RES 2013-0897 - Agmt with NDOR for safety improvements at 84th and L Sts, OPW 51642 W �
AHA,
:4,`ioM �e�'s� E t'1 t" I V L Li Public Works Department
Ak
0*V Omaha/Douglas Civic Center
®14 ,tt L June 25, 2013 13 JU 1 Pr, 1: 4 1819 Farnam Street,Suite 601
O.77
. • .a' '`'`4 Omaha,Nebraska 68183-0601
oR 4� (402)444-5220
�TFD FEBR-P ±,., Fax k, Fax(402)444-5248
City of Omaha
4 H A, N t,%jr",= t-: ,4 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 Construction Engineering Services Agreement
between the City of Omaha and Nebraska Department of Roads (NDOR) for safety
improvements to intersection of 84th Street and L Street, known as Project HSIP-5023(16), State
Control No. 22429, and OPW 51642.
The City Council approved a Program Agreement with the Nebraska Department of itoads
(NDOR) for this project by Council Resolution No. 349 on March 29, 2011; according to which
NDOR has agreed to steward the programmed project funds as required by the Federal Highway
Administration, which has pledged to cover 90% of the eligible project costs.
NDOR is entering into an agreement for the City to provide professional project management
and construction engineering services for this street improvement project according to the
attached Agreement. These Construction Engineering services are to be pet formed in-house, at
the sole expense of the City. Authorization of this agreement by the Omaha City Council is
required by the Nebraska Department of Roads.
The Public Works Department requests your consideration and approval of thr attached
Resolution.
Respectfully submitted, Referred to City Council for Consideration•
z 'i-------
'�� 0- a‹......) i --/Q -/3 -te-- (P_- /L- ( 3
Rob .rt G. Stubbe, P.E. Date Mayor's Office Data
Public Works Director
Approved as to Funding:
CLU2---- c__42A- 1---. ( -/..J -4.3
r-57 Finance Department Date
I 734htp
T-AGR-2B
Revised 4-1-13
STATE -LPA
PROFESSIONAL SERVICES, LPA STAFF/NON-PARTICIPATING
CONSTRUCTION ENGINEERING SERVICES
CITY OF OMAHA
NEBRASKA DEPARTMENT OF ROADS
PROJECT NO. HSIP-5023(16)
CONTROL NO.22429
84TH AND L STREET
THIS AGREEMENT, made and entered into by and between the City of Omaha
Nebraska hereinafter referred to as the"LPA", and the State of Nebraska, Department of
Roads, hereinafter referred to as the"State", and collectively referred to as the"Parties."
WITNESSETH:
WHEREAS, LPA has completed or is in the process of completing plans, special
provisions,and standard specifications for the letting and construction of a federal-aid
transportation related construction project, and
WHEREAS,the LPA and State have entered into Program Agreement, BM1142,for
the above named project executed by the LPA on March 31, 2011 and executed by the State
on June 7,2011, and
WHEREAS, the LPA's federal-aid project is designated as Project No. HSIP-5023(16),
and
WHEREAS,the project identified above is solely the responsibility of the LPA; the
State's involvement in this project is for the sole purpose of acting as the representative of the
Federal Highway Administration (FHWA)for eligibility of the project for federal funding, and
WHEREAS,the LPA desires to use its own staff to perform the necessary professional
construction engineering services for this project, and
WHEREAS,the LPA will not request reimbursement for this work from Federal funds
made available for this project, and
WHEREAS,the LPA staff is properly qualified to complete this work and has met all
applicable requirements of the Nebraska Board of Engineers and Architects to provide
professional services for this project, and
WHEREAS, LPA is willing to perform the services in accordance with the terms
hereinafter provided, agrees to comply with all federal, state, and local laws and ordinances
applicable to this agreement, and agrees to comply with all applicable federal-aid transportation
project related program requirements, so that LPA's project will be fully eligible for federal
reimbursement, and
Project No. HSIP-5023(16) Page 1 of 14
Control No.22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
WHEREAS, the State has let or will let a construction contract for the project on behalf of
the LPA, and
WHEREAS, the parties intend that the services also be completed in accordance with
the terms and conditions of the Nebraska LPA Guidelines Manual for Federal-Aid Projects;
hereinafter referred to as LPA Manual, and
WHEREAS,the LPA is required to use the State provided construction recordkeeping
system (Trans.Port Site Manager),for the Services provided under this agreement.
