Loading...
RES 2023-0563 - PSA with Kirkham, Michael & Associates for OPW 54284 - Loveland Subdivision Street Improvements City Clerk Office Use Only: /� Publication Date (if a•plicabl-): RESOLUTION NO. U' J • - Agenda Date: Department: 1111 D( S� Submitter: Earle_ l CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, professional construction phase engineering services are needed in conjunction with OPW 54284, being the Loveland Subdivision Street Improvements Project; and, WHEREAS, thirteen firms submitted proposals for this project from which Kirkham, Michael & Associates, Inc. was selected in accordance with Omaha Municipal Code, Sec. 10-180 through 10-189, and has agreed to provide professional services as listed in the attached professional services agreement which by this reference becomes a part hereof; and, WHEREAS, Kirkham, Michael &Associates, Inc. has agreed to provide these services, for a fee not to exceed $184,687.31, with 50% ($92,343.66) to be paid from the Capital Special Assessment Fund 13573, Special Assessments Organization 116168, and 50% ($92,343.66), from the 2020 Street Preservation Bond Fund 13191, Transportation Bonds Organization 117117. 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 Kirkham, Michael & Associates, Inc. to provide professional construction phase engineering services on OPW 54284, being the Loveland Subdivision Street Improvements Project, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay a fee not to exceed $184,687.31, with 50% ($92,343.66), to be paid from the Capital Special Assessment Fund 13573, Special Assessments Organization 116168, and 50% ($92,343.66), from the 2020 Street Preservation Bond Fund 13191, Transportation Bonds Organization 117117. 3348grp APPROVED AS TO FORM ,212 CITY ATTORNEY DATE Adopted: MAY 2 3 2023 Attest: DEPUTY City Clerk Approved: Mayor Public Works Department (,';j ib,,, Ornaha/Douglas ONic Center � 1819 Famam Street, Suite 601 Z.; \ r I Omaha,Nebraska 68183-0601 0 ?m' r� , (=102) III 5220 _� . I as(402) 1 I'I-5248 .'117/7& :P1r1'5�w Robert G. Stubbe,P.E. City of Omaha Public Works Director Jean Stothert,Mayor Qualification Statement for A/E Services In conformance with Omaha Municipal Code Section 10-187: The City of Omaha Public Works Department published a Request for Proposals for Construction Engineering Services for multiple projects on November 30, 2022. The following firms submitted proposals and based upon the proposal review results, the NE Selection Committee for this RFP determined these firms were qualified to provide said construction engineering services with an estimated fee below $250,000.00. 1. Brickyard Consulting, Inc. 2. E &A Consulting Group, Inc. w/Thiele Geotech, Inc. 3. Jacobs Engineering w/Thiele Geotech, Inc. & R.W. Engineering &Surveying, Inc. 4. Kirkham Michael w/Thiele Geotech, Inc. &Terracon Consultants 5. Lamp Rynearson w/Thiele Geotech, Inc. 6. Snyder&Associates, Inc. w/Terracon Consultants 7. Thiele Geotech, Inc. The following firms submitted proposals and based upon the proposal review and subsequent interviews, the NE Selection Committee for this RFP determined these firms were qualified to provide said construction engineering services with an estimated fee above $250,000.00. 1. Alfred Benesch & Company 2. HDR w/Thiele Geotech, Inc. & R.W. Engineering & Surveying, Inc. 3. HGM Associates Inc. w/Thiele Geotech, Inc. 4. JEO Consulting Group Inc. w/Thiele Geotech, Inc. 5. Olsson 6. Schemmer Consultants will be selected from this list for individual projects based on ability to complete the work within the timeframe required by the project, familiarity with the project site and scope, and expertise matching the scope of the project. The NE Selection Committee for this RFP consisted of: • James Theiler, City Engineer, Public Works Department • Troy Staroscik, Transportation Manager, Construction Division, Public Works Department • Magdy Barsoum, Capital Construction & Street Maintenance, PE, Public Works Department • Steve Edloff, Capital Construction & Street Maintenance, Public Works Department • Michael Howe, Citizen Appointee PROFESSIONAL SERVICES //11A 11'r AGREEMENT 23 THIS AGREEMENT is hereby made and entered into this 13 day of iU , 2- , by and between the City of Omaha, a municipal corporation located in Douglas Colt', Nebraska(hereinafter referred to as the "City"), and Kirkham. Michael & Associates. inc. (hereinafter referred to as the "Provider"), on the terms, conditions and provisions as set forth herein below. All references to "Contractor"shall mean"Provider". I. PROJECT NAME AND DESCRIPTION OPW 54284, Loveland Subdivision Street Improvements, Construction Engineering Services for the Loveland Subdivision Street Improvements District as detailed in Exhibit B. 