RES 2018-0878 - Agmt with HDR Engineering Inc for OPW 53403, intersection realignment project OMAkA,,vF
o43. 4,01 � F .. „ 1,: i l..'. Public Works Department
trn lg
Omaha/Douglas Civic Center
T45 e1� '.tj 2 WI 808P2018 Ap { 1819 Famam Street,Suite 601
Omaha,Nebraska 68183-0601
4 1o4 4.. 32 (402)444-5220
47''O FEBRV* Fax(402)444-5248
City of Omaha CI Y `r� Robert G.Stubbe,P.E.
Jean Stothert,Mayor 0 M.A H A. N rf k A S t<A Public Works Director
Honorable President
and Members of the City Council.
Transmitted herewith is a Resolution approving a Professional Services Agreement with HDR
Engineering, Inc. to provide professional services on OPW 53403, being the 84th and'lndian Hills
Intersection Realignment. Project associated with Capital Improvement Program Project No.
2018T312.
This Agreement includes project management, data collection and field survey, and additional
services as identified in the attached agreement.
HDR Engineering, Inc. has agreed to perform these services for a fee not to exceed, $99,832.00,
to be paid from the 2014 Transportation Bond Fund 13184, Transportation Bonds Organization
117117, year 2018 expenditure.
HDR Engineering, Inc. has filed the required Contract Compliance Report, Form CC-1, as
determined by the Human Rights and Relations Department.
The Public Works Department requests your consideration and approval of the attached
Resolution and Agreement.
pectfully submitted Approved:
P-Zi-i 8 FT:40j - 0011 8-31—/8
Robert G.'Stubbe, P.E. Date Franklin T. T ompson Date
Public Works Director Human Rights and Relations Director
Approved as to Funding: Referred to City Council for
Consideration:
f/3
/6/ t:it,, ---Dtt, -1344- 60,ftir
Step en B. Curtiss ' Date Mayor's Office Date
Finance Director -(41/1 j
2204Cgrp
City Clerk Office Use Only:
Publication Date (if applicable):
RESOLUTION NO. ‘.1°c
Agenda/q/)gilt Date:
' Department: 1
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha, Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, professional engineering services are needed in conjunction with OPW 53403
being the 84th and Indian Hills Intersection Realignment Project; and,
WHEREAS, HDR Engineering, Inc. was selected by the Architects and Engineers
Selection Process and has agreed to provide professional services as listed in the attached
Professional Services Agreement, which by this reference is made a part hereof; and,
- WHEREAS, HDR Engineering, Inc. has agreed to perform these services for a fee not to
exceed $99;832.00 to be paid from the 2014 Transportation Bond Fund 13184, Transportation
Bonds Organization 117117, year 2018 expenditure.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
OMAHA:
THAT, as recommended by the Mayor, the Professional Services Agreement with HDR
Engineering, Inc. to provide professional services on OPW 53403 being the 84th and Indian
Hills Intersection Realignment Project, is hereby approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay a fee not to exceed $99,832.00 from
the 2014 Transportation Bond Fund 13184, Transportation Bonds Organization 117117, year
2018 expenditure.
2204grp APPROVED AS TO FORM
?,fir mod'
TY ATTORNEY DATE
Adopted: SEP 18 2018
Att st: 'AMR/R,1 Lk
pfur
ity Clerkii,
1
Approve.. _ . , - _ 1 LPL,
.
..
Mayor
PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is hereby made and entered into thisp day of\' 1 l! aOJOo
,by and between the
City of Omaha,a municipal corporation located in Douglas County,Nebr flu
(hereinafter referred to as the"City"),
and HDR Engineering,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 53403, 84th and Indian Hills Intersection Realignment, Grading, Paving, retaining walls, erosion
control and traffic signals.
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 365 day period after receipt of a purchase
order from the City.
B. Provider designates Aaron Keller, whose business address and phone number is 1120 N 103rd Plaza,
Omaha,NE 68114-4098,402-548-5096 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 365 calendar days of receipt of a purchase order from the City,the
necessary services. The City recognizes that completion within this deadline is contingent upon timely
response from utilities and City input.
F. Provider agrees to have a current Contract Compliance Form (CC-1) on file with the City's Human
Rights and Relations Department prior to signing the agreement.
