Loading...
RES 2018-0526 - Agmt with Felsburg Holt & Ullevig for OPW 52285, Q St from 48th to 60th St improvements project (.0,,,_,A,„,,, �' per, `-" `-- y {`- "1, 's� l `' �fj !L !! 1 Public Works Department Qi 23, Omaha/Douglas Civic Center T�'` j r9 �j z f11� «� tE 1 P� L' `� 1819 Farnam Street,Suite 601 c+® ...11. zP 1 Omaha,Nebraska 68183-0601 O'a `as r �oRar ar��ry NUN Q 5 2018 (402)444-5220 ED FEBR Fax(402)444-5248 � , CITY CLERK City of Omaha i1�;�t,!�A, l`� ti.4 C�• ' 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 Felsburg Holt & Ullevig to provide professional services on OPW 52285, being the Q Street Improvements - 48th 'Street to 60th Street Project associated with the Capital Improvements Program Number 2010T206. This Agreement includes final design engineering services, and additional services as identified in the attached agreement. Felsburg Holt & Ullevig has agreed to perform these services for a fee not to exceed, $99,641.00, to be paid from the 2014 Transportation Bond Fund 13184, Capital Special Assessment Organization 13573, year 2018 expenditure. Felsburg Holt & Ullevig 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. Respectfully submitted a, A roved: „,,J.4-2.,v,,,a, 439 _,,, /4,... 72 fku,y(64‘) sqf -ms qRo rt G. Stubbe, RE. Date Franklin T. Thompson Date Public Works Director Human Rights and Relations Director Approved as to Funding: Referred to City Council for Consideration: l� , sk, atA_ s-,, , , S4i3 n B. Curtiss )Q,,,,N Date Mayor's Office /Date Finance Director 2126Cgrp C-25A CITY OF OMAHA • LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, professional engineering services are needed in conjunction with OPW 52285 being the Q Street Improvements -48th Street to 60th Street Project, associated with the Capitol Improvement Program Number 2010T206; and, WHEREAS, Felsburg Holt& Ullevig 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, Felsburg Holt & Ullevig has agreed to perform these services for a fee not exceed $99,641.00 to be paid from the 2014 Transportation Bond Fund 13184, Capital Special Assessment Organization 13573, 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 Felsburg Holt & Ullevig to provide professional services on OPW 52285 being the Q Street Improvements - 48th Street to 60th Street Project, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay a fee not to exceed $99,641.00 from the 2014 Transportation Bond Fund 13184, Capital Special Assessment Organization 13573, year 2018 expenditure. 2126grp APPROVED AS TO FORM 46/77Z- -- -CM ITY ATTORNEY DATE By �..... ... Ic x\..� Coun,ilmember �y Adopted 15 y Clerk Approved Mayor PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is hereby made and entered into this day of Vy\.$1„„ , by and between the City of Omaha, a municipal corporation located in Douglas County,Nebraska(hereinafter referred to as the"City"), and Felsburg Holt & Ullevig (hereinafter referred to as the"Provider"), on the terms, conditions and provisions as set forth herein below. All references to"Contractor"shall mean"Provider". PROJECT NAME AND DESCRIPTION OPW 52285, Q Street Improvements-48th Street to 60th Street, Engineering support for the reconstruction of Q Street from 60th Street to 42nd Street . 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 913 day period after receipt of a purchase order from the City. • B. Provider designates Dave Lampe,PE, whose business address and phone number is 11422 Miracle Hills Drive, Suite 115, Omaha,NE 68154, 402-445-4405 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 9I3 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 Jeff Babcock, whose business address and phone number are 1819 Famam St Omaha,Suite 600, Omaha, NE 68183 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 performed on an hourly basis,but in no event shall it exceed$99,641.00. 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. 