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 180 calendar day period after receipt of a purchase order from the City. B. Provider designates Dan Sitorius.P.E. whose business address and phone number is 12700 West Dodge Road. Omaha.Nebraska 68154.402-393-5630 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. Notwithstanding the foregoing, the City's right to inspect, copy and audit shall not extend to the composition of Provider's rates and fees, percentage mark-ups or multipliers but shall apply only to their application to the applicable units. 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 180 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. G. Standard of Care. The standard of care applicable to Provider's Services will be the degree of skill and diligence normally employed by professional engineers or consultants performing the same or similar Services at the time said services are performed. Provider will re-perform any 1 Revised: 03/08/2021 services as defined in Exhibit"B"not meeting this standard without additional compensation. H. Subsurface Investigations. In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations,exploration,and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of Provider. I. Provider's Personnel at Construction Site(where applicable) i. The presence or duties of Provider's personnel at a construction site, whether as onsite representatives or otherwise, do not make Provider or Provider's personnel in any way responsible for those duties that belong to City and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. ii. Provider and Provider's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting the health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except Provider's own personnel. iii. The presence of Provider's personnel at a construction site is for the purpose of providing to City a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Provider neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work. J. Construction Progress Payments. Where construction phase services are provided; recommendations by Provider to City for periodic construction progress payments to the construction contractor(s) will be based on Provider's knowledge, information, and belief from selective sampling that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by Provider to ascertain that the construction contractor(s) have completed the work in exact accordance with the construction documents; that the fmal work will be acceptable in all respects; that Provider has made an examination to ascertain how or for what purpose the construction contractor(s) have used the moneys paid; that title to any of the work, materials, or equipment has passed to City free and clear of liens, claims,security interests,or encumbrances;or that there are no other matters at issue between City and the construction contractors that affect the amount that should be paid. 2 Revised: 03/08/2021 K. Record Drawings. Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components,or exact manner in which the PROJECT was finally constructed. Provider is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. III. DUTIES OF CITY A. City designates D'Anselme Nassa, whose business address and phone number are 1819 Farnam Street. Omaha. Nebraska 68183. 402-444-3629 as its contact person for this project, who shall provide a notice to proceed and such other written authorizations as are necessary to commence or proceed with the project and various aspects of it. B. City Furnished Data. Upon request,City will provide to Provider all available/known data in City's possession relating to Provider's services on the PROJECT. Provider will reasonably rely upon the accuracy,timeliness,and completeness of the information provided by City. C. Access to Facilities and Property. City will make its facilities accessible to Provider as required for Provider's performance of its services. D. Advertisements, Permits, and Access. Unless otherwise agreed to in the Scope of Services, City will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land,easements,rights-of-way,and access necessary for Provider's services or PROJECT construction. E. Prompt Notice. City will give prompt written notice to Provider whenever City observes or becomes aware of any development that affects the scope or timing of Provider's Services, or of any defect in the work of Provider or construction contractors. F. Asbestos or Hazardous Substances. 1) If asbestos or hazardous substances in any form are encountered or suspected,Provider will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. 2) If asbestos is suspected, Provider will, if requested and if Provider has the knowledge, skills and ability, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. 3) City recognizes that Provider assumes no risk and/or liability for a waste or hazardous waste site originated by other than Provider. G. Litigation Assistance. The Scope of Services does not include costs of Provider for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by City. All such Services required or requested of Provider by City, except for suits or claims between the parties to this AGREEMENT, will be reimbursed as mutually agreed. 