III. DUTIES OF CITY
City designates Jon Meyer, whose business address and phone number are 1819 Farnam St, Omaha NE
68138, 402-444-4191 as its contact person for this project, who shall provide a notice to proceed and such
other written authorizations as are necessary to commence or proceed with the project and various aspects of
it.
IV. COMPENSATION AND PAYMENT
A. The cost of services as specified in the Scope of Service,shall be perfonned on an hourly basis,but in
no event shall it exceed$99,832.00. Detailed breakdown of costs shall be shown in Exhibit"C".
B. Reimbursable expenses shall be billed to the City by the Provider.
C. INCREASE OF FEES
The parties hereto acknowledge that, as of the date of the execution of the Agreement,Section 10-142
of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which
taken alone increase the original fee as awarded (a)by ten percent, if the original fee is one hundred
fifty thousand dollars ($150,000) or more, or(b) by seventy-five thousand dollars ($75,000) or more,
shall be approved by the City Council in advance of the acceptance of any purchase in excess of such
limits. However, neither contract nor purchase amendments will be split to avoid advance approval of
the City Council.
The originally approved scope and primary features of a contract or purchase will not be significantly
revised as a result of amendments not approved in advance by the City Council. The provisions of this
section will be quoted in all future City contracts. Nothing in this section is intended to alter the
authority of the Mayor under section 5.16 of the Charter to approve immediate purchases.
V. OWNERSHIP OF INSTRUMENTS OF SERVICE
The City acknowledges the Provider's documents, including electronic files, as instruments of professional
service. Nevertheless, upon completion of the services and payment in full of all monies due to the Provider,
the final documents prepared under this Agreement shall become the property of the City. The City shall not
reuse on another Project or make any modifications to the documents without prior written authorization of
the Provider. The City agrees, to the fullest extent permitted by law,to indemnify and hold harmless the
Provider, its officers, directors, employees and subconsultants (collectively, Provider) against any damages,
liabilities or costs, including reasonable attorneys' fees and defense costs, arising from or in any way
connected with the unauthorized reuse or modification of the documents by the City, regardless of whether
such reuse or modification is for use on this Project or another Project.
VI. ADDITIONAL SERVICES
In the event additional services for the aforementioned Project not covered under this Agreement are required,
the Provider agrees to provide such services at a mutually agreed upon cost.
VII. INSURANCE REOUIREMENTS
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.
IX. TERMINATION OF AGREEMENT
This Agreement may be terminated by the City upon written notice to the Provider of such termination and
specifying the effective date at least seven (7) days prior to the effective date of such termination. In the
event of termination, the Provider shall be entitled to just and equitable payment for services rendered to the
date of termination, and all finished or unfinished documents,data surveys,studies,drawings,maps,models,
reports or photographs shall become,at the City's option,its property.
X. GENERAL CONDITIONS
A. Non-discrimination. Provider shall not, in the performance of this Agreement,discriminate or permit
discrimination in violation of federal or state laws or local ordinances because of race, color, creed,
religion, sex, marital status, sexual orientation, gender identity, age, or disability as recognized under
42 USCS 12101 et seq. and Omaha Municipal Code section 13-89, race, color, creed, religion, sex,
marital status,sexual orientation,gender identity,national origin,age,or disability.
B. Captions. Captions used in this Agreement are for convenience and are not used in the construction of
this Agreement.
C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable City
ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations.
Nebraska law will govern the terms and the performance under this Agreement.
D. Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter, no elected official or any
officer or employee of the City shall have a fmancial interest,direct or indirect,in any City Agreement.
Any violation of this section with the knowledge of the person or corporation contracting with the City
shall render the Agreement voidable by the Mayor or Council.
E. Interest of the Provider. The Provider covenants that he presently has no interest and shall not acquire
any interest, direct or indirect, which would conflict with the performance of services required to be •
performed under this Agreement; he further covenants that in the performance of this Agreement, no
person having any such interest shall be employed.
F. Merger. This Agreement shall not be merged into any other oral or written agreement,lease,or deed of
any type. This is the complete and full Agreement of the parties.
G. Modification. This Agreement contains the entire Agreement of the parties. No representations were
made or relied upon by either party other than those that are expressly set forth herein. No agent,
employee, or other representative of either party is empowered to alter any of the terms hereof unless
done in writing and signed by an authorized officer of the respective parties.
H. Assignment. The Provider may not assign its rights under this Agreement without the express prior
written consent of the City.