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 party's own negligence. • IX. TERMINATION OF AGREEMENT • This Agreement may be terminated by the City upon written notice to the Provider of such termination and specifying the effective date at least seven (7) days prior to the effective date of such termination. In the event of termination, the Provider shall be entitled to just and equitable payment for services rendered to the date of termination, and all finished or unfinished documents,data surveys,studies,drawings,maps,models, reports or photographs shall become,at the City's option,its property. X. GENERAL CONDITIONS A. Non-discrimination. Provider shall not, in the performance of this Agreement,discriminate or permit discrimination in violation of federal or state laws or local ordinances because of race, color, 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. Cautions. Captions used in this Agreement are for convenience and are not used in the construction of this Agreement. C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable City ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Agreement. D. Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter, no elected official or any officer or employee of the City shall have a financial interest,direct or indirect,in any City Agreement. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the Agreement voidable by the Mayor or Council. E. Interest of the Provider. The Provider covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict with the performance of services required to be performed under this Agreement; he further covenants that in the performance of this Agreement, no person having any such interest shall be employed. F. Merger. This Agreement shall not be merged into any other oral or written agreement,lease,or deed of any type. This is the complete and full Agreement of the parties. G. Modification. This Agreement contains the entire Agreement of the parties. No representations were made or relied upon by either party other than those that are expressly set forth herein. No agent, employee, or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. H. ,Assignment. The Provider may not assign its rights under this Agreement without the express prior written consent of the City. 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. I. 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.) 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 .3a' day of "PR/G Za/is Felsburg Holt&Ullevig J� Provider J\.AOkMG`�T` By �- --�' " ' L.�•HP�;P� ATTEST (Title) EXECUTED this day of '1.1k` i., , T7 . • ATTEST CITY OF OMAHA,A Municipal Corporation By i y Clerk Mayor APPROVED AS TO FORM: 4'4 -7-)W- X. Deputy City Attorney Revised: 11/2017 City of Omaha Exhibit B April.23,2018 DESCRIPTION OF PROJECT AND SCOPE OF SERVICES Q STREET—42nd STREET TO 60TH STREET TRAFFIC SIGNALS, DRAINAGE AND ENVIRONMENTAL SERVICES for PROJECT NUMBER:OPW 52285 (A) PROJECT DESCRIPTION This Scope of Services consists of providing engineering services related to the final design for Q Street between 42"d Street and 60th Street(Figure 1). Engineering services include traffic signal design, drainage design and environmental services for the project. Figure 1. Project Study Area t {l ' r r) tom"1-2 1 AL 41 --cm a4 4 it ?'y' - o ry i. `14 ,��,�1 r, i it- Lr,�y ,' } ' .i, ' t "'� 0--. .. - , a h"s,4 jtt„ ' w. , X 1 I•:}- a :z_. Z.fn r. i$''.r '-'-a �• • ++ ' ] ' . ',. t K �' f i.pI,. 1 ` ' Study Area , K �?.k,-1,'.,..‘.. ..,,„1-,,1','-'"'----i4"'",•,''.:.,.:,.„...,i;y•l'.4/l';70.,;,' 4••, J - }t �"1.i f r ` s� r{ „3. -.r. - 7 ,.0. , . ,,.y,7,{ i c fi ''..I-'••; r "£7` t�. x s 71 r� 3 i { 51 1- ti ki`y�. ` I 1 ,, iiti ' s4:`4' " . :pi ;_+''saes — r 44.,.€t fir:_ , --r ; • ° !I'll! ),- tq. A,-. _t,,, trS�i a!?7.21 .ia r, )�w •E . i _ ,,�. 5-,�.1`y'!. i ���_ -.r ' .. .-�` �t� ,y�����' .. • �;, , aR� ,a�y,.�. .•� a �.a-1 z+t�' .+ .sue '} ��,� ;. .4, r I �-rt x_s,4 g ilk, ; i Il l�_ .i ' ,a,�'^ Y 4 (H � ti Q{ ,/p 'x. .0 /14* .'nT-• fl .� N. � ti.{ it `_ 'I it 'M , ., .' ' '"sue`.` X�e '''' .,W...: _ 17."•+'e' 'r^`„..