3 Revised: 03/08/2021 IV. COMPENSATION AND PAYMENT A. The cost of services as specified in the Scope of Service, shall be performed on an hourly basis, but in no event shall it exceed $184.687.31. Detailed breakdown of costs shall be shown in Exhibit"C". B. Reimbursable expenses shall be billed to the City by the Provider. Invoices billed to the City for services by the Provider shall be limited to services performed within a single calendar year. For agreements which span multiple calendar years, invoicing shall be separated between calendar years. Year-end invoices (for services through December 31 of a given calendar year) shall be submitted to the City no later than January 31 of the following calendar year. After review and approval, City shall provide payment for reimbursable expenses on a monthly basis unless the parties agree to some other schedule. Provider shall pay any suppliers or sub-contractors within 30 days of receipt of reimbursement from the City. C. Errors and Omissions. Additional work that is required to be performed by Provider that is a result of errors or omissions by Provider shall not be compensated by City. D. INCREASE OF FEES The parties hereto acknowledge that, as of the date of the execution of the Agreement, Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increase the original fee as awarded (a) by ten percent, if the original fee is one hundred fifty thousand dollars($150,000)or more,or(b)by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits.However,neither contract nor purchase amendments will be split to avoid advance approval of the City Council. The originally approved scope and primary features of a contract or purchase will not be significantly revised as a result of amendments not approved in advance by the City Council. The provisions of this section will be quoted in all future City contracts. Nothing in this section is intended to alter the authority of the Mayor under section 5.16 of the Charter to approve immediate purchases. V. OWNERSHIP OF INSTRUMENTS OF SERVICE The City acknowledges the Provider's documents, including electronic files, as instruments of professional service. Nevertheless, upon completion of the services and payment in full of all monies due to the Provider, the final documents prepared under this Agreement shall become the property of the City. The City shall not reuse on another Project or make any modifications to the documents without prior written authorization of the Provider. The City agrees,to the fullest extent permitted by law, to indemnify and hold harmless the Provider, its officers, directors, employees and subconsultants (collectively, Provider) against any damages, liabilities or costs, including reasonable attorneys' fees and defense costs, arising from or in any way connected with the unauthorized reuse or modification of the documents by the City, regardless of whether such reuse or modification is for use on this Project or another Project 4 Revised: 03/08/2021 VI. ADDITIONAL SERVICES In the event additional services for the aforementioned Project not covered under this Agreement are required,the Provider agrees to provide such services at a mutually agreed upon cost. VII. INSURANCE REQUIREMENTS The Provider shall carry professional liability insurance in the minimum amount of one half million dollars and shall carry workers' compensation insurance in accordance with the statutory requirements of the State of Nebraska. VIII. INDEMNIFICATION The Provider agrees, to the fullest extent permitted by law,to indemnify, defend and hold harmless the City, its officers, directors and employees (collectively, City) against all damages, liabilities or costs, including reasonable attorney's fees and defense costs,to the extent caused by the Provider's negligent performance of professional services under this Agreement and that of its subconsultants or anyone for whom the Provider is legally liable;provided,that with respect solely to the said duty to defend, such duty of the Provider to defend shall arise only if, and to the extent, such duty is covered by Provider's liability insurance. The City agrees, to the fullest extent permitted by law,to indemnify and hold harmless the Provider, its officers, directors, employees and subconsultants (collectively, Provider) against all damages, liabilities or costs,including reasonable attorney's fees and defense costs in connection with the Project,to the extent caused by the City's negligent acts or the negligent acts of anyone for whom the City is legally liable. Neither the City nor the Provider shall be obligated to indemnify the other party in any matter whatsoever for the other parry's own negligence. The Provider shall not be liable for any loss of profit, loss of