Loading...
RES 2018-0418 - PSA - Alfred Benesch & Co for OPW 53304, 2018 residential street curb ramp construction O�owaiA•4,4, - f C.. : 11\\I E 11 �� IT, 's i ' ` " Public Works Department (.3*-115111k1; glitt `MlA — - Omaha/Douglas Civic Center ® o_fl �� ro� .0 )8 nig € [ R 1819 Farnam Street,Suite 601 o ` '=:•, Omaha,Nebraska 68183-0601 op q4 (402)444-5220 47.E0 FEBRVP C l I I C L t Y I< Fax(402)444-5248 City of Omaha r is4 t M t=,. NEBRASKA 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 Alfred Benesch &Co.to provide professional services on OPW 53304, being the 2018 Residential Street Curb Ramp Construction, Various Locations Project, associated with the Capital Improvement Projects Number 1992T508. This Agreement includes project management, construction observation, testing, and additional services as identified in the attached agreement. Alfred Benesch & Co. has agreed to perform these services for a fee not to exceed, $847,030.00, to be paid from the 2014 Transportation Bond Fund 13184, Transportation Bonds Organization 117117, year 2018 expenditure. Alfred Benesch & Co. has filed the required Contract Compliance Report Form (CC-1), and has submitted a responsive Economic Inclusion Plan. As is city policy, the Human Rights and Relations Department will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Public Works Department requests your consideration and approval of the attached Resolution and Agreement. Respectfully submitted, Approve.: 7"--- , 43 i8 / IiII. cmi ' a Ro rt G. Stubbe, P.E. Date ( Franklin T. Thompson Date Public Works Director Human Rights and Relations Director Approved as to Funding: Referred to City Council for Consideration: I) 3 #1 —ULu,„t. yiliK Step en B. Curtiss 1 \ Date Mayor's Office Date Finance Director 2109Cgrp 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 53304 being the 2018 Residential Street Curb Ramp Construction, Various Locations Project; and, WHEREAS, Alfred Benesch & Co. 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,Alfred Benesch &Co. has agreed to perform these services for a fee not exceed $847,030.00 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 Alfred • Benesch &Co. to provide professional services on OPW 53304 being the 2018 Residential Street Curb Ramp Construction, Various Locations Project, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance,Department is authorized to pay a fee not to exceed $847,030.00 from the 2014 Transportation Bond Fund 13184, Transportation Bonds Organization 117117, year 2018 expenditure. 2109grp APPRO D AS TO F R • ,CITY ATTORNEY DATE La (#1347 By • Councilme _ er Adopted MAY 0 1 20181 0 5- City C' Clerk Approved •• Mayor PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is hereby made and entered into thisMday of ,vag, by and between the City of Omaha, a municipal corporation located in Douglas County,Nebraska ereinafter referred to as the"City"), and Alfred Benesch and Company (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 53304, 2018 Residential Street Curb Ramp Construction, Various Locations, Professional services related to project management, construction observation, testing for ADA ramp construction, street reconstruction, surface reconstruction, pavement maintenance and related projects performed under the Resurfacing program. . 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 Tim O'Bryan , whose business address and phone number is 14748 W Center Rd# 200,Omaha,NE 68144,402-333-5792 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 Todd Spark, whose business address and phone number are 5225 Dayton St., Omaha,NE 68117, 402-444-5145 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$847,030.00. 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 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. V I I I. 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. Captions. Captions used in this Agreement are for convenience and are not used in the construction of this Agreement. C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable City ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Agreement. D. Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter, no elected official or any officer or employee of the City shall have a financial interest,direct or indirect,in any City Agreement. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the Agreement voidable by the Mayor or Council. E. Interest of the Provider. The Provider covenants that he presently has no interest and shall not acquire any interest, direct or indirect,which would conflict with the performance of services required to be performed under this Agreement; he further covenants that in the performance of this Agreement,no person having any such interest shall be employed. F. Merger. This Agreement shall not be merged into any other oral or written agreement,lease,or deed of any type. This is the complete and full Agreement of the parties. G. Modification. This Agreement contains the entire Agreement of the parties. No representations were made or relied upon by either party other than those that are expressly set forth herein. No agent, employee, or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. H. Assignment. The Provider may not assign its rights under this Agreement without the express prior written consent of the City. I. Strict Compliance. All provisions of this Agreement and each and every document that shall be attached shall be strictly complied with as written, and no substitution or change shall be made except upon written direction from authorized representative. J. LB 403 Contract Provisions. - NEW EMPLOYEE WORK ELIGIBILITY STATUS - The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing 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: I.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. 46 EXECUTED this �� day of 1 %L , 18 . Alfred Benesch and Company Provider 40(204.. By ATTEST Sr V P' OrkaL Le v W{it (Title) re) EXECUTED this 3 day of ATTEST OF OMAH A Municipal Cor oration Y B City Jerk Mayor APPROVED AS TO FORM: (t4 4 Deputy City Attorney Revised: 11/2017 Exhibit "B" CONSULTANT SCOPE OF SERVICES ASPHALT MATERIALS TESTING,INSPECTION,AND PROJECT MANAGEMENT CITY OF OMAHA 2017-2021 RESURFACING PROGRAM 2018 Construction Season February 14,2018 OVERVIEW Alfred Benesch &Company(Benesch) proposes to provide the professional services related to the project management, construction observation, and testing for ADA ramp construction, Street Reconstruction and Surface Restoration, pavement maintenance, and similar or related projects performed under the 2018 City of Omaha Resurfacing Program. It is Benesch's understanding that the 2018 Program is anticipated to include multiple construction contracts, involving ADA, Concrete Repair, and Asphalt Resurfacing, in various areas throughout the City. Benesch agrees to provide the services detailed below from the execution date of the contract through the identified completion date, or beyond, if mutually agreeable by both parties for a period up to a total of five (5)years. Each construction contract will consist of a grouping of streets or several individual streets located in various areas throughout the City of Omaha. For the 2018 projects,the City plans to begin letting contracts starting in or around January with start dates beginning in March. It is our understanding the intention is for all contracts to be advertised, bid, awarded, and constructed during the 2018 construction season. We understand contracts may be added in the late summer or fall of 2018 and sized to match projected remaining budget dollars. The City has identified potential projects for the 2018 program. Funding variability is anticipated and the City reserves the right to add additional funds and/or projects. The work performed by the Contractor will consist of any combination of the following: milling the existing pavement surface; removal and replacement of existing curb and gutter,ADA ramps, retaining walls, sprinkler system repair, driveway approaches, and sidewalks; storm sewer inlet repair or reconstruction;asphalt overlay and wedge course(as deemed necessary) construction; panel replacements;concrete pavement repair or reconstruction;diamond grinding; and sewer inlets, manholes and appurtenances adjustment to match final roadway elevations. Benesch anticipates the staffing requirements for this contract will consist of one (1) principal- in-charge,one (1) project manager, multiple construction observers and materials testing technicians, and necessary coordination or administrative support personnel. Exhibit "C" indicates an estimated number of hours, personnel, and testing services, and the associated fees Benesch anticipates the City will request for the 2018 proposed work under this agreement. Variation of these estimates is expected due to factors beyond Benesch's control such as contractor operations,field changes, requested support services,or other situations Asphalt Materials Testing,Inspection,and Project Management Page 1 of 5 City of Omaha 2018 Resurfacing Program Exhibit "B" may occur. Should the requested services exceed this fee estimate, Benesch will notify the City if the total fee may exceed the estimated amount. The professional services provided by Benesch shall be described under the following major categories: 1. Project Management 2. Construction Observation 3. Materials Testing 4. Consultation, &Other Support Services S. Project Closeout 6. Compensation for professional services related to project management; construction observation; consultation &other support services, and Project Closeout shall be on an hourly rate basis determined by the classification of the personnel provided or specified and the approved Construction Testing Services Fee Schedule