RES 2014-0547 - Agmt with JEO Architecture Inc for fire station #21 renovation project g° � ' ' ` � ' Public Works Department
�� s
Omaha/Douglas Civic Center
z f4 _ n May 6, 2014 y F p 5 1819 Farnam Street,Suite 601
�® " ° Omaha,Nebraska 68183-0601
1 3
4,
(402)444-5220
o4Eo FEggUr Fax(402)444-5248
City of Omaha Robert G. Stubbe,P.E.
Jean Stothert,Mayor Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Resolution approving a Professional Services Agreement with JEO
Architecture, Inc. to provide professional design services for schematic design, design
development, bid services and construction management and administration for the Omaha Fire
Department Station #21 Renovation Project at 3454 Ames Avenue.
The scope of services includes the designing of private sleeping facilities within the existing
structure of Omaha Fire Department Station #21 and to provide bid services, construction
management, and additional scopes as listed in the attached professional services agreement,
which by this reference becomes a part hereof.
JEO Architecture, Inc. has agreed to perform the services detailed in Exhibit "B" of the attached
Professional Services Agreement for a fee not to exceed $36,150.00, which will be paid from the
2010 Public Facilities Bond Fund 13245, Fire Capital Organization 114512.
JEO Architecture, Inc. 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, Referred to City Council for Consideration:Robert G. Stubbe, P.E. Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
4 Zteteph B. Curtiss Human Rights and Relations ate
Finance Director Department
1240djr
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT is hereby made and entered into this 14th day of March, 2014, by and between the
City of Omaha, a municipal corporation located in Douglas County,Nebraska (hereinafter referred to as
the"City"), and JEO Architecture,Inc. (hereinafter referred to as the"Provider"),on the terms,conditions
and provisions as set forth herein below. All references to"Contractor"shall mean"Provider".
I. PROJECT NAME AND DESCRIPTION
Omaha Fire Department Station#21 Facility Renovation
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 270 day
period after receipt of a purchase order from the City.
B. Provider designates Marvin Larson whose business address and phone number is JEO
Architecture Inc. 650 J St. Suite 215, Lincoln NE 68508-2916; (402) 435-3080, 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 270 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 Michael D. Oestmann, Contract Administration Manager whose business address
and phone number are Department of Public Works, Facilities Management, City Of Omaha
1523 South 24th Street, Omaha,NE 68108, (402) 444-4575 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.
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:
I) 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 this44-. day of kAt'4K-Ei0. t 4
11 .
Provi
By
ATTEST
SZ.• llea)y.C7-r OAPAN60112--
(Title)
7'
EXECUTED this day of //'
ATTEST, CITY OF OMAHA,A unicipal Corporation
-- -tEC3Q
By
CiClerk Mayor
APPROVED AS TO FORM:
,: 2* , 9 /7-/ft
Deputy City Attorney
Revised: 6/2011
EXHIBIT"A"
Utilization of Small and Emerging Small Businesses
It is the policy of the City of Omaha that Small and Emerging Small Businesses shall have the
maximum practicable opportunity to participate in City of Omaha projects. With regard to this
project,the following Certified Professional Service Provider(s)have been identified and
contracted with to perform the identified project tasks:
Scope of work or Projected
project tasks to be commencement
Name of small or performed and completion Agreed price with
emerging small Address date of work SBIESS Percentage(%)
business
Totals
CERTIFICATION
The undersigned certifies that he/she is legally authorized by the Provider to make the statements and representations regarding
small and/or emerging small business participation and that said statements and representations are true and correct to the best of
his/her knowledge and belief. The undersigned will enter into formal agreement(s) with the identified small and/or emerging
small business(es)(which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) at the
price(s) set forth in this Exhibit conditioned upon execution of this Agreement by the Provider with the City of Omaha, The
undersigned/Provider agrees that if any of the representations made regarding utilization of small and/or emerging small business
by the Provider knowing them to be false, or if there is a failure by the Provider to implement the stated agreements,intentions,
objectives,goals,and comments set forth herein without prior approval of the Public Works Director,such action shall constitute
a material breach of the agreement,entitling the City of Omaha to terminate the Agreement for default. The right to so terminate
shall be in addition to, and not in lieu of,any other rights or remedies the City of Omaha may have for other defaults under the
Agreement,under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/Provider will be
subject to the terms of any future professional service awards.