NOW THEREFORE, in consideration of these facts,the parties hereto agree as follows:
SECTION 1. DEFINITIONS
WHEREVER in this agreement the following terms are used,they shall have the
following meaning:
"LPA"means the City of Omaha and any employees thereof,whose business and
mailing address is 1819 Farnam Street, Omaha, Nebraska 68183.
"LPA MANUAL"shall mean the Nebraska Department of Roads' LPA Guidelines Manual
for Federal-Aid Projects. The LPA Manual is a document approved by the Federal Highway
Administration(FHWA)that sets out the requirements for local federal-aid projects to be eligible
for federal reimbursement;the LPA Manual can be found in its entirety at the following web
address: http://www.dor.state.ne.us/gov-aff/Ipa/Ipa-quidelines.pdf.
"RESPONSIBLE CHARGE"or"RC"shall mean LPA's representative for the project
whose duties and responsibilities are identified in federal law and in the LPA Manual.
"STATE"means the Nebraska Department of Roads in Lincoln, Nebraska, its Director,
or authorized representative. The State represents the interests of the United States
Department of Transportation on federally funded transportation projects sponsored by a
subrecipient of federal funds and any reference to the"State"in this agreement shall mean the
State on behalf of the United States Department of Transportation.
"FHWA"means the Federal Highway Administration, United States Department of
Transportation,Washington, D.C. 20590, acting through its authorized representatives.
"DOT"means the United States Department of Transportation,Washington, D.C. 20590,
acting through its authorized representatives.
"STATE REPRESENTATIVE" means an employee of the State assigned by the State to
determine whether the LPA's project meets the eligibility requirements for federal funding and to
provide technical assistance when requested by the LPA, in LPAs efforts to comply with the
requirements for Federal-aid funded local projects.
Project No. HSIP-5023(16) Page 2 of 14
Control No.22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
To"ABANDON"the agreement means that the State has determined that conditions or
intentions as originally existed have changed and that the agreement as contemplated herein is
to be renounced and deserted for as long in the future as can be foreseen.
To"SUSPEND"the work means that the State has determined that progress is not
sufficient, or that the conditions or intentions as originally existed have changed, or the work
completed or submitted is unsatisfactory, and that the work as contemplated herein should be
stopped on a temporary basis. This cessation will prevail until the State determines to abandon
or terminate the work or to reinstate it under the conditions as defined in this agreement.
To"TERMINATE"or the"TERMINATION"of this agreement is the cessation or quitting
of this agreement based upon action or failure of action on the part of the LPA as defined herein
and as determined by the State.
SECTION 2.THIS SECTION HAS INTENTIONALLY BEEN LEFT BLANK
SECTION 3. PROGRAM AGREEMENT
All provisions of the project program agreement remain in full force and effect,except to
the extent specifically modified herein.
SECTION 4. TERM OF THE AGREEMENT
This agreement becomes effective on the date it is signed by the State and will end upon
completion of all work on this Federal-aid project.
SECTION 5. SCOPE OF SERVICES(LPA provided CE)
LPA understands that the Services provided by LPA must be completed in accordance
with all federal-aid reimbursement requirements and conditions. The Scope of Services is
contained within the General Statement set out below.
General Scope of Services:
The LPA services generally include, but are not limited to: project management;
construction engineering; pre-construction staking;traffic control plans;conducting the
preconstruction conference;construction staking; project inspection;materials sampling and
testing during project construction; monitoring environmental commitments;preparing as-built
plans; progress computations;final computations; preparing contractor change orders and work
orders;all project communications, including any necessary communication regarding funding
project eligibility questions, issues, and concerns.