I. Strict Compliance. All provisions of this Agreement and each and every document that shall be
attached shall be strictly complied with as written, and no substitution or change shall be made except
upon written direction from authorized representative.
J. LB 403 Contract Provisions. - NEW EMPLOYEE WORK ELIGIBILITY STATUS - The
Contractor is required and hereby agrees to use a federal immigration verification system to determine
the work eligibility status of new employees physically performing service within the State of
Nebraska. A federal immigration verification system means the electronic verification of the work
authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act
of 1996, 8 U.S.C. 1324a,known as the E-Verify Program,or an equivalent federal program designated
by the United States Department of Homeland Security or other federal agency authorized to verify the
work eligibility status of a newly hired employee.
If the Contractor is an individual or sole proprietorship,the following applies: 1.The Contractor must
complete the United States Citizenship Attestation Form, available on the Department of
Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such
attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship
and Immigration Services documentation required to verify the Contractor's lawful presence in the
United States using the Systematic Alien Verification for Entitlements (SAVE) Program. 3. The
Contractor understands and agrees that lawful presence in the United States is required and the
Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as
required by Neb.Rev. Stat. §4-108.
K. Certificate of Authorization. If this Agreement contemplates the performance of professional
architecture or engineering work by the Provider, the Provider shall provide to the City,and maintain
in good standing, a current Certificate of Authorization from the State of Nebraska as required by Neb.
Rev. Stat.section 81-3436.
L. Debarment or suspension by any federal agency. (This section applies if any part of this Agreement is
funded by a federal agency.1 Office of Management and Budget (OMB) guidelines require that any
individual or entity that has been placed on the Excluded Parties List System ("EPLS"-available for
review through www.sam.gov) may not be a participant in a federal agency transaction that is a
covered transaction or act as a principal of a person participating in one of those covered transactions.
These guidelines apply to covered transactions under a grant from any federal agency for which a
recipient expects to receive reimbursement for expenditures incurred or an advance on future
expenditures.
The Contractor providing goods and/or services to the City of Omaha certifies, by acceptance and
execution of this Agreement, that neither it nor its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency. The Contractor further agrees, by accepting and
executing this Agreement, that it will include this clause without modification in all lower tier
transactions, solicitations,proposals, contracts, and subcontracts. Where the Contractor or any lower
tier participant is unable to certify this statement,it shall attach an explanation to this Agreement.
M. Contract Compliance Ordinance No.35344.Section 10-192
Equal Employment Opportunity Clause
During the performance of this contract,the Contractor agrees as follows:
1) The Contractor shall not discriminate against any employee or applicant for employment because
of race, color, creed, religion, sex, marital status, sexual orientation, gender identity, national
origin, age, or disability. The Contractor shall ensure that applicants are employed and that
employees are treated during employment without regard to their race,color,creed,religion,sex,
marital status, sexual orientation, gender identity, national origin, age, or disability. As used
herein, the word "treated" shall mean and include, without limitation, the following: recruited,
whether by advertising or by other means; compensated; selected for training, including
apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated.
The Contractor agrees to and shall post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the contracting officers setting forth the
provisions of this nondiscrimination clause.
2) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of
the Contractor, state that all qualified applicants will receive consideration for employment
without regard to race, color, creed, religion, sex, marital status, sexual orientation, gender
identity,national origin,age,or disability.
3) The Contractor shall send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding a notice advising the labor
union or worker's representative of the Contractor's commitments under the Equal Employment
Opportunity Clause of the City and shall post copies of the notice in conspicuous places available
to employees and applications for employment.
4) The Contractor shall furnish to the Human Rights and Relations Director all Federal forms
containing the information and reports required by the Federal government for Federal contracts
under Federal rules and regulations, and including the information required by Sections 10-192 to
10-194, inclusive, and shall permit reasonable access to his records. Records accessible to the
Human Rights and Relations Director shall be those which are related to Paragraphs (1)through
(7) of this subsection and only after reasonable notice is given the Contractor. The purpose for
this provision is to provide for investigation to ascertain compliance with the program provided for
herein.
5) The Contractor shall take such actions with respect to any subcontractor as the City may direct as
a means of enforcing provisions of Paragraphs (1) through (7) herein, including penalties and
sanctions for noncompliance; however, in the event the Contractor becomes involved in or is
threatened with litigation as the result of such directions by the City,the City will enter into such
litigation as necessary to protect the interests of the City and to effectuate the provisions of this
division; and in the case of contracts receiving Federal assistance, the Contractor or the City may
request the United States to enter into such litigation to protect the interests of the United States.