Signature
Title Date of Signing
Firm or Corporate Name
IAddress Telephone Number
■
March 14, 2014
Mr. Michael D. Oestmann, Contract Administration Manager
Department of Public Works, Facilities Management
City Of Omaha
1523 South 24`"Street
Omaha, NE 68108
V
Office: 402-444-4575
a Email: moestmann@ci.omaha.ne.us
a
RE
: Professional Services Agreement
Omaha Fire Department Station #21 Facility Renovation
ac
w
Dear Mr. Oestmann:
z
Thank you for the opportunity to submit this proposal related to providing professional
design services for the Omaha Fire Department Station #21 Facility Renovation. We
I++ appreciate your confidence in JEO to continue with this project following the sixteen (16)
station study previously completed.
We are looking forward to the opportunity to assist you with this project and therefore I
have prepared this letter form of agreement based on our most recent communication
and an understanding that you will utilize the traditional Design-Bid-Build project
delivery method.
This letter form of agreement is based on the project scope developed in the study and
subsequent site visit and discussions that have taken place regarding station #21. This
agreement is divided into three (3) Primary Sections. First, I will discuss YOUR PROJECT.
Second, I will discuss our proposed SCOPE OF SERVICES, and finally, our proposed
TERMS AND CONDITIONS will be discussed.
YOUR PROJECT:
Your project consists of the design and construction of new sleeping rooms within the
limits of the existing dormitory sleeping and locker room area at station #21. The scope
of the project is to develop a total of eleven (11) private sleeping rooms within the
station. The design will be based on the preliminary design developed in the previous
study. In addition a weight room area will be developed in the apparatus bay to include
a space of approximately 17' x33' or 561 square feet. The study design concept was
developed to include the following spaces in the existing station design:
Renovation
• New south exit from sleeping room corridor
• Private sleeping rooms—7 new,4 existing
• Storage space and lockers developed in conjunction with sleeping rooms
JEO CONSULTING GROUP INC ■ JEO ARCHITECTURE INC
650 J Street Suite 2151 Lincoln,Nebraska 68508.2916 p:402,435.3080 f:402.435,411C
www,jeo.corn
Omaha Fire Department Station#21 Facility Renovation
Professional Services Proposal
March 14, 2014
• Modification to existing bathroom to provide corridor access.
• Modification to women's locker room space into shop area
• Development of weight room area
The current budget estimate of this project is in the range of $260,000. This would
include the original scope of work based on our opinion of cost dated June 12, 2012 and
adjusted for inflation plus the additional scope proposed for the weight room addition.
If the project scope and/or budget should increase by more than 10%, JEO's fee will be
adjusted accordingly.
SCOPE OF SERVICES:
BASIC SERVICES-The Architect's Basic Services consist of those identified and described
in the five (5) project phases below and include structural, mechanical, plumbing,
electrical, and fire protection services.
Schematic Design Phase(SD):
a. JEO shall provide Schematic Design Documents based on the Owner provided
program.
b. The Schematic Design Documents shall illustrate and describe the design of the
project by establishing the scope, relationships, forms, size and appearance by
means of plans and elevations.
c. Upon completion of the final schematic design, JEO shall provide a preliminary
opinion of cost based on the overall size of the building and current square foot cost
for construction of similar projects.
d. Deliverables
i. Proposed floor plan
ii. Proposed interior elevations
iii. Preliminary opinion of cost
2. Design Development Phase(DD):
a. JEO shall provide Design Development Documents based on the approved
Schematic Design Documents and preliminary opinion of cost.
b. The Design Development Documents shall illustrate and describe the
refinement of the design of the project, establishing the scope,
relationships, forms, size and appearance of the project by means of plans,
sections and elevations,typical construction details, and equipment layouts.
c. The Design Development Documents shall include specifications that
identify major materials and systems and establish in general their quality
levels.
d. Written approval of the Design Development Documents and the updated
preliminary opinion of cost shall be provided to JEO by the approved
Owner's representative.