•' 1�` µ ..f.,,t:Y' '' , _ "* _..:.,..,'S"'.. °Y EHU will provide permanent and temporary traffic design services for traffic signals impacted by the widening of Q Street from 42"d Street to 60th Street. The scope of services will include preliminary and final design; preparation of plans, specifications, and estimates (PS&E package); and bidding and construction phase support services for the deployment of traffic signal and communications system as well as various other Intelligent Transportation Systems (ITS)components of the City's traffic signal system. The drainage study and design will include a review and update of existing and proposed hydrology, refinement of the storm sewer system design, design for the diversion of runoff to the pond at Hitchcock Park and stormwater detention, and justification of design for a reduced level of service at 50th Street and Q Street as a result of limited downstream pipe capacity. Environmental services will include a wetland delineation for the study area corridor, including a 100-foot section of the channel downstream from the storm sewer discharge point near 60th &Q Street and areas of potential impact in Hitchcock Park. Should it be necessary, a U.S. Corps of Engineers Section 404 Nationwide Permit will be prepared to address impacts. Q Street m 42"d to 60th Scope of Services Design Services Page 1 of 9 City of Omaha Exhibit B April 23,2018 (B) CONSULTANT RESPONSIBILITIES Task 1 TRAFFIC DESIGN SERVICES Task 1.1 Data Gathering. FHU staff will conduct site visit for up to two (2)traffic staff members to gather information on existing traffic control devices including signals, signs and pavement markings. Task 1.2 Preliminary & Final Traffic Signal Design FHU will complete preliminary and final design for traffic signals impacted the by the widening of Q Street between 42"d Street and 60th Street. Full design of traffic signals at the following intersections is anticipated: • Q Street and 52"d Street • Q Street and 51sL Street • Q Street and 48th Street Modifications to the intersection of Q Street with 60th Street may be required should widening of Q Street impact traffic signals at this intersection. FHU will coordinate with City staff on the development of preliminary and final traffic signal design sheets. Incorporate preliminary permanent and temporary traffic signal design layouts into CAD and prepare sheets (1"=20'). Sheets to include, but aren't limited to the following: • Signal pole and pedestal pole locations • • Signal head arrangements • Controller/cabinet locations • Pushbutton locations • Vehicle detection • Communication systems, including design of fiber optic cable and/or conduits for future fiber optics, or wireless radio communication • ROW line The initial preliminary layout sheets (PDF)to be provided to City for review. FHU will consult with City staff to determine communication and detection needs. Incorporate up to two (2) round of review comments from City after their review of the initial preliminary traffic signal layout sheets. The Consultant will prepare quantity and opinion of probable construction cost estimates to be included with each plan submittal (preliminary and final). • Q Street—42"d to 60th Scope of Services Design Services Page 2 of 9 City of Omaha Exhibit B April 23,2018 Assumptions • City will provide survey data and base design sheet files • The City will provide a list of standard bid items/unit costs to develop cost estimates • • City of Omaha standard plates and specifications will be utilized • City of Omaha will provide standard language for specs for consultant to utilize and apply to the project Deliverables • Traffic Signal Design Plan Sheets (incorporated into preliminary and final design plan sets) • Final Specifications and Cost Estimates for Bid Package Task 1.3 Temporary Traffic Signal Design FHU will complete the design of up to three (3)temporary traffic signals required for traffic control during construction phase of the Q Street project between 42nd Street and 60th Street. The design of temporary span wire traffic signals may be required at the following intersections: • Q Street and 52nd Street • Q Street and 51st Street • Q Street and 48th Street Assumptions • City of Omaha standard plates and specifications will be utilized Deliverables • Temporary traffic Signal Design Plan Sheets • Final Specifications and Cost Estimates for. Bid Package Task 1.4 Interconnect Design FHU will design the fiber optic communications network connecting traffic signals between 60th Street and 42nd Street.The design will incorporate each intersection into the planned Citywide fiber optic communications network.The consultant shall meet and coordinate all communication design activities with City staff to ensure that the communication infrastructure and communication circuits included as part of this project meet the overall requirements of the Citywide communication network. Communication network devices, specifications, and project approved material lists shall be provided to the Consultant by the City. Detailed information regarding communication network programming,fiber splicing and termination templates and device configuration shall also be provided to the Consultant by the City and pertinent information shall be included in the design plans for reference and bidding purposes. Device IP addressing, network configuration information, and other network architectural information shall be provided upon request. Q Street—42nd to 60th Scope of Services Design Services Page 3 of 9 • City of Omaha Exhibit B April 23,2018 Deliverables • Interconnect Design Plan Sheets • Final Specifications and Cost Estimates for Bid Package Task 1.5 Meetings & Coordination As part of this effort, FHU will attend two meetings with officials representing the City of Omaha. This will include a kick-off meeting as well as a meeting to review preliminary progress and results prior to completion of the final report.This task also includes coordination meetings with stakeholders along the corridor. Up to 8 hours of meeting time is anticipated for this coordination. Any additional meetings or presentations can be provided at FHU's standard hourly rates. Task 1.6 Project Management This task includes activities to initiate and monitor project schedules, workload assignments and internal cost controls throughout the project. Also included are efforts to prepare and process invoices and monthly progress reports; prepare project correspondence with the City; and maintain project records. Task 2 DRAINAGE STUDY AND DESIGN (FINAL Task 2.1 Data Collection and Review The City has provided FHU with CAD files of the storm sewer layout and drainage basins prepared for preliminary design. Runoff,storm sewer, and inlet calculations were also provided for preliminary design. In,preparation of this scope,the City provided a draft of the "60th and Q Streets Storm Drainage System Analysis" (November 7, 199&) and the 42nd and Q Street Area Sewer Separation (CSO) project "10% Basis of Design Technical Memorandum" (March 1, 2013). The City will provide FHU with the latest roadway plans for QStreet, between 42nd Street and 60th Street, any other information they may have on the pond at Hitchcock Park (i.e. topographic survey and HEC-HMS modeling from work on the CSO project), and the latest BODR for the CSO project. Once all this this information is received, FHU staff will evaluate the data and visit the site to verify drainage features and site characteristics. FHU will request any additional topographic survey needed for work in Hitchcock Park. Assumptions • The City has or will make available any topographic survey and hydrologic models for Hitchcock Park and current design of paving along the project corridor in CAD format. • Any additional topographic survey that may be needed will be picked up by the City. Task 2.2 Hydrologic and Hydraulic Analysis FHU will calculate hydrology for existing and proposed conditions along the project corridor. Peak flow rates will be generated for the 2, 5, 10, and 100-year storm events.These values will be used to check capacity of the existing storm sewer and overflow at the low points of Q Street—42nd to 60th Scope of Services Design Services Page 4 of 9 City of Omaha Exhibit B April 23,2018 drainage basins along the Q Street corridor. Inlet capacity under the proposed configuration will be checked for