6) The Contractor shall file and shall cause his subcontractors,if any,to file compliance reports with
the Contractor in the same form and to the same extent as required by the Federal government for
Federal contracts under Federal rules and regulations. Such compliance reports shall be filed with
the Human Rights and Relations Director. Compliance reports filed at such times as directed shall
contain information as to the employment practices, policies, programs and statistics of the
Contractor and his subcontractors.
7) The Contractor shall include the provisions of Paragraphs (1) through (7) of this Section,"Equal
Employment Opportunity Clause", and Section 10-193 in every subcontract or purchase order so
that such provisions will be binding upon each subcontractor or vendor.
N. Conflict. In the event of any conflict between this Agreement and any of the exhibits attached hereto,the terms
of this Agreement shall take precedence.
EXECUTED this 1D day of /L U , 20iS .
HDR Engineering,Inc.
Provider /
By `-X7/a
ATTEST
SA ✓/is P/�4i,atn�-
(Title)
EXECUTED this 0/�"Nil day of o2 Oi
AT EST CITY OF OMAHA,A Municipal Corporation
Bylotk � � Lb 4 _
heft City Clerk • Mayor
APPROVED AS TO FORM:
Deputy City Attorney
Revised: 11/2017
c
DESCRIPTION OF PROJECT AND SCOPE OF SERVICES
84TH AND INDIAN HILLS INTERSECTION REALIGNMENT
CITY OF OMAHA PROJECT NO. OPW 53403
DESCRIPTION OF PROJECT
•
This project is for the development of Preliminary Plans for the realignment of Indian
Hills Drive and Dodge Street at the intersection with 84th Street. The anticipated
project limits are as depicted in the attached exhibit.
II. DESCRIPTION OF TASKS
a. Project Management
i. This task includes activities to initiate and monitor project schedules, staffing
assignments and internal cost controls throughout the life of this contract.
Also included are efforts to prepare and process invoices, monthly progress
reports, and initial project setup.
ii. Regular project correspondence with the City of Omaha via phone, email and
mail.
iii. Regular project meetings with the City of Omaha to review specific
preliminary design elements. Assumes one meeting per month for five
months. Includes meeting preparation and distribution of meeting minutes.
iv. Regular internal team coordination meetings. Assumes one meeting per
month for five months.
v. Quality Control review of Preliminary Design Plans.
b. Data Collection and Field Survey
i. Field Survey efforts will be performed by City of Omaha staff or under a
separate contract not affiliated with this contract. City will provide a 3D survey
file including all survey points, descriptions, and elevations. City will provide
all field notes and a DTM or TIN surface of the project area. City will provide a
topo file in AutoCAD format incorporating all survey information. HDR will
perform a field review of the provided survey information for completeness
and to identify additional information needed to aid design.
ii. HDR will develop additional survey requests and coordinate with the City if
additional survey is needed during design. Assumes one additional survey
request will be prepared.
iii. A site visit will be conducted to investigate the project site, prepare a photo
log of the existing conditions and to identify potential areas of concern.
c. Traffic Engineering
EXHIBIT"B"
Page 1 of 5
Key intersections:
• 84th Street/West Dodge Road
• 84th Street/Indian Hills Drive •
• 84th Street/Dodge Street
i. Obtain 2040 or 2050 traffic forecast from MAPA.
ii. Develop future year peak hour turning movement counts for key
intersections.
iii. Analyze future year peak hour turning movement counts for key intersections.
iv. Determine future year recommended storage lengths for 84th/Indian
Hills/Dodge Street intersection.
v. Documentation in a memo format.
d. Environmental Review
i. Complete a Hazardous Materials review and prepare a memorandum.
e. Geotechnical Analysis
i. Review boring logs from geotechnical investigations and review lab results.