for 2017. A list of staff including their corresponding classification will be provided for review and approval prior to the start of work. Compensation for professional services related to materials testing shall be as indicated below. Administration (copying,fax, printing, long distance telephone, postage, etc.), observation equipment (cellular phone, measuring wheel, levels,tools, paint, etc.), and other overhead- related expenses shall be compensated as a percentage of monthly labor charges as indicated in Exhibit "C". If requested, Benesch will document compensation for construction observation per each construction contract. Benesch will document compensation for all other services on a total program basis. Services may be added or deleted upon request. Changes to the total contract amount will be addressed as indicated above. The following shall describe the scope of work related to each of these categories. PROJECT MANAGEMENT Benesch shall provide project management services to the City of Omaha in the following areas: • Coordinate activities between the City of Omaha and each Contractor awarded a construction contract under the 2018 Resurfacing Program; • Assist in project planning, assessment of streets, assessment of ADA ramps, developing engineers estimates and contract development. • Review and submit Partial Pay Estimates to the City's Designated Representative(s)for processing and payment; • Scheduling personnel and testing activities to comply with the requirements of the City of Omaha Public Works Department; • Attend on-site or progress meetings as deemed necessary;and • Assist the City with project scheduling and other administrative items upon request. Asphalt Materials Testing,Inspection,and Project Management Page 2 of 5 City of Omaha 2018 Resurfacing Program Exhibit "B" CONSTRUCTION OBSERVATION Benesch shall provide full time construction observation services to the City of Omaha for the activities identified below using a member of our technical staff. Full time construction observation shall consist of an employee of Benesch present when a contractor is progressing towards the completion of all phases of the identified activities. When Contractor operations/ crews exceed reasonable volume for a single observer, Benesch may provide multiple observers when deemed necessary by the Project Manager. • Removal, repair, replacement,and/or construction of curb and gutter, sidewalk, median surfacing, curb ramps, concrete panels,and/or driveway approaches; • Milling of the existing roadway surface; • Repair or removal and replacement of damaged concrete inlet tops; • Repair or construction of retaining walls and/or sprinkler systems; • Construction of an asphalt wedge or surface courses; and • Adjustment of manholes and other appurtenances (full-time observation as deemed necessary). Benesch shall provide part time construction observation services to the City of Omaha for the activities identified below. Part time construction observation shall consist of periodic visits, minimum one per day when the Contractor is performing work and is progressing towards the completion of the identified activities. • Traffic control; • Erosion and sediment control; • Punch list items; • Clean-up of areas;and • Other non-major activities. MATERIALS TESTING Benesch shall provide materials testing services consistent with the current version of the City of Omaha Materials and Testing Manual for Public Works Construction and any project specific requirements. These services will include the following as appropriate for the project(s) assigned and as deemed necessary by the Project Manager or the City: • Sampling and laboratory testing of the plant-produced hot-mix asphalt for volumetric properties, gradations, and confined aggregate properties as required for acceptance testing; • Provide quality assurance monitoring of compaction of asphalt pavement during construction using a nuclear densitometer periodically during construction; • Sampling and testing of portland cement concrete used in construction of curb and gutter, sidewalk,driveways, curb ramps,and pavement repair for air content,slump, temperature,and compressive strength (4 cylinders maximum); • Sampling and testing of subgrade for pavement, sidewalk, driveway, or curb and gutter; Asphalt Materials Testing,inspection,and Project Management Page 3 of 5 City of Omaha 2018 Resurfacing Program Exhibit "B" • Determination of asphalt compaction using a backscatter reading from a nuclear densitometer; • Sampling and determining density, thickness, and percent compaction using core samples taken from the completed asphalt pavement; • Oversight of sampling and reviewing test results for performance graded binder; and • Periodic monitoring of asphalt production facilities supplying asphalt materials to the projects by the Project Manager or an Engineering Technician to observe