Loading...
RES 2016-0797 - Agmt with HDR Engineering Inc for OPW 52783, Leavenworth LS flood mitigation study _ J pl� IA NF 97 AF1 & . ti o Rs ! Public Works Department 2qtf • ���� � K June 7 2 a<r�'' ,, Omaha/Douglas Civic Center e [ ' �� ki ,i ,,`i c,: -),- 1819 Farnam Street,Suite 601 pA ry Omaha,Nebraska 68183-0601 Rt¢ , • (402)444-5220 4TFD FEBRl Fax (402)444-5248 ri City of Omaha r Robert G. Stubbe,P.E. Jean Stothert,Mayor "''r` Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution approving a Professional Services Agreement with HDR Engineering, Incorporated, to provide professional engineering services for OPW 52783, being the Leavenworth LS Flood Mitigation Study project. Approval of the attached resolution allows HDR Engineering, Incorporated to proceed with the work, as outlined in the attached Agreement. This work consists of; project management, permits and authorizations, field investigations, technical memos, bid phase services, and other services associated with OPW 52783. HDR Engineering, Incorporated has agreed to perform these services for a fee not to exceed $248,072.00, which is detailed in Exhibit C of the agreement. These costs will be paid from the Sewer Revenue Improvements Fund 21124, Capital Asset Replacement Program Organization 116913. HDR Engineering, Incorporated has filed the required Contract Compliance Report, Form CC-1, in the Human Rights and Relations Department. The Public Works Department requests your consideration and approval of the attached Resolution and Agreement. Respectfully submitted, Approved: ,,,,,, ,„„4,,, ,4,„:„,,,,, 5/00. /4, Ro ert G. Stubbe, P.E. Date S ncer K. Danner Jr. / 41 Date Public Works Director Human Rights and Relations irector Approve as to Funding: Ir,rred to City Council for Consideration: — 7._ _, 5/2Le_ j124A--- /7'3//(., Stephen . Curtiss Date Mayor's Office Date Finance Director V> 1356hra PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is hereby made and entered into thisday o41; 016,by and between the City of Omaha, a municipal corporation located in Douglas County, Ne raska (hereinafter referred to as the "City"), and HDR (hereinafter referred to as the "Provider"), on the terms, conditions and provisions as set forth herein below. I. PROJECT NAME AND DESCRIPTION OPW 52783-Leavenworth LS Flood Mitigtion Study 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 220 day period after receipt of a purchase order from the City. B. Provider designates Bob Riede whose business address and phone number is 8404 Indian Hills Drive, Omaha, NE 68114 402-399-1271 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 220 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 A. City designates Eitan Tsabari whose business address and phone number are 5600 S. 10th Street, Omaha, NE 68107 (402-444-3915 x 249) as its contact person for this project, who shall provide a notice to proceed and such other written authorizations as are necessary to • commence for 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 exceed $248,072. 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 construction 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 construction documents prepared under this Agreement shall become the property of the City. The City shall not reuse at another site or make any modification to the construction documents without the 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 construction documents by the City, regardless of whether such reuse or modification is for use at the Project site or another site. VI. ADDITIONAL SERVICES In the event additional services for the aforementioned project not covered under this Agreement are required, Provider agrees to provide such services at a mutually agreed upon cost. VII. INSURANCE REQUIREMENTS 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 and hold harmless the City, its officers, directors and employees(collectively, City)against all damages, liabilities or costs, including reasonable attorneys'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 attorneys'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 manner 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, sex, age, or disability as recognized under 42 USCS 12101 et seq. and Omaha Municipal Code section 13-89,political or religious opinions, affiliations or national origin. 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 services 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. 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, religion, color, sex, age, sexual orientation, gender identity, disability, or national origin. The Contractor shall ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, sexual orientation, gender identity, or national origin. 