Assumes City will hire a geotechnical consultant to perform the geotechnical
exploration and lab testing separate from this contract.
ii. Develop soil design parameters for use in the evaluation of subsurface
conditions and in the stability and settlement analyses of the proposed
• roadway embankments and retaining walls.
iii. Perform slope stability analysis for embankment fills, earth slope cuts and
retaining walls.
iv. Perform settlement analysis for embankment fills.
v. Analyze applicability of an MSE wall type in the northeast quadrant of the
intersection. Includes review of potential impacts to adjacent infrastructure.
vi. Evaluate external stability and bearing capacity for additional retaining walls
on the project.
vii. Prepare a preliminary geotechnical report.
f. Concept Refinement
i. Review the preliminary concept of the realigned intersection. Refine the
geometry to best fit the existing conditions and optimize the intersection skew
while minimizing impacts to adjacent properties.
ii. Conduct a review meeting with the City to discuss the proposed geometry
and controlling factors.
g. Preliminary Design
EXHIBIT"B"
Page 2 of 5
i. Design horizontal and vertical geometry for 84th Street, Indian Hills Drive and
Dodge Street. Develop typical sections. Layout proposed sidewalk and
sidewalk ramp locations. Design preliminary driveway profiles to determine
approximate reconstruction limits.
ii. Evaluate intersection sight distance for left turn on green and right turn on red
movements.
iii. Prepare an existing right of way file based on plat information provided by the
City.
iv. Create a roadway model to develop working cross sections and establish
approximate limits of construction. Determine retaining wall locations and
approximate heights, establishing top and bottom of wall profiles.
v. Identify drainage areas and calculate pavement spread. Assumes inlets will
not be needed with project.
vi. Prepare a preliminary phasing plan which identifies major areas of work and
basic lane configurations. Assumes maintaining traffic during construction will
be required due to the proximity of two hospitals. Assumes up to four phases
of construction will be necessary.
vii. Review signal and interconnect asbuilts. Assumes City will gather and
provide all asbuilts. Coordinate with roadway design to identify preliminary
locations for signal poles and cabinet based on roadway and sidewalk ramp
geometries. Identify pole type, location, mast arm lengths, signal head
arrangements and anticipated signal phasing. Provide a cursory review of a
phasing plan to determine if temporary signal configurations are feasible.
viii. City to prepare and distribute a project notification letter to all utilities. HDR
will collect, review and incorporate utility asbuilt information into the plans.
ix. Conduct a Plan in Hand meeting and field review with representatives from
the City. Includes preparation of the Plan in Hand report.
h. Strategic Communication
i. Prepare a project webpage to be included on the KeepOmahaMoving.com
website. Prepare project specific language to include on the website which
mimics the messaging and level of detail of other projects. Develop a project
location map and project schedule graphics to be included on the webpage.
ii. Stakeholder Identification and Coordination: Identify up to six (6) directly
impacted project stakeholders for participation in individual stakeholder
meetings. Distribute meeting invitations, coordinate meeting locations,
prepare meeting materials and summaries, and conduct follow up as needed.
Preliminary stakeholders include: Methodist Hospital, Children's Hospital and
Medical Center, Swanson Towers Condominiums, Swanson Park
Neighborhood Association. Assumes a total of three (3) meetings will be held.
EXHIBIT"B"
Page 3 of 5
i. Plan Development
i. Develop a plan set for a 30% Preliminary Plans milestone. The following
, sheets are anticipated to be included in the plan set:
1. Title Sheet
2. Typical Sections
3. Aerial Photo Sheets (1" =.20')
4. Horizontal Control
5. Preliminary Phasing Plan (1" = 50')
6. Construction Sheets (1" = 20')
7. Removal Sheets (1" = 20')
8. Plan and Profile Sheets (1" = 50')
9. Retaining Wall Profiles (1" = 20')
10. Preliminary Traffic Signal Sheets
11. Cross Sections
j. Quantities and Cost Estimate
i. Calculate preliminary project quantities and prepare a preliminary cost
estimate of construction and removal items. Other items will be included in
the preliminary estimate as lump sum or percent of construction as
appropriate. Quantities and cost estimate will be to a Class 3 Classification
(10% to 40%) as defined by AACE International.
III. DELIVERABLES
a. Monthly Progress Reports and Invoices
b. Traffic Analysis memo
c. Hazardous Materials memo
d. Preliminary Geotechnical report
e. Project webpage and associated graphics
f. Preliminary Plans
g. Preliminary Cost Estimate
All deliverables will be in electronic format.