suitability and hydraulic grade lines will be generated to verify level of services of the existing storm sewer system. This task includes the preparation of a final drainage study that will include a drainage map outlining all drainage areas and completion of the following for each area: 2.2.1 Delineate and verify hydrologic properties for the drainage areas and calculate runoff for the drainage areas (2-, 5-, 10-, 100-Year Storm Event) 2.2.2 Evaluate diversion of runoff in upper basin and detention pond modifications needed at Hitchcock Park so as not to exceed existing peak runoff rates 2.2.3 Evaluate basin-scale hydrology at 50th & Q Street as a result of diversion 2.2.4 Evaluate detention needed at 60th and Q Street and provide design for detention 2.2.5 Provide inlet calculations 2.2.6 Determine storm sewer pipe sizes and hydraulic grade lines 2.2.7 Prepare justification memo on level of service variance at 50th and Q Street 2.2.8 Check 100-Year runoff within right-of-way 2.2.9 Prepare Final Drainage Report for submittal 2.2.10 Prepare post-construction stormwater management plan submittals Proper drainage meeting the requirements of the City of Omaha Regional Stormwater Manual shall be included in the design. The design of this section of roadway shall include provisions, which may include detention to reduce peak flows,to show no increase in runoff and no adverse impacts to the downstream areas. If the downstream areas lack conveyance to support 10-year peak runoff flow rates, the design shall utilize smaller storm events.. Assumptions • Additional topographic survey will be provided by the City for work in Hitchcock Park • In other areas, where topographic survey is not available, LiDAR data will be used to help define drainage boundaries • Post Construction Stormwater Management requirements will be met with construction of forebay or other water quality feature in Hitchcock Park. Permit applications will be prepared and submitted by the City. FHU will prepare submittals to go along with the applications. • Erosion and Sediment Control Sheets will be prepared by the City along with any permitting for Construction Stormwater Management(City and NDEQ permits) Q Street—42nd to 60th Scope of Services Design Services Page 5 of 9 City of Omaha Exhibit B April 23,2018 Assumptions . • City of Omaha standard plates and specifications will be utilized Deliverables • Final Drainage Report Task 2.3 Drainage Design Plans This task includes the effort to finalize drainage design and draft the appropriate storm sewer plan data on Storm Sewer Construction sheets and storm sewer profiles on the Profile sheets respectively. Construction plan sheets will include the design of a forebay or other water quality feature that will provide pre-treatment to runoff from Hitchcock Park and modifications to the existing pond in Hitchcock Park. Notes and details related to stormwater management features will also be included. 2.3.1 Drainage Construction Sheets 2.3.2 Drainage Profile Sheets 2.3.3 Drainage Detail Sheets 2.3.4 Forebay(or Other Water Quality Feature) Construction and Detention Modification Sheets (Hitchcock Park) 2.3.5 Quantities and OPC The Consultant will prepare quantity and opinion of probable cost estimates associated with drainage design for inclusion in the plan set. Special conditions will be prepared if needed. Assumptions • City will provide base design sheet files. • City of Omaha standard plates and specifications will be utilized where appropriate Deliverables • Final plan sheets,special conditions, opinion of probable cost Task 2.4 Meetings FHU will attend four meetings with officials representing the City of Omaha. This will include a kick-off meeting and three (3) coordination/progress meetings that may include Parks Department. Any additional meetings or presentations can be provided at FHU's standard hourly rates. Task 2.5 Project Management This task includes activities to initiate and monitor project schedules,workload assignments and internal cost controls throughout the project. Also included are efforts to prepare and process invoices and monthly progress reports; prepare project correspondence with the City; and maintain project records. Q Street—42nd to 601h Scope of Services Design Services Page 6 of 9 City of Omaha Exhibit B April 23,2018 Task 3 ENVIRONMENTAL SERVICES Task 3.1 Wetland Delineation 3.1.1 Desktop Review FHU will conduct a review of public data sources, including NRCS soil surveys and NWI/NHD datasets,to identify potential locations of wetland and waters of the US within the project study area. FHU will prepare field maps and a GPS database for use in the field survey. 