The LPA shall review and have a working knowledge of the project plans,special
provisions, standard specifications (the Standard Specifications for Highway Construction of
NDOR(Current Edition), change orders and all other project related contract documents for the
Project No. HSIP-5023(16) Page 3 of 14
Control No.22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
construction of LPA's Federal-Aid project. The project plans, special provisions, standard
specifications, and other contract documents are hereby incorporated by reference into this
agreement, as if they were fully set forth herein, and collectively, may be referred to as the
Construction Contract Documents. LPA shall have the duties of"Inspector", (also referred to in
the NDOR Construction Manual as"Construction Technician"); "Project Manager;"and also
"Engineer"(unless the context of use of the term"Engineer"would otherwise require), as those
terms are defined and duties set out in the Standard Specifications for Highway Construction
(2007 Edition). LPA shall be responsible for all duties of the"Engineer."
Additionally, LPA shall review and have a working knowledge of the following
authoritative guides and manuals related to highway construction, materials and federal-aid
reimbursement:
(1) NDOR Construction Manual-Current Edition
(2) Materials Sampling Guide
(3) Standard Methods of Tests—2006
(4) The LPA Manual
(5) The Manual on Uniform Traffic Control Devices
(6) AASHTO Standard Specifications for Transportation Materials and Methods of
Sampling and Testing
(7) The ASTM Standards
(8) NDOR Final Review Manual
These documents are hereby incorporated herein by reference as if fully set forth, and
these documents, collectively, may be referred to as the Manuals. Unless required otherwise by
the Construction Contract Documents, LPA shall be responsible for timely completion of all
applicable checklists,tests, samples, duties, requirements and provisions of the Manuals. The
Manuals will be used to determine what, when, how, the sequence, and other details of the work
that must be provided by LPA,whenever LPA's duties in these respects are not clearly set out
in the Construction Contract Documents. LPA shall employ a sufficient number of qualified
employees on the project to adequately observe, monitor, inspect, measure, manage,
document, report and carry out the other duties of this agreement,so that the project is
constructed by the contractor in compliance with the Construction Contract Documents,the
Manuals, State and Federal law, rule or regulation and policy. LPA shall fulfill all contract duties
of inspection, project management and construction engineering for the project in a timely
manner and shall communicate regularly about the progress of the construction with the State,
Project No. HSIP-5023(16) Page 4 of 14
Control No.22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
through the RC, and,when appropriate for federal funding or eligibility issues,the State
representative.
The LPA is required to use Trans•Port Site Manager as the construction record-keeping
system for Services under this contract.
The LPA shall be present at the project site when appropriate for each applicable phase
of construction to inspect,observe, monitor, measure, manage,document and report on the
progress of the work. The parties understand that the LPA is not responsible for the
Contractor's means and methods of construction.
Additional Requirements:
A. The LPA shall assist any Disadvantaged Business Enterprise(DBE)working on
the project is in need of assistance.
B. The LPA shall make every effort to assist the Contractor or any Subcontractor in
interpreting Project Plans, Special Provisions, Standard Specifications, other
Construction Contract Documents, or the Manuals.
C. The LPA will be present at the project site or available to contractor beginning on
the date specified in the notice to proceed to the contractor, unless project work
has not begun at the site; or,with at least 24 hours notice, at any prior date(1)
when contract work begins or when materials are delivered to the project that
need to be tested, sampled or inspected to verify conformance to the
requirements of the Construction Contract Documents.
D. The LPA will promptly review and approve or reject all construction work on the
project,with the right, but not the duty,for the State and FHWA to review for
compliance or funding eligibility.
E. All reports of field tests performed by the LPA will be submitted weekly to the
State Representative(two copies). LPA will take prompt and appropriate action
to reject or cause Contractor to remedy the work or materials that do not conform
to the contract documents.
F. The LPA shall comply with all Federal, State and local laws, rules or regulations,
policies or procedures, and ordinances applicable to the work contemplated in
this agreement.
G. The sampling and testing type, method and frequency must be completed by
LPA according to the current State of Nebraska Manuals, including the Materials
Sampling Guide and the State Standard Methods of Tests(www.dor.state.ne.us),
Project No. HSIP-5023(16) Page 5 of 14
Control No.22429 Agreement No. BK1348
84`"and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
and the Construction Contract Documents. For sampling or testing issues or
situations that are not covered in the Construction Contract Documents or the
Manuals, LPA shall decide what testing type, method or frequency should be
applied for this project. Any test methods or procedures that are proposed to be
used and are not covered by NDOR procedures must receive prior concurrence
for use from NDOR and FHWA. The estimate for materials sampling and testing
is set out on the documents attached hereto as Exhibit"A", and is incorporated
herein by this reference.