IV. ASSUMPTIONS AND UNDERSTANDINGS
a. Funding is 100% local funds. No Federal or State funding will be used for this
project.
b. Preliminary Plan development will proceed to approximately 30% design.
c. City will provide surveying services and geotechnical exploration and testing
services through their own staff or another contract. HDR will provide input to
directing the scope of surveying and geotechnical work prior to the execution of
this contract.
d. Traffic analysis of construction phasing scenarios is not included in this scope.
EXHIBIT"B"
Page 4 of 5
e. Threatened and Endangered Species, Cultural Resources and Aquatic
Resources reviews are not included in this scope. Additional environmental
reviews necessary to support any permitting efforts are not included, but could be
added as a supplemental agreement if desired.
f. Noise analysis is not included in this scope.
g. Right of Way services are not included in this scope.
h. Final Design services, Bidding support, and Construction phase services are not
included in this scope.
V. SCHEDULE
a. Fall 2018— Survey work and geotechnical work performed by City
b. January 7, 2019—Anticipated Notice to Proceed
c. January 7 to March 7, 2019—Concept Refinement
d. March 8 to April 26, 2019— Preliminary Design and Plan Development
e. April 26, 2019— Preliminary Plan Submittal
f. April 26 to May 10, 2019—City Plan Review
g. Week of May 13, 2019—Plan in Hand Meeting and Field Review
•
•
EXHIBIT"B"
Page 5 of 5
- il.i -... - k?'('
•
1.
invoi.-r--- ,. 4,41
,, .........„
, ,, _____
- -
_...
.....
,, . ' _ - x � :mow r +
.-_ter,-�:: h y. ;I:i 1 ________. ,
h-� 4{
NrZt
,y r :F., a '.., •��
'+C't�Y vrCa r1 .0, i4 Y
I
:
�► f r
. '..`"). i •
——NUM. . "4,,‘:‘,1 — :.•
-7.' f ,
'fir r' 1 >' \
i . `.�i 2 i r ,A.T ,
ti:. ` % ate1. { I.... . . . .,� v • �` Y t s' Y*i �,,,- Y.,.,yy J. , -.
it /� N :' .' .rw n.y,'6C.... Mw..I i,
�� i� r' Z `fir
i.•
.11* • ���C ..ram /' �, ..'f .ill
•� 1 elk
' cat ,
hM
•
> ,,�,,,,11}pp >
i ems-"'li t .. ,�y ' '#
'.
��77 �ti`J "
0 25 50
i mm I May 2017
SCALE
84th / Indian Hills / Dodge Realignment Concept
PRELIMINARY PLAN
NOT FOR CONSTRUCTION
I
Scope end Fee Summary
84th end Indian Hills Intersection Realignment
City of Omaha Project Number OPW 53403
Principal Project Sr.Eng/ Eng/ Sr.Geo Eng Geo Engineer Designer/ Project
TASK Manager Sr.Sol Sol Technician Controller TOTAL
A. Project Management
1.Project Management 5 20 10 35
2.Project Coorespondence 20 20
3.Project Meetings 15 15
4.Team Meetings 5 5 5 15
5.Quality Control 12 12
Subtotal 5 80 12 5 0 0 5 10 97
B. Data Collection and Field Survey
1.Review Survey 4 8 12
2.Additional Survey Rogues' 2 4 8 12
3.Site vier 4 4 6
Subtotal 0 2 0 12 0 0 18 0 32
C. Traffic Engineering .
1.Obtain Forecast from MAPA 2 2 4
2.Develop Peek Hour Volumes 2 6 10
3.Analyze Peak Hour Volumes 6 14 20
4.Recommend Storage Lengths 4 12 16
5.Documentation 8 10 26
Subtotal 0 0 22 54 0 0 0 0 76
D. Environmental Review
1.Hazardous Materials review and merry 4 12 4 20
Subtotal 0 0 4 12 0 0 4 0 20
E. Geoteohnical Analysis
1.Subsurface and Laboratory Evaluation[ 1 9
2.Develop Soil Design Parameter 1 5
3.Slope Stability Anelysii 4 1 16
4.Settlement Anelyelr 2 10
5.MSE Wall Impact review 3 11
8.External Stability end Bearing Capacit 2 10
7.Preliminary Geotechnical Repor 8 2 12 40
Subtotal 0 0 0 0 21 6 12 0 101
F. Concept Refinement
1.Review Concept&Refine Alignmern 4 8 8 8 28
2.Review Meeting with Clp 4 6 10
Subtotal 0 6 8 14 0 0 8 0 38
G. Preliminary Design
1.Geometric Design 4 8 12
2.Intersection Sight Distance 1 4 5
3.Existing Right of Way 8 4 12
4.Roadway Model,Wall Profiles,Cross Section[ 16 16 32
5.Drainage Design 4 12 16
8.Preliminary Phasing Pier 8 6 16
7,Preliminary Traffic Signal 0esigi 4 36 20 80
8.Utility Coordinallor 2 2 4 6 .