business or any incidental, special, indirect or consequential losses. IX. TERMINATION OF AGREEMENT Either party may terminate this Agreement without cause upon fifteen(15)days' notice in writing. If either party breaches this Agreement, the non-defaulting party may terminate this Agreement after giving seven(7)days' notice to remedy the breach. On termination of this Agreement,the City shall forthwith pay Provider for the services performed to the date of termination and all finished or unfinished documents, data surveys, studies, drawings, maps, models, reports or photographs shall become,at the City's option, its property. X. GENERAL CONDITIONS A. Non-discrimination. Provider shall not, in the performance of this Agreement, discriminate or permit discrimination in violation of federal or state laws or local ordinances because of race, color, creed, religion, sex, marital status, sexual orientation, gender identity, age, or disability as recognized under 42 USCS 12101 et seq. and Omaha Municipal Code section 13-89, race, color, creed, religion, sex, marital status, sexual orientation, gender identity, 5 Revised: 03/08/2021 national origin,age, or disability. B. Captions. Captions used in this Agreement are for convenience and are not used in the construction of this Agreement. C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable City ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations.Nebraska law will govern the terms and the performance under this Agreement. D. Interest of the City.Pursuant to Section 8.05 of the Home Rule Charter,no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City Agreement. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the Agreement voidable by the Mayor or Council. E. Interest of the Provider. The Provider covenants that he presently has no interest and shall not acquire any interest, direct or indirect,which would conflict with the performance of services required to be performed under this Agreement; he further covenants that in the performance of this Agreement,no person having any such interest shall be employed. F. Authorization to Proceed. Execution of this AGREEMENT by City will be authorization for Provider to proceed with the work,unless otherwise provided for in this AGREEMENT. G. Force Majeure. Provider is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of Provider. In any such event,Provider's contract price and schedule shall be equitably adjusted. H. Intellectual Property. City acknowledges and agrees that in the performance of the development service,Provider may utilize its proprietary data,concepts,methods,techniques, processes, protocols, ideas, inventions, know-how, trade secrets, algorithm, software, works of authorship, software and hardware architecture, databases, tools, other background technologies and standards of judgment that Provider developed or licensed from third parties prior to the Effective Date(the"Pre-Existing Technology"). Subject to the terms and conditions of this AGREEMENT, Provider hereby grants to City a non-exclusive, non-transferable, royalty-free license under Provider's Intellectual Property Rights to utilize the Pre-Existing Technology for the purpose of the City Project. City shall not, and shall not allow any third party to: (i)modify or otherwise create derivative works of the Pre-Existing Technology; (ii) use the Pre-Existing Technology for any other purpose, other than the City Project; (iii) make, have made, use, reproduce, license, display, perform, distribute, sell, offer for sale, service, support, or import any product that incorporates, embodies and/or is based upon the Pre-Existing Technology; (iv) sublicense, distribute or otherwise transfer to a third party any of the Pre-Existing Technology by itself or as incorporated into software or hardware; or(v)reverse engineer, disassemble, decompile or 6 Revised: 03/08/2021 attempt to derive the source code or underlying ideas or algorithms of the Pre-Existing Technology. Any additional use of the Pre-Existing Technology shall require a separate written license agreement. Suspension, Delay, or Interruption of Work. City may suspend, delay, or interrupt the Services of Provider for the convenience of City. In such event,Provider's contract price and schedule shall be equitably adjusted. J. No Third Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than City and Provider and has no third-party beneficiaries. K. 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. L. 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. M. Assignment. The Provider may not assign its rights under this Agreement without the express prior written consent of the City. N. 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. O. LB 403 Contract Provisions. - NEW EMPLOYEE WORK ELIGIBILITY STATUS - The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing service within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. 