3. Construction Documents Phase(CD):
a. JEO shall provide Construction Documents based on the approved Design
Development Documents. The Construction Documents establish in detail
the quality levels of materials and systems required for the Project that of
which shall be provided through completion of:
Omaha Fire Department Station#21 Facility Renovation
Professional Services Proposal
March 14, 2014
i. drawings as determined by the architect based on the complexity of
the project may include:
1. Floor plans
2. Elevations
3. Sections
4. Details
5. Schedules
ii. project manual (specification)which will include:
1. General conditions
2. Supplementary and other conditions
3. Non-technical specifications
4. Technical specifications
5. Bidding requirements
6. Sample forms
b. During the development of the Construction Documents,JEO shall assist the
Owner in the development and preparation of:
i. bidding and procurement information which describes the time, place
and conditions of bidding.
ii. bidding or proposal forms.
iii. form of agreement between the Owner and the Contractor
iv. the Conditions of the Contract for Construction (General,
Supplementary and other Conditions).
c. Upon completion of the Construction Documents, JEO shall provide a final
opinion of cost. Written approval of the Construction Documents and the
updated preliminary opinion of cost shall be provided to JEO by the
approved Owner's representative.
4. Bidding and Negotiation Phase(BN):
a. Bidding Documents shall consist of bidding requirements, proposed contract
forms, General Conditions and Supplementary Conditions, Specifications
and Drawings.
b. JEO shall arrange for procuring the reproduction of Bidding Documents for
distribution to prospective bidders. The Owner shall reimburse JEO for the
cost of reproduction.
c. JEO shall distribute the Bidding Documents to prospective bidders and
request their return upon completion of the bidding process. JEO shall
maintain a log of distribution and retrieval, and the amounts of deposits, if
any, received from and returned to prospective bidders.
d. JEO shall consider requests for substitutions, if permitted by the Bidding
Documents, and shall prepare and distribute addenda identifying approved
substitutions to all prospective bidders.
e. JEO shall participate in or, at the Owner's direction, shall organize and
conduct a pre-bid conference for prospective bidders.
f. JEO shall prepare responses to questions from prospective bidders and
provide clarifications and interpretations of the Bidding Documents to all
prospective bidders in the form of addenda.
Omaha Fire Department Station#21 Facility Renovation
Professional Services Proposal
March 14, 2014
g. JEO shall participate in or, at the Owner's direction, shall organize and
conduct the opening of the bids. JEO shall subsequently document and
distribute the bidding results, as directed by the Owner.
h. Travel Expectations during this Bidding Phase: Two trips; one taken to assist
in the administration of a pre-bid meeting, and one taken to assist with the
receipt and opening of bids.
5. Contract Administration Phase(CA):
JEO shall provide administration of the Contract between the Owner and
the Contractor as set forth below:
a. JEO shall be a representative of and shall advise and consult with the Owner
during the provision of the Contract Administration Services. JEO shall have
authority to act on behalf of the Owner only to the extent provided in this
Agreement unless otherwise modified by written amendment.
b. Duties, responsibilities and limitations of authority of JEO under this
proposal shall not be restricted, modified or extended without written
agreement of the Owner and Architect with consent of the Contractor.