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,religion, color, sex, sexual orientation, gender identity, or national origin, age,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 applicants 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 the 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. EXECUTED this day of May , 2016 . Provider � � Gl v`47r C By i��77ai60f�o l'i ATTEST l (Title) EXECUTED this ay of 2016 . ATTE CITY OF OMAHA, Municipal Corporation +.0"-be,j By Ci lerk Mayor APPROVED AS TO FORM: 1/4 f--(cr-dt. Deputy City Attorney Revised: 6/2011 EXHIBIT B Leavenworth Flood Mitigation 5-6 Final TASK SERIES 100—PROJECT MANAGEMENT 110—Team Management and Project Control 120—Quality Control 130—Coordination with Related Shareholders TASK SERIES 200—PERMITS and AUTHORIZATIONS 210—Development and Submittals TASK SERIES 300—FIELD INVESTIGATIONS 310—Site Surveys 320—Soil Investigations 330—Camera Survey of 40-IN Sewer TASK SERIES 400—TECHNICAL MEMORANDUM 410—Technical Memorandum TASK SERIES 500—BIDDING DOCUMENT DEVELOPMENT AND BIDDING ASSISTANCE 510—Sixty Percent Drawing Development 515—Review of Sixty Percent Drawings 520—Opinion of Probable Construction Cost at Sixty Percent Milestone 525—Ninety-Five Percent Drawing Development 530—Ninety-Five Percent Specification Development 535—Opinion of Probable Construction Cost at Ninety-Five Percent Milestone 540—Review of Ninety-Five Percent Documents 545—Completion of Bidding Documents 550—Bidding Assistance 555—Miscellaneous Services TASK SERIES 600—CONSTRUCTION PHASE SERVICES -To Be Negotiated The following scope defines the work elements associated with the design services for a diversion sewer to intercept flow at the abandoned Jones Street Power Plant Site from the 30-inch construction diversion flow pipe between Construction Flow Diversion Structures A and B and route it beneath the Existing Leavenworth Sewer to the North Gravity Sewer. This Scope of Services focuses on refinement of the CITY's selection of Option 5 of Technical Memorandum No. 1-Leavenworth Lift Station Flood Mitigation Study. TASK SERIES 100—PROJECT MANAGEMENT Objective: Provide management activities over the Project duration including planning, organizing and monitoring Project team activities,preparing and monitoring bidding document production standards,attending meetings and Project cost control. HDR Activities 110—Team Management and Project Control • Project initiation including development of Project Management Plan. • Resource management and allocation based on Project schedules and activities. • Schedule,budget and invoice management. • Production coordination activities. B-1 EXHIBIT B Leavenworth Flood Mitigation 5-6 Final 120—Quality Control • Provide and manage a team of HDR review professionals not associated with the Project design to review the documents at the sixty and ninety five percent milestones. 130—Coordination With Related Shareholders • Coordinate design with United States Corp of Engineers(USACE),NuStyle Development,ConAgra and OPPD utilities. Meetings/Travel: Local travel. Task Deliverables: Monthly invoicing. 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 7 months after Notice-To-Proceed is given. Timing is contingent on approvals from the USACE on Section 408 amendment(up to 60 day review time possible), Electrical Building exterior approval from the Urban Design Review Board (approximate 3 week process)and schedule impacts related to shareholder coordination including NuStyle development. -Activities will start the second quarter of 2016. -For this scope,a total of 40 hours of Project Manager time and 40 hours of engineer/drafter time is budgeted for coordination with related shareholders. -For the purpose of this Scope of Services, local travel is defined as travel in Omaha and the Project site. -Invoicing procedures and level of detail will be per HDR's standard invoicing practices used on similar CITY wastewater projects done with HDR. -This Project is not being done under the CSO Program and no State Revolving Funds are being utilized. Information and Services Provided by Others: CITY will participate in meetings and communication with shareholders as required. TASK SERIES 200—PERMITS AND AUTHORIZATIONS Objective: Develop amendment to existing United States Corp of Engineers(USACE) minor Section 408 and obtain approval from the Urban Design Review Board (UDRB)for Electrical Building facade approval. HDR Activities: 210—Development and Submittals • Develop amendment for existing USACE minor Section 408 for work on the Jones Street Power Plant Site for work constructed within the 500-foot levee critical zone. Include 60 percent design drawings as