7 Revised: 03/08/2021 P. Certificate of Authorization.If this Agreement contemplates the performance of professional architecture or engineering work by the Provider, the Provider shall provide to the City, and maintain in good standing, a current Certificate of Authorization from the State of Nebraska as required by Neb.Rev. Stat. section 81-3436. Q. Debarment or suspension by any federal agency. (This section applies if any part of this Agreement is funded by a federal agency.)Office of Management and Budget(OMB)guidelines require that any individual or entity that has been placed on the Excluded Parties List System ("EPLS" - available for review through www.sam.gov) may not be a participant in a federal agency transaction that is a covered transaction or act as a principal of a person participating in one of those covered transactions. These guidelines apply to covered transactions under a grant from any federal agency for which a recipient expects to receive reimbursement for expenditures incurred or an advance on future expenditures. The Contractor providing goods and/or services to the City of Omaha certifies,by acceptance and execution of this Agreement, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. The Contractor further agrees, by accepting and executing this Agreement, that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this Agreement. R. Contract Compliance Ordinance No. 35344, Section 10-192 Equal Employment Opportunity Clause. During the performance of this contract,the Contractor agrees as follows: 1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, creed, religion, sex, marital status, sexual orientation, gender identity, national origin, age, or disability. The Contractor shall ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, sexual orientation, gender identity, national origin, age, or disability. As used herein, the word "treated" shall mean and include, without limitation, the following: recruited, whether by advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off;and terminated.The Contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, marital status, sexual orientation,gender identity,national origin, age,or disability. 8 Revised: 03/08/2021 3) The Contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the Contractor's commitments under the Equal Employment Opportunity Clause of the City and shall post copies of the notice in conspicuous places available to employees and applications for employment. 4) The Contractor shall furnish to the Human Rights and Relations Director all Federal forms containing the information and reports required by the Federal government for Federal contracts under Federal rules and regulations, and including the information required by Sections 10-192 to 10-194, inclusive, and shall permit reasonable access to his records.Records accessible to the Human Rights and Relations Director shall be those which are related to Paragraphs(1)through (7) of this subsection and only after reasonable notice is given the Contractor. The purpose for this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5) The Contractor shall take such actions with respect to any subcontractor as the City may direct as a means of enforcing provisions of Paragraphs (1)through(7)herein, including penalties and sanctions for noncompliance;however, in the event the Contractor becomes involved in or is threatened with litigation as the result of such directions by the City,the City will enter into such litigation as necessary to protect the interests of the City and to effectuate the provisions of this division; and in the case of contracts receiving Federal assistance, the Contractor or the City may request the United States to enter into such litigation to protect the interests of the United States. 6) The Contractor shall file and shall cause his subcontractors, if any, to file compliance reports with the Contractor in the same form and to the same extent as required by the Federal government for Federal contracts under Federal rules and regulations. Such compliance reports shall be filed with the Human Rights and Relations Director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the Contractor and his subcontractors. 7) The Contractor shall include the provisions of Paragraphs(1)through(7)of this Section, "Equal Employment Opportunity Clause", and Section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. S. Conflict. In the event of any conflict between this Agreement and any of the exhibits attached hereto,the terms of this Agreement shall take precedence. 