SECTION 6. THIS SECTION HAS INTENTIONALLY BEEN LEFT BLANK
SECTION 7. NEW EMPLOYEE WORK ELIGIBILITY STATUS(LPA1
The LPA agrees to use a federal immigration verification system to determine the work
eligibility status of new employees physically performing services within the State of Nebraska
under this agreement. The LPA hereby agrees to contractually require any Consultants or
Subconsultants to use a federal immigration verification system to determine the work eligibility
status of new employees physically performing services within the State of Nebraska. A federal
immigration verification system means the electronic verification of the work authorization
program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996,
8 U.S.C. 1324a, known as the E-Verify Program,or an equivalent federal program designated
by the United States Department of Homeland Security or other federal agency authorized to
verify the work eligibility status of a newly hired employee.
The undersigned duly authorized representative of the LPA, by signing this agreement,
hereby attests to the truth of the following certifications, and agrees as follows:
Neb.Rev.Stat.§4-114. I certify compliance with the provisions of Section 4-114 and,
hereby certify that this Local Public Agency shall register with and use a federal
immigration verification system to determine the work eligibility status of new employees
physically performing services within the State of Nebraska. I agree to require all
Consultants and Subconsultants, by contractual agreement,to require the same
registration and verification process.
SECTION 8. NOTICE TO PROCEED AND COMPLETION
LPA may proceed with this work upon full execution of this agreement because LPA is
not seeking Federal reimbursement for its Construction Engineering services. LPA agrees to
prosecute this work promptly to completion, and shall perform services until all Federal-aid
requirements have been met by LPA.
Project No. HSIP-5023(16) Page 6 of 14
Control No.22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
SECTION 9. REIMBURSEMENT AND INVOICING
The LPA desires to utilize their own staff to provide the professional services under this
agreement and will do so with LPA funds only. The LPA has obtained approval from the NDOR
to do so, based on the LPA meeting all federal-aid eligibility requirements for all phases of the
project. The LPA will not seek reimbursement from Federal funds for the construction
engineering services performed under this agreement.
SECTION 10. PROFESSIONAL PERFORMANCE(LPA provided)
The LPA understands that it is solely responsible for the quality of the professional
services it is providing for this project. LPA believes that LPA employees have the necessary
professional training,experience and ability to properly complete the work under this
agreement. Examination by the State, or FHWA,or any acceptance or use of, or acquiescence
in the LPA's work product,will not be considered to be a full and comprehensive examination
and will not be considered approval of the LPA's work product which would relieve the LPA from
liability or expense that would be connected with the LPA's sole responsibility for the propriety
and integrity of the professional work to be accomplished by the LPA pursuant to this
agreement.
The LPA further understands that acceptance or approval of any of the work of the LPA
by the State or FHWA, or of payment, partial or final,will not constitute a waiver of any rights of
the State, or in any way relieve the LPA from any liability or expenses due to error, omission, or
negligence of the LPA in its work. That further, if due to error, omission, or negligence of the
LPA, the work product of the LPA is found to be in error or there are omissions therein revealed
during or after the construction of the project and revision, reconsideration or reworking of the
LPA's work product is necessary,the LPA shall make such revisions without expense to the
State. The LPA shall respond to the notice of any errors, omissions or negligence within
24 hours and give immediate attention to necessary corrections. If the LPA discovers errors,
omissions, or negligence in its work, it shall notify the State of such within 24 hours. Failure of
the LPA to notify the State will constitute a breach of this agreement. The LPA's legal liability
for any or all damages incurred by the State or by others caused by error, omission, or negligent
acts of the LPA will be borne by the LPA without liability or expense to the State and will not be
considered eligible for reimbursement with federal funds.