exhibits for submittal. Provide copy of amendment to CITY for review,comment and filing with USACE. • Develop documentation for UDRB approval of Electrical Building facade for construction at the Existing Grit Facility Site. -Attend and present documentation presentation at UDRB meeting as required. Meetings/Travel: Local travel. B-2 EXHIBIT B Leavenworth Flood Mitigation ' 5-6 Final Task Deliverable: -UDRB application. -Amendment to existing 408. Key Understandings and Assumptions: -HDR will have no work associated with any additional permits or approvals except those specifically identified above in this Scope of Services. -Because of the site areas involved and the fact that NuStyle is working at the Jones Street Power Plant Site, it is assumed no SWPPPs will be required for this Project. -Work items like required site visits for the Section 408 amendment and the modification of the O&M Manual are not included in this scope but would be included in a construction phase scope of work. -Time for Section 408 amendment submittal assumes that the Project will be located outside of the federal project right of way but within the critical area. Being outside of the floodwall right of way,but within the critical area,has correlated to no environmental,real estate,or legal review.Therefore,no time for environmental documentation has been included in this amendment. Should environmental documentation be required,an amendment to this contract will be required. Information and Services Provided by Others: -Submittal of Section 408 amendment to USACE. TASK SERIES 300—FIELD INVESTIGATIONS Objective: Perform field investigations to obtain site survey information,site soils information and condition assessment of existing 40-IN sewer(camera survey). HDR Activities: 310—Site Surveys • Survey both the Existing Grit Facility Site and the Jones Street Power Plant Site to obtain existing site backgrounds and grades and obtain key elevations. 320—Soil Investigations • Perform one soil boring at the Existing Grit Facility Site to the depth of the top of the base slab of the Existing Grit Facility. • Perform two soil borings at the proposed Jones Street Power Plant Site to the depth of bedrock. 330—Camera Survey of 40-IN Sewer • Perform camera survey of the existing 40-IN sewer from the Existing Grit Facility to the line discharge at Construction Diversion Structure A. Meetings/Travel: Local travel. Task Deliverables: None. Key Understandings and Assumptions: -Due to subcontractor concerns related to equipment access and safety,camera survey will not occur until new Leavenworth Lift Station is on-line and flow through the 40-IN line is diverted down the existing Leavenworth Sewer. B-3 EXHIBIT B Leavenworth Flood Mitigation 5-6 Final Information and Services Provided By Others: -None. TASK SERIES 400—TECHNICAL MEMORANDUM Objective: Develop technical memorandum that will be used as the 30 percent deliverable. Accepted technical memorandum will establish the parameters for subsequent detailed design. I-IDR Activities: 410—Technical Memorandum • Perform preliminary engineering required to select final pipe sizing and materials and confirm the usability of vortex valve flow control device within the new piping system to provide passive control of flow through new piping system. Options will look at two conditions,limiting flow to approximately 24 MGD and limiting flow to approximately 40 MGD. • Develop technical memorandum documenting findings. • Meet with CITYto discuss and finalize memorandum conclusions. TASK SERIES 500—BIDDING DOCUMENT DEVELOPMENT AND BIDDING ASSISTANCE Objective: Develop documents to bidding document level. HDR Activities: 510—Sixty Percent Drawing Development • Develop sixty percent drawings to graphically show the extent and character of the work contained in the Project. Anticipated full drawing list is listed below. Sixty percent drawings will include asterisked sheets: General -Cover Sheet and Index Sheet* -Overall Site Location Plan* -Structural Notes,Standard Details and Legend -Instrumentation PID Sheet* Existing Grit Facility Site -Site Orientation and Access Plan* -Site Demolition Plan and Photos* -Site Layout,Grading,Paving Details* -Soil Erosion and Sediment Control Plan -Utility and Piping Layout Plan and Profiles* -Details -Manhole No. 1Pan, Sections and Details* -Manhole No.2 Plan, Sections and Details* -Electrical Building-Architectural and Structural Plans,Elevations,Sections and Details* -Electrical Building-Mechanical and Electrical Plans,Details and Schedules -Existing Diversion Manhole Plan, Section and Details* Jones Street Power Plant Site -Site Orientation,Access and Staging Area Plan* -Site Demolition Plan* -Soil Erosion and Sediment Control Plan -Utility and Piping Layout Plan and Profiles* -Manhole No.3 Plan,Sections and Details* B-4 EXHIBIT B Leavenworth Flood Mitigation 5-6 Final -Manhole No.4 Plan,Sections and Details* -Existing Electrical Building Plan and Photos* 515—Review of Sixty Percent Drawings • Submit sixty percent documents to the CITY for review and comment. • Submit sixty percent documents to internal HDR reviewers for review and comment. • Meet with the CITY to discuss and resolve CITY review comments. • Incorporate the CITY and HDR internal QC comments into the ninety-five percent submittal documents. 