9 Revised: 03/08/2021 EXECU FED this U day of ` k Pc' , 2 3 . Kirkham,Michael&Associates,Inc. ProvidiLe By ATTEST PR-"Cc (Title) 2rdaYEXECUTED this of 1)11 , 2-023 AT ST OF OM ,A Municipal Corporation ,bJ E P T City Clerk Mayor DAPPROVED AS TO FORM: SIi`(�3 Deputy City Attorney Revised: 03/08/2021 EXHIBIT"A" RESERVED EXHIBIT"B" SCOPE OF SERVICES MNKIRKHAM MICHAEL Iowa • •Nebraska www.kirkham.com May 2, 2023 D Anselme Nassa, P.E. City of Omaha Public Works 1819 Farnam Street,Suite 600 Omaha, Nebraska Re: OPW 54284 Loveland Street Improvement District Statement of Interest Kirkham Michael has decades of success delivering transportation projects for public agencies across Nebraska. We know the secret of our success is that we listen to our local partners' needs and aspirations for the project, then we apply those lessons to develop solutions that meet design requirements while minimizing our impacts on the environment. The key personnel we will introduce in the following paragraphs as well as the rest of the team that will be backing them up bring the right combination of relevant experience and enthusiasm to the project. Qualifications Leading our team as your project manager will be Dan Sitorius, P.E. Dan's focus will be to maintain schedule and budget while working to achieve not only the project's requirements, but also the local aspirations when cost- effective solutions are available. Scope of Services We propose the scope of services included with this document as Exhibit B. Schedule Our schedule will for this project will follow the schedule outlined as the contractor. This project is projected to start June 1, 2023 and last 180 days. We will provide services as outlined in the scope from pre-construction through project closeout. Fee and Billing The tasks outlined in the attached Scope of Services(Exhibit B) shall be completed for a proposed cost plus fixed fee of$184,687.31 These proposed fees are based upon an estimate of the required labor hours and direct expenses required to complete these tasks. Should the need for additional services arise that are out of scope, Kirkham Michael would be pleased to provide these services upon receipt of written authorization.All additional services will be billed at our standard hourly rates plus reimbursable expenses. 12700 West Dodge Road•Omaha,NE 68154-2154•(402)393-5630•FAX(402)255-3850 The Client will be invoiced monthly based on the percentage of work completed to date throughout the duration of this agreement. Thank you again for this opportunity to present our interest in, and qualifications for, working with the City of Omaha on this challenging and exciting program opportunity. We look forward to partnering with your staff in delivering this functional and cost-effective transportation assets for the taxpayers of Omaha. If this proposal is acceptable, please return a signed copy of this letter including all attachments. Submission of a hard copy, FAX or an e-mail of a scanned copy are all acceptable. This letter, once signed by the Client, shall serve as a contract between the Client and Kirkham Michael. We sincerely appreciate your consideration of our firm and look forward to working with you on this project. If you have any questions, please feel free to call me at (402)255-3844. Sincerely, KIRKHAM, MICHAEL and ASSOCIATES, INC. • Daniel L Sitorius, P.E. Vice President, Project Manager Encl. Exhibit A—Reserved Exhibit B—Scope of Services Exhibit C—Breakdown of Costs Agreed and Accepted: Signature Print Name and Title Date Exhibit B Construction Engineering Scope of Services OPW 54284 Loveland Street Improvement District Last Updated: 5/2/2023 Project Description The City of Omaha (City) Public Works Department is preparing for the construction of Poppleton Ave from Loveland Dr to Ridgewood Ave, and Ridgewood Ave from Poppleton Ave to Pacific Street. The project will consist of removing the existing roadway surface and driveway approaches,followed by the construction of a new 7"concrete pavement,storm sewer,sanitary sewer,sidewalk, curb ramps,and driveway connections. The consultant engineer will provide the professional services related to the construction inspection and materials testing for the above-mentioned project.Work activities shall include but are not limited to: pre-construction, construction, materials testing,and project closeout. Material testing shall consist of backfill and subgrade densities,concrete tests, and pavement thickness cores. The project construction will necessitate the staffing of one project manager,one construction observer,and one material testing technician. Exhibit C indicates an estimated number of hours, personnel,and testing services.Variation of these estimates is expected due to factors such as contractor operations,field changes, requested support services,or other situations that may occur.Should the requested services exceed this estimated fee,the Consultant will notify the City. Assumptions The following items shall be performed by City staff or others: 1. Schedule and conduct the pre-construction meeting 2. Construction staking 3. Submission of required permits 4. SWPPP/Erosion Control inspections 5. Enter erosion control inspection reports into Permix. 