$$EE 8 yy yy tt�� yy g5 fi� yy yy gy EE 8 yy E gg yy yy E 8 yy 8 8 8 yy Y E 1s 8 1E 1E 1y 8 1y 1y 8 E 8 1 1 1 E 77 E E yy BB 8 EE 8 yy yy E yy gg LEY 3
f 7����E 3 3 3 3 3 3 3 3 3 3 3 3 I�3 i�2 ������������:E 3 3 3 3 3 3 3 3 3 �3 3 3 3 3��3�3 3 3 3�3 3 3 3 3 3 3 i 3 3���3 3 3 3 3 3 3 3 3 3 3�3 3 3 3 3 3�3 3 3 3���� ��€�2 E..E�' 3 4 i 3 3 3 3.
aga a is a a s -a-- a s aaa a P aaaPi aac- ^^a a^ a a^ a^a a 8 Piii a }
Y A5a4ai3liliiliiili4ii5ti gp z p�IEE �g11144444 as a a a a a a a a a a44414aaaaaaaaaa a a a a a a a a44444iaaaaaaaaaa a a a a a a aaiitaittiiii iiIIPL)tItIaaal iiiiiIr,'.
I b 7 1 1 1 1 1 1 1 1 1€1 1 1 1 1 1€e 1 8 8 1 1 i 8'i O 8 8;e l 2 8 8 8 i'8l l i 8 R 8 E 8 0 8 R l 8 8 8 8 8 t p R i '8 e e i f'S a C R 1 1 1 8 II„I of R E I I I I I Y o R o R R Q U 8 0 8�f el£i 8� i l i L
LLL •
i
ge
a1iIiIilP iB lligiii ill
in si 1 afl s 11gs 11 i lisaa aib I111151 1 isglgsaaaaglbir
ii
- - -.- ..s x - a: zaAtXt*.arease >xes :a: sta: atsx a :a:s: aassa: sss :sStr... Pg a ts:a:ass: ass::./ w ss /
a --- _ . . . . . EIS t' 2 .. 4E
NO. 42O
Item Submitted By: Gary Pech
Department: Public Works
Council Meeting Date: May 1, 2018
Res. that, as recommended by the Mayor, the Professional Services Agreement with Olsson
Associates to provide professional services on OPW 52884, being the Crown Point - 72nd to
Blair High Road Project, is hereby approved. (The Finance Department is authorized to pay a
fee not to exceed $546,300.00, from the 2014 Transportation Bond Fund 13184, Transportation
Bonds Organization 117117, year 2018 expenditure.)
Presented to City Council
May 1, 2018
APPROVED 7-0
elizabetb Nutlet
City Clerk