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