Consent will not be unreasonably withheld.
c. JEO shall review properly prepared, timely requests by the Contractor for
additional information about the Contract Documents.
d. JEO shall interpret and decide matters concerning performance under and
requirements of the Contract Documents on written request of either the
Owner or Contractor.
e. Interpretations and decisions of JEO shall be consistent with the intent of
and reasonably inferable from the Contract Documents and shall be in
writing or in the form of drawings. When making such interpretations and
initial decisions, JEO shall endeavor to secure faithful performance by both
Owner and Contractor, shall not show partiality to either, and shall not be
liable for the results of interpretations or decisions so rendered in good
faith.
f. JEO shall render initial decisions on claims, disputes, or other matters in
question between the Owner and Contractor as provided in the Contract
Documents. However, JEO's decisions on matters relating to aesthetic effect
shall be final if consistent with the intent expressed in the Contract
Document.
g. JEO, as a representative of the Owner, shall visit the site at intervals
appropriate to the stage of the Contractor's operations or as otherwise
agreed by the Owner and JEO to:
i. become generally familiar with and to keep the Owner informed
about the progress and quality of the portion of the Work completed.
ii. endeavor to guard the Owner against defects and deficiencies in the
Work.
iii. determine in general if the Work is being performed in a manner
indicating that the Work, when fully completed, will be in accordance
with the Contract Documents.
iv. JEO shall not be required to make exhaustive or continuous on-site
inspections to check the quality or quantity of the Work. JEO shall
neither have control over or charge of, nor be responsible for, the
Omaha Fire Department Station#21 Facility Renovation
Professional Services Proposal
March 14, 2014
construction means, methods, techniques, sequences or procedures,
or for safety precautions and programs in connection with the Work,
since these are solely the Contractor's rights and responsibilities
under the Contract Documents.
h. JEO shall report to the Owner known deviations from the Contract
Documents and from the most recent construction schedule submitted by
the Contractor.
JEO shall not be responsible for the Contractor's failure to perform the Work
in accordance with the requirements of the Contract Documents.
j. JEO shall be responsible for JEO's negligent acts or omissions but shall not
have control over or charge of and shall not be responsible for acts or
omissions of the Contractor, Subcontractors, or their agents or employees,
or of any other persons or entities performing portions of the Work.
k. JEO shall at all times have access to the Work wherever it is in preparation
or progress.
I. Except as otherwise provided in this Agreement or when direct
communications have been specially authorized, the Owner shall endeavor
to communicate with the Contractor through JEO about matters arising out
of or relating to the Contract Documents. Communications by and with
JEO's consultants shall be through JEO.
m. JEO shall have authority to reject Work that does not conform to the
Contract Documents. Whenever JEO considers it necessary or advisable, JEO
will have authority to require inspection or testing of the Work in
accordance with the provisions of the Contract Documents, whether or not
such Work is fabricated, installed or completed. However, neither this
authority of JEO nor a decision made in good faith either to exercise or not
to exercise such authority shall give rise to a duty or responsibility of JEO to
the Contractor, Subcontractors, material and equipment suppliers, their
agents or employees or other persons or entities performing portions of the
Work.
n. JEO shall review and certify the amounts due the Contractor and shall issue
Certificates for Payment in such amounts. JEO's certification for payment
shall constitute a representation to the Owner, based on JEO's evaluation of
the Work and on the data comprising the Contractor's Application for
Payment, that the Work has progressed to the point indicated and that, to
the best of JEO's knowledge, information and belief, the quality of the Work
is in accordance with the Contract Documents. The foregoing
representations are subject to:
i. an evaluation of the Work for conformance with the Contract
Documents upon Substantial Completion.
ii. results of subsequent tests and inspections.
iii. correction of minor deviations from the Contract Documents prior to
completion.
iv. specific qualifications expressed by JEO.
o. The issuance of a Certificate for Payment shall not be a representation that
JEO has:
i. made exhaustive or continuous on-site inspections to check the
quality or quantity of the Work.