Project No. HSIP-5023(16) Page 7 of 14
Control No. 22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
SECTION 11. FEDERAL-AID CONSTRUCTION ENGINEERING EXPECTATIONS-23 CFR
635.105(LPA provided CE, non-participating)
Federal law, 23 C.F.R. §635.105, requires that all LPA Federal-aid projects, shall
"receive adequate supervision and inspection to insure that projects are completed in
conformance with approved plans and specifications." (635.105(a)) The requirements of
§635.105 apply to this Federal-aid project even though the LPA is providing the construction
engineering services with its own employees, and is not seeking Federal-aid reimbursement for
its construction engineering costs. LPA agrees to comply with all of the construction
engineering requirements of§635.105.
LPA asserts that LPA's staff who will be providing the construction engineering services
for this project are properly qualified by training,credentials and experience with Federal-aid
projects to independently complete LPA's duties under this contract, and all duties of§635.105.
LPA agrees to remain adequately staffed and suitably equipped to undertake and satisfactorily
complete the construction engineering duties and services required to independently insure the
project is completed in conformance with the approved plans and specifications throughout the
term of this contract.
Additionally, since this is LPA's Federal-aid project, LPA will complete all construction
engineering work so that any obligations of the State to FHWA under§635.105 are met
satisfactorily by LPA. In the event the LPA fails to meet any or all requirements of§635.105,
LPA understands that the project may be deemed to be ineligible, in whole or in part,for
Federal-aid reimbursement by the State or the FHWA. In the event that Federal-aid funds are
withheld in whole or in part, LPA shall be solely responsible for such ineligible project costs.
Accordingly, LPA agrees to hold harmless, indemnify, and defend the State from any claim,
demand or action arising out of or related to LPA's construction engineering services under this
agreement.
If the State or FHWA determines that the construction engineering services provided by
LPA do not meet the requirements of 23 CFR 635.105, State will notify LPA of the noted
deficiency and LPA shall immediately bring LPA's services into compliance with the
requirements of 23 CFR 635.105.
SECTION 12. DOCUMENT RETENTION (LPA provided):
The LPA shall retain all applicable documents listed in Section 14.8 of the LPA Manual
for the periods of time specified therein.
Project No. HSIP-5023(16) Page 8 of 14
Control No.22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
SECTION 13. CONFLICT OF INTEREST
The LPA shall review the Conflict of Interest provisions of 23 CFR 1.33 and 49 CFR
18.36(b)(3)and agrees to comply with all the Conflict of Interest provisions in order for the
project to remain fully eligible for State or Federal funding. LPA should review, understand and
follow the instructions provided in the NDOR CONFLICT OF INTEREST GUIDANCE
DOCUMENT for LPA OFFICIALS.EMPLOYEES&AGENTS for LOCAL FEDERAL-AID
TRANSPORTATION PROJECTS located on the State website at the following location:
http://www.dor.state.ne.us/q ov-aff/lpa/chapter-forms/coi/coi-o uidan ce-doc-Ipa.pdf.
In the event a consultant is used by the LPA on this project,the Consultant must also
complete and sign the CONFLICT OF INTEREST DISCLOSURE FORM FOR CONSULTANTS
for Local Federal-aid Transportation Projects,for each project. This form is located on the
State website at the following location: http://www.dor.state.ne.us/ciov-aff/Ipa/chapter-
forms/coi/coi-disclosure-doc-consultant.pdf.
Consultants and Subconsultants providing services for LPA's, or submitting proposals
for services, shall have the duty to notify the LPA and the NDOR LPD PC and submit a revised
Conflict of Interest Disclosure Form for Consultants for any changes in circumstances, or
discovery of any additional facts,that could result in someone employed by, or who has an
ownership, personal,or other interest with Consultant or Subconsultant having a real or
potential conflict of interest on an LPA federal-aid transportation project.
SECTION 14. USE AND/OR RELEASE OF PRIVILEGED OR CONFIDENTIAL INFORMATION
(LPA provided CE)
Certain information provided by the State or maintained by the LPA is confidential
information contained within privileged documents protected by 23 U.S.C. §409. "Confidential
information"means any information that is protected from disclosure pursuant to state and
federal law and includes, but is not limited to, accident summary information, certain accident
reports, diagnostic evaluations, bridge inspection reports, and any other documentation or
information that corresponds with said evaluations or reports, and any other information
protected by 23 U.S.C. §409. "Privileged document"means any document pertaining to any file
or project maintained by the LPA or State that is privileged and protected from disclosure,
pursuant to appropriate state and federal law, including any document containing attorney-client
communications between an LPA or State employee and Legal Counsel. This confidential and
privileged information is vital and essential to the LPA in order that the LPA adequately oversee
the construction of the project.