520—Opinion of Probable Construction Cost at Sixty Percent Milestone • Develop Opinion of Probable Construction Cost based on sixty percent submittal documents. 525—Ninety-Five Percent Drawing Development • Develop ninety-five percent drawings to graphically show the detailed extent and character of the work contained in the Project. 530—Ninety-Five Percent Specification Development • Develop Division 0,Division 1 and technical specifications to ninety-five percent level. 535—Opinion of Probable Construction Cost at Ninety-Five Percent Milestone • Udate Opinion of Probable Construction Cost based on ninety-five percent submittal documents. 540—Review of Ninety-Five Percent Documents • Submit ninety five percent documents to the CITY for review and comment. • Submit ninety-five percent documents to internal HDR reviewers for review and comment. • Meet with the CITY to discuss and resolve review comments. 545—Completion of Bidding Documents • Incorporate review comments from Task 340 into final Bidding Documents. 550—Bidding Assistance • Attend Pre-Bid Meeting. • Provide responses to the CITY concerning technical questions posed by perspective bidders. 555—Miscellaneous Services • Provide miscellaneous support services to the CITY during design including providing exhibits for easement procurement. Meetings/Travel: Local travel. Task Deliverables: -Three hard copy sets(half sized drawings)of sixty percent documents for CITY review. B-5 EXHIBIT B Leavenworth Flood Mitigation 5-6 Final -Three hard copy sets(half sized drawings and all specifications)of ninety five percent documents for CITY review. -Meeting summaries for each milestone review meeting. -Responses to final review comments for each milestone review meeting. -Opinion of Probable Construction Cost at sixty and ninety five percent milestone. -Two CDs of the final technical documents for bidding distribution. -Three hard copy sets of Bidding Documents(Project Manuals and half size sets of drawings). -Written responses to technical questions arising during the bidding period. Key Understandings and Assumptions: -Where available,HDR's master specifications will be used for development of technical specifications. -A maximum one-week period(each submittal)will be provided to the CITY to complete its review and comment period on the sixty and ninety-five percent design documents. After those periods,HDR will meet with the CITY staff in a single meeting for each milestone document submittal to discuss and resolve CITY comments. HDR's Project Manager and Project Engineer will attend the review meetings. -The Opinions of Probable Construction Cost will be developed using Excel software with the format of the estimate being broken down using the Construction Specification Institute(CSI)division breakout. -Drawing size for the Project is set at 30 x 42 IN. -HDR drafting standards will be used to produce all drawings. -HDR will have available for it's use electronic files of NuStyle's work in the Project area for use as backgrounds at the Jones Street Power Plant Site. -HDR will utilize AutoCAD Version 2014 for production of Project drawings. -A total of 24 hours of Project Manager time and 40 hours of design engineer/drafter time is provided for the services defined under Task 550. -Identification,testing and remediation of all asbestos, lead based paint or other contaminates that may be present in the Existing Grit Facilities is not included in this Scope of Services. -No repair or painting of any portion of the existing sewer system components is included in this Scope of Services. -New Electrical Building at Existing Grit Facility Site will be 9-FT x 9-FT structure similar to that provided in the Leavenworth Lift Station Project. Structure will be brick and block construction with electric heat,single source power,no plumbing. Facade will be designed to meet UDRB requirements. Information and Services Provided by Others: -Timely,organized review comments on deliverables issued for the CITY review. -CITY will obtain all easements required for Project construction. -CITY Legal Department will review Division 0 