Omaha Fire Department Station#21 Facility Renovation
Professional Services Proposal
March 14, 2014
ii. reviewed construction means, methods, techniques, sequences or
procedures.
iii. reviewed copies of requisitions received from Subcontractors and
material suppliers and other data requested by the Owner to
substantiate the Contractor's right to payment.
iv. ascertained how or for what purpose the Contractor has used money
previously paid on account of the Contract Sum.
p. JEO shall maintain a record of the Contractor's Applications for Payment.
q. JEO shall review and approve or take other appropriate action upon the
Contractor's submittals such as Shop Drawings, Product Data and Samples,
but only for the limited purpose of checking for conformance with
information given and the design concept expressed in the Contract
Documents.
i. JEO's action shall be taken with such reasonable promptness as to
cause no delay in the Work or in the activities of the Owner,
Contractor or separate contractors, while allowing sufficient time in
JEO's professional judgment to permit adequate review.
ii. Review of such submittals is not conducted for the purpose of
determining the accuracy and completeness of other details such as
dimensions and quantities, or for substantiating instructions for
installation or performance of equipment or systems, all of which
remain the responsibility of the Contractor as required by the
Contract Documents.
iii. JEO's review shall not constitute approval of safety precautions or,
unless otherwise specifically stated by JEO, of any construction
means, methods, techniques, sequences or procedures.
iv. JEO's approval of a specific item shall not indicate approval of an
assembly of which the item is a component.
r. JEO shall maintain a record of submittals and copies of submittals supplied
by the Contractor in accordance with the requirements of the Contract
Documents.
s. If professional design services or certifications by a design professional
related to systems, materials or equipment are specifically required of the
Contractor by the Contract Documents, JEO shall specify appropriate
performance and design criteria that such services must satisfy. Shop
Drawings and other submittals related to the Work designed or certified by
the design professional retained by the Contractor shall bear such
professional's written approval when submitted to JEO. JEO shall be entitled
to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals.
t. JEO shall prepare Change Orders and Construction Change Directives for the
Owner's approval and execution in accordance with the Contract
Documents. JEO may authorize minor changes in the Work not involving an
adjustment in Contract Sum or an extension of the Contract Time which are
consistent with the intent of the Contract Documents.
u. JEO shall review properly prepared, timely requests by the Owner or
Contractor for changes in the Work, including adjustments to the Contract
Sum or Contract Time. A properly prepared request for a change in the
Omaha Fire Department Station#21 Facility Renovation
Professional Services Proposal
March 14, 2014
Work shall be accompanied by sufficient supporting data and information to
permit JEO to make a reasonable determination without extensive
investigation or preparation of additional drawings or specifications. If JEO
determines that requested changes in the Work are not materially different
from the requirements of the Contract Documents, JEO may issue an order
for a minor change in the Work or recommend to the Owner that the
requested change be denied.
v. JEO shall maintain records relative to changes in the Work.
w. JEO shall conduct observations to determine the date or dates of Substantial
Completion and the date of final completion, shall receive from the
Contractor and forward to the Owner, for the Owner's review and records,
written warranties and related documents required by the Contract
Documents and assembled by the Contractor, and shall issue a final
Certificate for Payment based upon a final observation indicating the Work
complies with the requirements of the Contract Documents. JEO's
observation shall be conducted with the Owner's Designated Representative
to check conformance of the Work with the requirements of the Contract
Documents and to verify the accuracy and completeness of the list
submitted by the Contractor of Work to be completed or corrected.
x. Travel expectations during this Construction Administration Phase: JEO
anticipates a total of nine (9) trips during this project phase; one taken to
participate in a pre-construction meeting, six taken at times critical to
construction and certification of the pay applications (typically on a monthly
basis during construction), one taken to confirm substantial completion and
one to certify final completion.
TERMS AND CONDITIONS:
1. Compensation/Fee: JEO proposes to provide the services defined in Basic
Services above for a lump-sum fixed fee of $36,150 (thirty six thousand one
hundred and fifty dollars)
a. This fee shall be broken down by phase as follows:
i. Schematic Design: $1,950 (lump-sum fixed fee)
ii. Design Development: $4,800 (lump-sum fixed fee)
iii. Contract Documents: $19,000 (lump-sum fixed fee)
iv. Bidding or Negotiation: $3,200 (lump-sum fixed fee)
v. Contract Administration: $7,200 (lump-sum fixed fee)
b. This fee includes the following required engineering services:
i. Building structural evaluation and design
ii. Building electrical design
iii. Building heating,ventilation, and air conditioning design
iv. Building plumbing design
2. Payments:
a. Retainer: No retainer is required for this project.
b. Progress Payments:
i. JEO will bill for services completed near the beginning of each month.