Project No. HSIP-5023(16) Page 9 of 14
Control No.22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
The LPA agrees it will only use any information or documentation that is considered to
be privileged or confidential for the purposes of executing the services by which it has agreed to
render for this project only. The LPA agrees not to reveal, disseminate, or provide copies of any
document that is confidential and privileged to any individual or entity. The State or the LPA
agrees that any information or documentation that is considered to be privileged or confidential
that is provided to LPA will be marked with the following information(Approved 11/4/11):
"CONFIDENTIAL INFORMATION: Federal Law, 23 U.S.0§409, prohibits the production
of this document or its contents in discovery or its use in evidence in a State or Federal
Court. The State of Nebraska[or LPA]has not waived any privilege it may assert as
provided by that law through the dissemination of this document and has not authorized
further distribution of this document or its contents to anyone other than the original
recipient."
The LPA agrees to obtain the written approval of the State prior to the dissemination of
any privileged or confidential information or documentation if it is unclear to the LPA whether
such information or documentation is in fact privileged or confidential.
The LPA and the State agree that any unauthorized dissemination of any privileged or
confidential information or documentation on the part of the LPA will create liability on the part of
the LPA to the State for any damages that may occur as a result of the unauthorized
dissemination.The LPA agrees to hold harmless, indemnify, and release the State for any
liability that may ensue on the part of the State for any unauthorized dissemination of any
privileged or confidential information or documentation on the part of the LPA.
SECTION 15. THIS SECTION HAS INTENTIONALLY BEEN LEFT BLANK
SECTION 16. THIS SECTION HAS INTENTIONALLY BEEN LEFT BLANK
SECTION 17. GENERAL COMPLIANCE WITH LAWS
The LPA hereby agrees to comply with all federal, state,and local laws and ordinances
applicable to the work.
SECTION 18. DISPUTES
Any dispute concerning a question of fact in connection with the work not disposed of by
this agreement will be referred for determination to the State or a duly authorized
representative,whose decision in the matter will be final and conclusive on the parties to this
agreement.
Project No. HSIP-5023(16) Page 10 of 14
Control No.22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
SECTION 19. HOLD HARMLESS PROVISION
The LPA agrees to save harmless the State from all claims and liability due to activities
of the LPA or those of the LPA's agents or employees in the performance of work under this
agreement.
SECTION 20. PROFESSIONAL REGISTRATION
When applicable,the LPA shall affix the seal of a registered professional engineer or
architect licensed to practice in the State of Nebraska, on all documents, plans, and
specifications prepared under this agreement as required by the Nebraska Engineers and
Architects Regulations Act, Neb.Rev.Stat. 81-3401 et.seq.
SECTION 21. SUCCESSORS AND ASSIGNS
This agreement is binding on successors and assigns of either party.
SECTION 22. DRUG-FREE WORKPLACE POLICY(LPA CE)
The LPA shall have an acceptable and current drug-free workplace policy.
SECTION 23. FAIR EMPLOYMENT PRACTICES ACT
The LPA agrees to abide by the Nebraska Fair Employment Practices Act, as provided
by Neb.Rev.Stat.48-1101 through 48-1126,which is hereby made a part of and included in this
agreement by reference.
SECTION 24. DISABILITIES ACT
The LPA agrees to comply with the Americans with Disabilities Act of 1990
(P.L. 101-366),as implemented by 28 CFR 35,which is hereby made a part of and included in
this agreement by reference.
SECTION 25. DISADVANTAGED BUSINESS ENTERPRISES
The LPA shall ensure that disadvantaged business enterprises, as defined in
49 CFR 26, have the maximum opportunity to compete for and participate in the performance of
sub agreements financed in whole or in part with federal funds under this agreement.
Consequently,the disadvantaged business requirements of 49 CFR 26 are hereby made a part
of and included in this agreement by reference.