3.1.2 Wetland Delineation A field survey will be conducted to delineate wetlands,channels and other water bodies. The field survey will be conducted by a two-person team and will focus on the fringe and forebay of Hitchcock Lake,within ditches between the park and 60th Street, and within a 50-ft radius around the outlet structure at the existing wetland mitigation site. The delineation shall include: a) Ground level photographs. b) Documentation of wetlands on Corps Wetland Determination Data Sheets(using the Midwest Regional Supplement) including an assessment of vegetation,soils,and hydrology. Wetlands shall be identified according to the Cowardin classification and Nebraska Wetland Subclass. c) Identification and characterization of other waters of the US(streams, lakes, ponds, pits or other impoundments), including delineation of the ordinary high water mark(OHWM) if present and determination of USGS Hydrologic Code and water regime.Water regime (perennial, intermittent, ephemeral,etc.)will be based on best professional judgment and published resources(7.5-minute Topographic Map, County Soil Survey, National Hydrography Data Set, etc). d) Mapping of all wetland and/or stream channel boundaries, photo points and data points using a sub-meter accuracy GPS. 3.1.3 Wetland Delineation Report Document Findings of the wetland field investigation will be documented in a Wetland Delineation Report. The report will include mapping of wetland areas, calculation of wetland acreage on the property,and determination of permanent and temporary wetland impacts(based on preliminary design). Following quality control review,the draft report will be submitted to the City for review and comment. Following revision of the report,the final document will be submitted to the Corps if appropriate. Deliverables • Wetland Delineation Report Q Street—42nd to 60th Scope of Services Design Services Page 7 of 9 City of Omaha Exhibit B April 23,2018 Task 3.2 USACE Section 404 Nationwide Permit (if needed) 3.2.1 Preapplication Meeting FHU will schedule a meeting with USACE to discuss permitting the project under a Nationwide Permit(NWP) 14 for Linear Transportation Projects, NWP 43 (Stormwater Management Facilities)or other NWP. These permits allow impacts up to 0.5 acres of wetland and 300 feet of channel,with no more than a 100-foot reduction in channel length. Mitigation options will also be discussed. Meeting minutes will be prepared and distributed. 3.2.2 USACE Section 404 Permit Application and Submittal to USACE FHU will prepare and submit the permit application package. It is assumed that the project can be handled with a NWP permit. An individual permit application, or other specialized environmental consultation (such as an archeological evaluation)is not included in this scope of work. The application package will be reviewed for quality control,and will include: a) USACE ENG Form 4345 b) Documentation of coordination with the Nebraska State Historic Preservation Office (NeSHPO), Nebraska Game and Parks Commission (NGPC)and US Fish &Wildlife Service (USFWS) c) Pre-Construction Notification (PCN, a narrative describing the project and proposed wetland impacts,impact tables, impact figures,documentation of agency coordination,and information from the wetland delineation report to aid the USACE in their review) This effort will include preparation of a Biological Evaluation (BE) review request letter for submittal to the United States Fish and Wildlife Service (USFWS)and Nebraska Game and Parks Commission (NGPC) regarding