plant operations and material storage and processing. Compensation for materials testing and plant monitoring services shall be on the following basis: • Laboratory and field testing of asphalt, concrete, and soil materials fees shall be based upon the approved Construction Testing Services Fee Schedule for 2018, supplemented by Benesch (Omaha Division) standard rate schedule for required/requested tests not covered under the City's standard testing rate schedule; and • On-site plant monitoring shall be based upon the employee classification and corresponding hourly billing rate. CONSULTATION&SUPPORT SERVICES Benesch will provide on-call consultation and support services to the Public Works Department for activities related to pavement evaluation, rehabilitation, reconstruction, and maintenance. These services shall include assisting in quantity estimating and limit determinations for planned construction projects as requested, preparation of design plans and bid packages, evaluation of pavement conditions, asset management services,or other services requested by the City in support of public works activities. Support services shall include but not be limited to interacting with the general public to address questions, concerns, or special requests. Methods for interacting with the public shall include the following and are subject to change as deemed necessary: • On-site representation and a local telephone number with an answering service; • Flyers to relay location specific project information or notices; • Web based public involvement tools(e.g.,website,Twitter feed, blog)as requested within the provided budget; and • Multiple e-mail addresses monitored a minimum of 18 hours each day, every day. Benesch will document interaction with the public and forward complaints, concerns, or special requests(beyond the contractor's scope of work) received to the City's Designated Representative(s) in a timely fashion. As needed, Benesch will deliver or verify the delivery of notice letters or flyers to the businesses and residences within or immediately adjacent to project locations. As deemed necessary, Benesch will identify potential changes to public notification methods. Asphalt Materials Testing,Inspection,and Project Management Page 4 of 5 City of Omaha 2018 Resurfacing Program Professional Services for the 2017 Resurfacing Program Exhibit"C" Projects including ADA Compliance,Panel Replacements,Resurfacing,Pavement Maintenance and Other Related Projects City of Omaha Public Works Department Fee Estimate For Professional Engineering Construction Services Project Summary Personnel Services Reimbursables 1 'a Ta' =2 I a' :.- c. = e ` w dcVa E .o g T w m c m _ 2 ca c 2 c 0. ° wT a 2 T t E 8 a m I00 e t CO amc •.& a rn : c " _ — 0 E a 2 m $ c a o a c E S .- v m 'a m g re 1 c aw " a m ti c = a 2 ai� f cIt m w c ` oF Q u > > c e 0, E Cc ma CQa a@ 2 = o y R o a 'c N oy c.) w oG m u yc - - a o i o dN .c J•e . M E A Eo, u r A' Et fc .2 v O.- oi Fc a ° ' fa a $a a a. o H c Task w w 0 Task 1 Project Management 0 317 0 0 529 0 587 0 0 1433 $ 146,875.00 ' $ 1,400 $ - $ 4,350 $ - $ - $ - $ - $ 5,750 $ 152,625.00 Task 2 Consultation&Support Services 4 100 25 0 40, 0 80 100 0 349 $ 38,268.00 $ 400 $ 1,360 $ 1,050 $ - $ - $ 9,650 $ - $12,460 $ 50,728.00 Task 3 Construction Inspection 0 0 0, 0 581 0 5147 0 1800 7528 $ 572,050.00 $ 5,700 $ - $22,575 $ - $ - $ - $ - $28,275 $600,325.00 Task 4 Material Sampling and Testing 1 0 0 0 0_ 0 0 0 0 0 0 $ - $ - $ 8,432 $ - $15,000 $10,000 $ - $ - $33,432 $ 33,432.00 Task 5 Project Closeout 0 8 0 0 40_ 0 40 20 0 108 $ 9,520.00 $ 100 $ - $ 300 $ - $ - $ - $ - $ 400 $ 9,920.00 Task 6 0 0 0 0 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Task 7 0 0 0 0 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Task 8 0 0 0 0 0 0 0 0 0 0 $ - • $ - $ - $ - $ - $ - $ - $ - $ - $ - Task 9 0 0 0 0 0 0 0 0 0 0 $ - . $ - $ - $ - $ - $ _ $ - $ _ $ - $ - Task 10 0 0_ 0 0 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ - $ _ $ - $ - Task 11 0 0 0 0_ 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Task 12 0 $ - $ $ - 0 $ - l $ - i $ - 0 $ - $ - $ _ Subtotal 4 425 25 0 1190 0 5854 120 1800 9418 $ 7,600 $ 9,792 $28,275 $15,000 $10,000 $ 9,650 $ - Project Subtotal $766,713.00 $80,317 $ 847,030.00 NO. LI" Item Submitted By: Gary Pech Department: Public Works Council Meeting Date: May 1, 2018 Res. that, as recommended by the Mayor, the Professional Services Agreement with Alfred Benesch & Co. to provide professional services on OPW 53304, being the 2018 Residential Street Curb Ramp Construction, Various Locations Project, is hereby approved. (The Finance Department is authorized to pay a fee not to exceed $847,030.00, from the 2014 Transportation Bond Fund 13184, Transportation Bonds Organization 117117, year 2018 expenditure.) 1/17--7 Presented to City Council May 1, 2018 APPROVED 7-0 • elizGetll birder City Clerk