The LPA shall not discriminate on the basis of race, color, sex, or national origin in the
award and performance of FHWA-assisted contracts. Failure of the LPA to carry out the
requirements set forth above will constitute a breach of this agreement and, after the notification
of the FHWA, may result in termination of this agreement by the State or such remedy as the
State deems appropriate.
Project No. HSIP-5023(16) Page 11 of 14
Control No.22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
SECTION 26. NONDISCRIMINATION (LPA)
A. Compliance with Regulations: During the performance of this agreement,the LPA,
for itself and its assignees and successors in interest, agrees to comply with the
regulations of the DOT relative to nondiscrimination in federally-assisted programs
of the DOT(49 CFR 21 and 27, hereinafter referred to as the Regulations),which
are hereby made a part of and included in this agreement by reference.
B. Nondiscrimination: The LPA,with regard to the work performed by it after award
and prior to completion of this agreement, shall not discriminate on the basis of
race, color, sex, or national origin in the selection and retention of Consultants or
Subconsultants, including procurements of materials and leases of equipment.
The LPA shall not participate either directly or indirectly in the discrimination
prohibited by 49 CFR 21.5, including employment practices when the agreement
covers a program set forth in Appendixes A, B, and C of 49 CFR 21.
C. Solicitations for Subagreements, Including Procurements of Materials
and Equipment: In all solicitations either by competitive bidding or negotiation
made by the LPA for work to be performed under a subagreement, including
procurements of materials or equipment, each potential Consultant, Subconsultant
or supplier shall be notified by the LPA of the LPA's obligations under this
agreement and the Regulations relative to nondiscrimination on the basis of race,
color, sex, or national origin.
D. Information and Reports: The LPA shall provide all information and reports
required by the Regulations, or orders and instructions issued pursuant thereto,
and shall permit access to its books, records, accounts, other sources of
information, and its facilities as may be determined by the State or FHWA to be
pertinent to ascertain compliance with such Regulations, orders, and instructions.
Where any information required of an LPA is in the exclusive possession of
another who fails or refuses to furnish this information,the LPA shall certify to the
State or FHWA, as appropriate, and set forth what efforts it has made to obtain the
information.
E. Sanctions for Noncompliance: In the event of the LPA's noncompliance with the
nondiscrimination provisions of this agreement,the State will impose such
agreement sanctions as it or the State and FHWA may determine to be
appropriate, including but not limited to withholding of payments to the LPA under
Project No. HSIP-5023(16) Page 12 of 14
Control No.22429 Agreement No. BK1348
84t"and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B
Revised 4-1-13
this agreement until the LPA complies, and/or cancellation,termination, or
suspension of this agreement, in whole or in part.
F. Incorporation of Provisions: The LPA shall include the provisions of paragraphs A
through E of this section in every subagreement, including procurements of
materials and leases of equipment, unless exempt by the Regulations, orders, or
instructions issued pursuant thereto.The LPA shall take such action with respect to
any subagreement or procurement as the State or FHWA may direct as a means of
enforcing such provisions including sanctions for noncompliance, provided
however, that in the event an LPA becomes involved in or is threatened with
litigation with a Consultant, Subconsultant/Subcontractor as a result of such
direction,the LPA may request that the State enter into such litigation to protect the
interests of the State and, in addition,the LPA may request that the State and
United States enter into such litigation to protect the interests of the State and
United States.
SECTION 27. SUBLETTING,ASSIGNMENT,OR TRANSFER
Any subletting, assignment, or transfer of any professional services to be performed by
the LPA is hereby prohibited unless prior written consent of the State is obtained.
SECTION 28. ALL ENCOMPASSED
This instrument embodies the whole agreement of the parties. There are no promises,
terms, conditions, or obligations other than contained herein, and this agreement supersedes all
previous communications, representations, or other agreements or contracts, either oral or
written hereto.
Project No. HSIP-5023(16) Page 13 of 14
Control No. 22429 Agreement No. BK1348
84th and L Street
Template T-AGR-2B Revised 4-1-13
T-AGR-2B •
Revised 4-1-13
IN WITNESS WHEREOF, the parties hereby execute this agreement pursuant to lawful
authority as of the date signed by each party. Further, the parties, by signing this agreement,
attest and affirm the truth of each and every certification and representation set out herein.