potential impacts to threatened and endangered species and critical habitat. FHU will also prepare State Historic Preservation Office (SHPO)and Tribal Historic Preservation Office (THPO) review letters requesting an evaluation of potential impacts to historic structures, archeological sites,and tribal lands. Response letters are required for a complete application to USACE. Assumptions • Project impacts, if any,will not require mitigation • An Individual Permit will not be needed Deliverables • USACE Section 404 Nationwide Permit application and supporting documents Task 3.3 Project Management 3.3.1 Project Management This task includes scheduling, staff assignments, monthly progress reporting for the environmental tasks. Q Street—42nd to 60`1' Scope of Services Design Services Page 8 of 9 City of Omaha Exhibit B April 23,2018 (C) SCHEDULE 1. June 4, 2018- Notice to Proceed (NIP) 2. December 2020—Final PS&E Plans Submitted • Q.Street—42nd to 60`h Scope of Services Design Services Page 9 of 9 • Q Street-42nd Street to 60th Street(Final Design Services) Exhibit Q April 23,2018 Workhour and Fee Estimate A FELSBURG �(JJHOLT & ULLEVIG ...ova e#a,ctry eorrmvekisa TASKS Principal 1 Sr.Englneer Engineer IV Engineer 111 Engineer II Env Sc III Env Sc 1 Intern 1 Sr.Designer Admin Total Task 1.Traffic Design Services I.I. Data Gathering 4 6 10 1.2. Preliminary&Final Traffic Signal Design 6 30 24 60 • 1.3. Temporary Traffic Signal Design 4 16 12 32 1.4. Interconnect Design 4 I8 12 34 I.S. Meetings&Coordination 6 6 12 1.6. Project Management 4 4 8 Task 2.Drainage Study and Design II. Data Collection and Review I 8 9 2.2. Hydrologic and Hydraulic Study 2.2.1 Local Hydrology(Rational) 2 28 • 30 2.2.2 Evaluation of Diversion/Detention @ Hitchcock 4 - 20 24 223 Basin-Scale Hydrology with Diversion 2 12 14 2.2.4 Evaluation of Detention @ 60th&Q 2 16 18 2.2.5 Inlet Calcs 2 12 14 22.6 Stonn Pipe Sizing and HGL 4 40 • 44 227 Justification Memo on Level of Service I 8 9 2.2.8 100 year Check 1 • 8 9 2.2.9 Drainage Study Report 2 16 18 LL 10 Post Construction Stormwater Management Plan I 16 17 L3. Drainage Design Plans 0 2.4.1 Drainage Construction Sheets 4 84 88 14.2 Drainage Profile Sheets 2 56 58 2.4.3 Drainage Detail Sheets • 2 24 26 14.4. Forebay/Detention Sheets(2 Locations) 2 • 36 38 2.4.5 Quantities and OPC 2 6 8 2.4. Meetings 8 12 20 2.5. , Project Management 8 • 8 Task 3.Environmental ' 3.1. Wetland Delineation 2 36 30 68 3.2. 404 Permit(Nationwide)(If Needed) 2 32 40 74 3.3. Project Management 4 4 Task I Total Hours 4 24 80 0 0 0 0 0 48 0 156 Task 2 Total Hours 50 0 0 402 0 0 0 0 0 0 452 Task 3 Total Hours 8 0 0 0 0 68 70 0 0 0 146 . TOTAL HOURS 62 24 80 402 0 -68 70 0 48 0 754 LABOR/HOUR RATE $200 $180 • $145 $125 SI10 $125 $100 US $110 $90 Task I Total Labor Cost $800 $4,320 $11,600 S0 $0 $0 $0 $0 $5.280 S0 $22,000 Task 2 Total Labor Cost $10,000 $0 SO $50.250 $0 $0 $0 S0 $0 $0 $60,250 Task 3 Total Labor Cost $1,600 $0 S0 S0 $0 $8.500 $7.000 $0 $0 S0 $17,100 'TOTAL LABOR COSTS $12,400 $4,320 $11,600 $50,250 SO $8,500 $7,000 $0 $5,280 S0 $99,350 . DIRECT PROJECT EXPENSES Printing(sheets) 500 $0.19 $95 Mileage to Mtg(8 Trips @ 30 Miles) 240 50.545 $131 Mileage to Field Visits(4 Trips(eg 30 Miles) 120 $0.545 j65 TOTAL DIRECT PROJECT EXPENSES $291 Task I.Traffic Design Services $22,000 Task 2.Drainage Study and Design $60,250 Task 3.Environmental $17,100 Direct Project Expenses $291 TOTAL PROJECT COST $99,641 RESOLUTION NO. 521.P Item Submitted By: Gary Pech Department: Public Works Council Meeting Date: June 5, 2018 Res. that, as recommended by the Mayor, the Professional Services Agreement with Felsburg Holt & Ullevig in the amount of $99,641.00 to provide professional services on OPW 52285, being the Q Street Improvements - 48th Street to 60th Street Project, is hereby approved. (The Finance Department is authorized to pay a fee not to exceed $99,641.00, from the 2014 Transportation Bond Fund 13184, Capital Special Assessment Organization 13573, year 2018 expenditure.) • Presented to City Council June5, 2018 APPROVED i-8-67-0 eltzrabeth &tler City Clerk