9.Plan In Hand Meeting,Field Review end Repor 4 6 12
Subtotal 0 6 21 102 0 0 44 0 173
H. Strategic Communication
1.Webpage and Graphic Creation 2 10 12
2.Stakeholder Coordination 20 8 28
Subtotal 0 2 0 20 0 0 18 0 40
I. Plan Development
1.Title Sheet 1 2 3
2.Typical Sections 2 4 6
3.Aerial Photo Sheets 1 4 5
4.Horizontal Control 1 4 5
5.Preliminary Phasing 4 20 24
6.Construction Sheets 2 6 • 10
7.Removal Sheets 2 8 10
8.Plan and Profile Sheets 2 4 6
9.Retaining Walt Profiles 2 8 10
10.Preliminary Ironic Slgnah 2 4 6
11.Cross Sections 6 6
Subtotal 0 0 0 25 0 0 66 0 91
J. Quantities and Cost Estimate
1.Quantities and Cost Estimate 8 16 6 30
Subtotal 0 6 0 18 0 0 6 0 30
TOTAL HOURS 5 84 67 260 21 68 183 10 698
FEE SUMMARY
I.Estimated Labor Costs
TOTAL LABOR
CLASSIFICATION HOURS COST
Principal 5 $1,292
Project Manager 84 $15,541
Senior Engineer 67 $13,178
Engineer 260 $31,896
Sr.Geotech Engineer 21 $3,814
Geotech Engineer 68 $9,545
Designer/Technician 183 $22,873
Project Controller 10 $1,384
TOTAL LABOR COST 698 $99,523
II.Estimated Direct Project Expenses
QUANT UNIT UNIT COST TOTAL
COST
Mileage 50 miles $0.55 $28
Prints-8.5'x 11"Black and White 250 Sheets $0.05 $13
Prints-8.5'x 11"Color 150 Sheets $0.45 $68
Prints-11"x 17'Black and White 500 Sheets $0.10 $50 -
Plots-22"x 34'Black and White 100 Sheets $0.55 $55
Scroll Plots 4 Each $24.00 596
TOTAL ESTIMATED DIRECT EXPENSE $309
III.Subconsultant Expenses
None SO
TOTAL SUBCONSULTANT EXPENSES $0
IV.TOTAL FEE NOT TO EXCEED $99,832
•
Exhibit'C'
84th&Indian Hills Realignment
OPW 53403
Overall Schedule
ID Task Task Name Duration Start Finish Predecessors Resource Names sit atrlI''3,201,yy,j1 Qtr 4,2011yd Qtr 1,201 Qtr t 2',201 atr 3,201 Qtr4,2015 Qtr 1,202C Qtr 2,"202C Qtr 3,202C atr 4,202(atr 1,202'Qtr 2,2021 Qtrr 3,202 Qtr`4,202 Qtr'
0_ Mode Junlul tyu epQct)Jo te9lan�r4141,4L prryt un al Oct)4oJoeciankelliarAp�v un lLir u c•M)Jo�Declankel�tarAo�4a�llutllJk>Ysu OsItvm!D_e�18ri
1 Notice to Proceed 0 days Mon 1/7/19 Mon 1/7/19 II I ! ♦�1/7
2 sr* Preliminary Design 100 days Mon 1/7/19 Fri 5/24/19 1 } ! r;^^"'^�9
3 �, Design to Plan in Hand(30%) '80 days }Mon 1/7/19.Fri 4/26/19 11 ilIMIN1
4 ; Submittal to City 0
s days Fri 4/26/19 Fri 4/26/19 �3 "4/26
r -
5 inCity Review 1-10 days Mon 4/29/19'Fri 5/10/19 t4 1
6 t, Address Comments 10 days Mon 5/13/19Fri 5/24/19 '5 ij
7 In + Plan in Hand Field Review 0 days +Fri 5/24/19 rFri 5/24/19 r6 4,5/24 ,
8 NI Construction Limits Design 80 days Mon 5/27/it Fri 9/13/19
9 on Design to ROW(75%) 60 days "'Mon 5/27/19 Fri 8/16/19 7 1
10 lin Submittal to City 0 days rFri 8/16/19 Fri 8/16/19 9 ♦a/16
11 City Review 1
10 days +Mon 8/19/19Fri 8/30/19 110 i
12 I Address Comments 10 days IMon 9/2/19 rFri 9/13/19 i11 ��
13 • Right of Way Acquisition 140 days Fri 9/13/19 Fri 3/27/20 I e, --- 1
14 BP.; 1 Submit ROW Strip Map to City i0 days :Fri 9/13/19 *Fri 9/13/19 412 I 9/13
15 I City Review 15 days {Mon 9/16/19Fri 10/4/19 14 _ Si
16 ▪ } Address Comments 5 days Mon 10/7/19Fri 10/11/19`+15 ti.