and I documents. -CITY will prepare agenda and summary of Pre-Bid meeting and distribute summary to meeting attendees. -CITY will compile and issue all addenda and provide HDR a copy of all issued addenda. TASK SERIES 600—CONSTRUCTION PHASE SERVICES Objective: Provide limited construction phase services HDR Activities: -To Be Negotiated. B-6 5-6 Final Exhibit C PROJ MIS STRUCTURAL TOTAL TOTAL TASK DESCRIPTIONS MAN Dl99 ENGINEERING CLERICAL LABOR BASE DF DRFT SR ' ENG I DRFT TECH HOURS LABOR($) TASK SERIES 100 PROJECT MANAGEMENT Task 110 Team Management and Project Control 40 0 0 0 0 8 48 $11,786.04 Task 120 Quality Control 4 0 3 0 0 2 23 $4 446 04 Task 130 Coordination with Related Shareholders 40 0 0 - 0 0 0 80 $19,666.08 TASK SERIES 100-SUBTOTALS TASK HOURS 84 0 3 0 0 10 151 TASK BUDGET $23,427.68 $0.00 $511.06 $0.00 $0.00 $787.50 $35,898.16 TASK SERIES 200 PERMITS and AUTHORIZATIONS Task 210 Development and Submittals 7 0 0 0 0 0 61 $10,938.12 TASK SERIES 200-SUBTOTALS TASK HOURS 7 0 0 0 0 0 61 TASK BUDGET $1,952.31 $0.00 $0.00 $0.00 $0.00_ $0.00 $10,938 TASK SERIES 300 FIELD INVESTIGATIONS Task 310 Site Surveys 1 0 0 0 0 0 13 $2,208.97 Task 320 Soil Surveys 1 0 0 0 0 0 3 $704.40 Task 330 Camera Survey of 40-IN Sewer _ 2 0 0 — 0 0 0 8 $1,730.11 TASK SERIES 300-SUBTOTALS TASK HOURS _ 4 0 0 0 0 0 24 TASK BUDGET $1,115.60 0 $0.00 $0.00 $0.00 $0.00_ $0.00 I $4,643 TASK SERIES 400 TECHNICAL MEMORANDUM Task410 Technical Memorandum 4 0 0 0 0 12 92 $15,143.44 TASK SERIES 400-SUBTOTALS TASK HOURS 4 0 0 0 0 12 92 TASK BUDGET $1,115.60 $ $0.00 $0.00_, $0.00. $0.00 $945.00 $15,143 TASK SERIES 500 BIDDING DOCUMENT DEVELOPMENT AND BIDDING ASSISTANCE Task 510 Sixty Percent Drawing Development 0 2 0 37 29 0 323.675 $50,604.09 Task 515 Review of Sixty Percent Drawings 6 0 0 0 0 0 10 $2,524.41 Task 520 Opinion of Probable Construction Cost at 60% _ 2 _ 0 0 0 0 0 30 $5,183.39 Task 525 Ninety Five Percent Drawing Development 0 2 0 31 23 0 265 $41,403.35 Task 530 Ninety Five Percent Specification Development _ 16 0 0 7 0 53 159.5 $24,865.34 Task 535 Opinion of Probable Construction Cost at 95% 0 0 0 _ 1 0 0 15 $2,755.21 Task 540 Review of Ninety-Five Percent Documents 4 0 0 0 0 0 6 $1,541.11 Task 545 Completion of Bidding Documents 4 1 0 1 1 0 33 $5,454.04 Task 550 Bidding Assistance 8 0 0 1 0 0 19 $4,047.50 Task 555 Miscellaneous Services _ 24 0 0 0 0 0 64 $13,953.24 • TASK SERIES 500-SUBTOTALS TASK HOURS 56 5 0 77 53 53 925 TASK BUDGET $15,618.46 $1 $674.42 $0.00 $12,246.35 $6,263.96 $4,154.06 I $218,955 PROJECT TOTAL HOURS 155 5 3 77 53 75 1,253 SUBCONTRACTS RW-Surveying Thiele-Soils Trek Subcontract Totals DIRECT COSTS Labor Cost $218,955 No of Trips I Subcontracts Mileage 16 $ ,395 Direct Costs $7,723 Printing Project Costs $248,072 Technology Fee Miscellanous DIRECT COST TOTAL Date:5/5/2016 1 of 1 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 association with. OPW 52783, being the Leavenworth LS Flood Mitigation Study project; and, -, WHEREAS, HDR Engineering, Incorporated was selected by the engineers and architects selection process and has agreed to perform the professional engineering services listed in the attached agreement, which by this reference is made a part hereof, for a fee not to exceed $248,072.00; and, WHEREAS, the fees for these services will be paid from the Sewer Revenue Improvements Fund 21124, Capital Asset Replacement Program Organization 116913, year 2016 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 HDR Engineering, Incorporated, for professional engineering services associated with OPW 52783, being the Leavenworth LS Flood Mitigation Study project, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay HDR Engineering, Incorporated a fee not to exceed $248,072.00 for these professional engineering services from the Sewer Revenue Improvements Fund 21124, Capital Asset Replacement Program Organization 116913, year 2016 expenditure. 1355hra APPROVED AS TO FORM: CITY ATTORNEY DATE By al:47241.. .. . ou ci iwnenber Adopted JUN - 7 201 6 -a 06‘40 City Clerk o/U '44' Approve .. ...- -JILL .. Mayor f ,>°1 Resolution by Res that, as recommended by the Mayor, the Professional Services Agreement with HDR Engineering, Incorporated, for professional engineering services associated with OPW 52783, being the Leavenworth LS Flood Mitigation Study project, is hereby approved; and that. the Finance Department i s authorized to pay -HDR Engineering, Incorporated a fee not to exceed $248,072.00 for these professional engineering services from the Sewer Revenue Improvements Fund 21124, Capital Asset Replacement Program Organization 116913, year 2016 expenditure. 1355Bhra Presented to City Council JUN - T 2016 Adopted gaiter grown City Clerk