All invoices are due payable upon receipt and are considered
delinquent after 30 days.
Omaha Fire Department Station#21 Facility Renovation
Professional Services Proposal
March 14, 2014
ii. Invoices not paid within 30 days may be charged interest at the
annual rate of 12%.
iii. Work by JEO will cease if invoices have not been paid in full within 60
days
iv. All payments will be applied first to interest then principal.
3. Reimbursable Expenses:
a. Most all reimbursable expenses are included in our lump sum fees.
Reimbursable expenses that we bill for and defined below and will be
invoiced to you at their cost plus 10%for coordination.
i. Cost of required construction permits
ii. Renderings models and mock-ups requested
iii. Cost of reproduction of Contract Documents for Bidding and
Construction.
b. Reimbursable expenses shall be billed monthly.
4. Contract Time
If the Basic Services covered by this Agreement have not been completed by
January 30, 2015 through no fault of JEO, extension of JEO's services beyond
that time shall be compensated as additional services.
5. Acceptance of Proposal
If the terms of the Proposal are acceptable to you, please sign the following as
acceptance and indication that you are qualified to sign this agreement on
behalf of the Owner. Further, your signature indicates that you are authorized
to make future decisions as to the modification, extension or termination of this
agreement.
We are prepared to begin providing the services define herein this proposal
contingent with execution of this agreement. Receipt of this sign proposal will
serve as our notice to proceed (NTP). Again th nk you for the opportunity to
submit this proposal.
Owner/Title Marvin . Larson,AIA, NCARB
Senior Project Manager
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, a Professional Services Agreement with JEO Architecture, Inc. to provide
professional design services for schematic design, design development, bite serves and
construction management and administration for the Omaha Fire Departmeg Simon #21
Renovation Project at 3454 Ames Avenue; and,
WHEREAS, JEO Architecture, Inc. was selected by the Architects and Engineers
Selection Process and has agreed to design private sleeping facilities within the existing structure
of Omaha Fire Department Station #21 and provide bid services and construction management
for the project as listed in the attached Professional Services Agreement, which by this reference
becomes a part hereof; and,
WHEREAS, JEO Architecture, Inc. has agreed to perform the services for a fee not to
exceed $36,150.00, which will be paid from the 2010 Public Facilities Bond Fund 13245, Fire
Capital Organization 114512.
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 JEO
Architecture, Inc. for professional design services for schematic design, design development, bid
services and construction management and administration on the Omaha Fire Department Station
#21 Renovation Project at 3454 Ames Avenue, is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay a fee not to exceed $36,150.00, to be
paid from the 2010 Public Facilities Bond Fund 13245, Fire Capital Organization 114512.
1239djr APPROVED AS TO FORM:
CITY ATTORNEY DATE
5;b80,-.
By �G
Councilmember
Adopted MAY - 6 2014. < --6*
City Clerk 5//
Approvetabit
Mayor
1-1
NO. 3 /7
Resolution by
Res. that, as recommended by the Mayor, the
Professional Services Agreement with JEO
Architecture, Inc. for professional design
services for schematic design, design
development, bid services and construction
management and administration on the
Omaha Fire Department Station #21
Renovation Project at 3454 Ames Avenue, is
hereby approved; and that, the Finance
Department is authorized to pay a fee not to
exceed $36,150.00, to be paid from the 2010
Public Facilities Bond Fund 13245, Fire
Capital Organization 114512.
1239Adjr
Presented to City Council
MAY - 6 2014
Adopted 6--
ettoter grown,
City Clerk