17 r Tract Maps and Legal Descriptions ;5 days Mon 10/14/1 Fri 10/18/19 16 1
18 'in I City Review Exhibits r5 days Mon 10/21/1 Fri 10/25/1917 lT1
19 Appraisals 140 days !Mon 10/28/1 Fri 12/20/19 18
L
tom,, I 20 ROW Acquisition/Negotiations 1
140 days Mon 12/23/1 Fri 2/14/20 19 _ _ r
21 .1.; Condemnation(if necessary) 30 days Mon 2/17/20Fri 3/27/20 20 till=
22 �., Final Design 4:1+20 days Mon 12/23/1Fri 6/5/I0 + t
23 n Final Design 4.100 days IMon 12/23/1 Fri 5/8/20 419
24 -4"4 Submittal to City 0 days +Fri 5/8/20 F
1�� Fri 5/8/20 23 ♦I5/B
25 City Review .10 days IMon 5/11/20Fri 5/22/20 24 l
26 •r Address Comments i10 days I{ i
Mon 5/25/20Fri 6/5/20 r25 - I ■1
27 In Submit Clean PS&E 0 days IFri 6/5/20 Fri 6/5/20 26 r'6♦ /5
28 In Permit Acquisition 60 days Mon 6/8/20 Fri 8/28/20 27
29 r0+ {Utility Relocations 90 days Mon 6/8/20 Fri 10/9/20 27 �j
30 In Contractor Selection r56 days Fri 10/9/20 Mon 12/28/i r —'1
31 t�� T Notice 0 days IFri 10/9/20 ,Fri 10/9/20 '29 ;10/9
32 0., Advertise Plans 115 days Tue 10/13/2(Mon 11/2/2031F5+1 day ii)
33 — Letting 0 days !Mon 11/2/20Mon 11/2/2032 _ ♦�l1/2
34 I Contract Development 440 days (Tue 11/3/20 Mon 12/28/233mi
'35 In Construction '260 days Fri 1/1/21 Thu 12/30/2:! r 1
36 ® ▪ Contractor Preparation 160 days Fri 1/1/21 Thu 3/25/21 r _ — — 1_.
II *
o 37 Construction 200 days Fri 3/26/21 Thu 12/30/2:36
Task Project Summary II-1 Manual Task INIMMINIMINI Start-only C Deadline 4
Project:Big Picture Schedule.mpp Split Inactive Task - - -- —1 Duration-only liw' Finish-only 3 Progress
Date:Mon 8/6/I8 Milestone ♦ Inactive Milestone • Manual Summary Rollup� , External Tasks III= M Manual Progress
Summary 1-1 Inactive Summary 1. Manual Summary r— I External Milestone •
Page 1
NO. g
•
•
Item Submitted By: Gary Pech
Department: Public Works
Council Meeting Date: September 18, 2018
Res. that, as recommended by the Mayor, the Professional Services Agreement with HDR
Engineering, Inc. to provide professional services on OPW 53403, in the amount of$99,832.00,
being the 84th and Indian Hills Intersection Realignment Project, is hereby approved. (The
Finance Department is authorized to pay a fee not to exceed $99,832.00, from the 2014
Transportation Bond Fund 13184, Transportation Bonds Required Organization 117117, year
2018 expenditure.)
- V
•
Presented to City Council
September 18, 2018
APPROVED 7-0
•
Sit-mkt!! &tier
City Clerk