6. Permit closeout Pre-Construction Phase The following pre-construction phase tasks will include but are not limited to: 1. Schedule the pre-construction meeting with the Contractor and project stakeholders, prepare the meeting agenda,take meeting notes,and create meeting minutes. 2. Attend the public pre-construction meeting with the abutting neighbors and district members(SID only). 3. Review shop drawings. 4. Take,document, and provide pre-construction photos, utilizing the City of Omaha photo log. 5. Mark removal limits if reasonable ascertainable from the plans. Construction Phase The following construction phase tasks will include but are not limited to: 1. Manage,track,and store all relevant documents between the Contractor, City,and Consultant Engineering firm. 2. Mobilize a construction inspection team on-site for the duration of the construction activities. Construction inspection is anticipated to average 8-10 hours per day, Monday through Friday,for the duration of construction. 3. Maintain project field diaries using the City of Omaha's Daily Diary form.These are to be submitted to the City of Omaha's Project Manager each week.The Consultant engineer should be keeping accurate quantities,and pertinent files and records. 4. Complete weekly progress reports and generate progress payment applications using the City of Omaha's Weekly Report spreadsheet. 5. Monitor the Contractor's activities for compliance with plans and specifications. 6. Observe the acceptance testing of new sewer infrastructure, including the Contractor's CCTV inspection of constructed storm and sanitary sewer pipe. 7. Conduct a final grading walkthrough prior to seeding/sodding approval. 8. Review work zone traffic control devices each day for conformance to MUTCD standards. 9. Conduct weekly progress meetings with the Contractor and City of Omaha Project Manager. Meeting minutes are to be prepared and sent to all attending parties within 3 days of the meeting. 10. Observe and record change order and other additional work on the daily diary"force account"form. 11. Migratory Bird inspection if needed. 12. Communicate project updates with the property owners as necessary. Materials Testing Services The following materials and testing services will include but are not limited to: 1. Provide all test reports and certifications to the project manager within one day of performing the test or receiving the material certifications. 2. Acquire, record, and provide all necessary material certifications. 3. Perform all necessary materials testing in conformance with the most recent version of the City of Omaha Materials and Testing Manual, including the following items: • Establish standard and modified proctors for on-site material. • Compaction testing of trench backfill and pavement subgrades. • Concrete testing for pavements and drainage or sanitary structures (slump,air content,temperature, and cylinders). • Pavement thickness cores. • Review contractor submittals. • Provide all test reports and certifications to the project manager. Construction Closeout The following construction closeout phase tasks will include but are not limited to: 1. Conduct the substantial completion and final completion walkthroughs. 2. Prepare and provide to the City of Omaha and Contractor a punch list of items needed to address before final acceptance. 3. Verify all project work has been completed, inspected,and approved. 4. Prepare as-built plans that are to be submitted in electronic format. 5. Organize and deliver all project related files to the City of Omaha upon final acceptance. EXHIBIT"C" BREAKDOWN OF COST 11, %' O O O O O 0 0 { O o O O O O o o " �jz. U1 r g f rQQ 4_� . _ / O o 0 0 0 0 Sf ig a $ 0 0 0 0 0 0 0 0 s • w It _C 1I Us I U a` O O o 0 0 0 g"0 o 0 0 0 O o a €Z{ W I j 3 3 1 3 did; {7 N s s s s s s � s 8 $ S $ $ 8 $ 8 I N }_ . idN a $ . . 4 o s. $ o 0 0 0 0 0 0 o _� o o 0 0 0 0 0 0 0 a d N N m �1 a ce 1- o 8 8 o 0 0 0 0 0 0 i- O _s o $ 0 0 a o o O o o I 1 711 i a w 1. a ~ s q���''' a I 0 d d°g o 0 0 0 0 0 0 o 0 o 0 0 0 0 0 0 0 N w 4 w S a p 0 a � O O O o O o O €�O $ 0 8 o O 0 O O O O O w w � a 1 N N p p p p ✓ F , ' .. o I3 ' N N N N O 8O $o O O O O O O O O O s O O O O O O O O ""l Y w w a o 8 8 - : o a o 0 0 0 0 ; :0 Q o i o 0 0 0 0 0 0 0 - a w w I LLi S 8 ' ' 0 76 �U . a Liila OYw � OOOOOOOO I O O OOO OOOO ` W it it. Nii a w w 8 ss s $ a » aa' _ $ O o V i . O O O O O O O , O s O § O O O O O O O O *. M N W 1' p g. tea-. w w 74 . O 8 8 O O O O O O O 4 0 $ 8 . ' a o Sg. 8 0 0 0 0 0 0 o o 8€ LliiD 1 '� ram." a �+ _- " gi o 8 8 x A O o 0 0 0 0 o 8 O 0 0 0 0 0 0 0 �7,,,, , J it a t dri ' u t C N N :1--- fdait & o $ O1 0 0 0 0 0 0 °1 r` 0 8 o 0 0 0 0 0 0 o g' P. _ p iS :di ■ w N a ,, �: m i l d o o ': v o 0 0 0 0 0 t a o g 0 0 0 0 0 0 0 0 r d •c w ._�'. N � a a if C .aa,. �: N w 8a tin .t W vWA 1 ;:t;, m iZ m i a E ,, A I Al - _ .- '� � = E i E `«. i E o 0 0 0 0 o Male - woe, f '� •ice ^ N N Y N N N N N O 0 W , 0 a ;;2 ~