EXECUTED bythe LPA this d/7 iy
/da of , 2013.
WITNESS: CITY OMAHA
Buster Brown Jim Sidle
lerk Mayor
EXECUTED by the State this-! day of 'Nf e ''S- , 2013.
STATE OF NEBRASKA
DEPARTMENT OF ROADS
Mick Syslo, P.E.
a�n R search ngineer
APPAZOVED ASS TO F RM:
/116W6 c I,>
DEPUTY CITY ATTORNEY
Project No. HSIP-5023(16) Page 14 of 14
Control No. 22429 Agreement No. BK1348
134th and L Street
Template T-AGR-2B Revised 4-1-13
•
•
State of Nebraska Department of Roads
Material Sampling and Testing Summery
Contract ID 2429
in
Control Number 22429 000 These are estimated quantities for materials that need to be tested for this project.
Protect Nursers I151P-5023)IR) Items that require certifications or letters of compliance are not listed.Please refer to Materials Sampling Guide for those Items and for frequency of materials that need to H
Lor.Unn OtfO/U'sr.OMAHA he submitted to NOR for verification testing.
Type of Work ORAOCONC PAVE CULV EEC - —
Letting Date June 27dh 2013 �^-`
w f
Gawp - 1)Rellkm h!rtl CAda DMedp000 QYKARNW UssR Tat Caet0p000 • Ted, CMIMmda
GROW I GRADING 0004 1030.00 EARTHWORK MEASURED IN EMBANKMENT 1520000 CY
Soli Deeslfy-Embankment Lab Standard Proctor Test 1
Assume: 1 per laceRan/2loCatlons Field Density Test 2 In-place moisture-denstiy tests for each 1000-3000 CV,depending on SG-9 CHURCHWELL
Field Moisture Test 2 soil type or as needed is Indicated by changes in roll material.
GROW S CONCRETE PAVEMENT 0012 3000.05 TIE BARS 1203,000 EACH
Reinforcing Steel-Field Sample Sample for Quality 1 2-6'samples unless from approved stock N551020 KAREL
0013 301011 COMBINATION CONCRETE CLA55476-35(10 CURB AND GUTTER 2520.03 IF
Accents: 3 Pours Agg Free Moisture 3 5G-16 MASTERS
. Field Tech Tests 3 Airjevery 300cyj,Slump,Unit Weight,Yield,Cylinders._ SG-I6 BEASON
L. 2751 CY Unconfined Compression Cylinder 12 SG-16 REASON
White Pigmented Cure Compound-field User Sample for Quality 1 Sample required Whom a non-approved stock SG-16 MASTERS
Hot Poured Joint Sealant•Field User Sample for Quality 1 One sample per lot unless shipped from tested and approved stock SG-I6 BYRE
0014 3016.30 CONCRETE CLASS OTBK-3500SDEWALK - 205.000 SY
Assume: I Pour
Agg Free Moisture I
SG-16 MASTERS
Field Tech Tests 1 pir)every 300cy),Slump,Unit Weight,Yield,Cylinders...
1 250 CY Unconfined Compression Cylinder 4 SG-16 REASON
White Pigmented Cure Compound-Field User Sample for Quality 1 Sample required If from a non-approved stock SG-16 MASTERS
0016 3017.e5 6"CONCRETE IMPRINTED MEDIAN SURFACING 75O000 5V
Assume: 2 Pads
Agg Free Moisture 2
SG-16 MASTERS
Field Tech Tests 2 Alr)every 300cy),Slump,Unit Weight,Yield,Cylinders.. SG-16 BEASON
1401 CV Unconfined Compression Cylinder 8 SG-16 BEASON
White Pigmented Cure Compound-Field Uses Sample for Quality Sample required if from a non-approved stack sG•I6 MASTERS
0017 3075.62 II"CONCRETE PAVEMENT,CLASS 470.3500 523.000 SY
Assume: 2 Pasts
Agg Free Moisture 2
SG-]6 MASTERS
• Field Tech Tests 2 Air)every 300cy),Slump,Unit Weight,Yield,Cylinders... SG-16 BEASON
• ' 175 CO Unconfined Compression Cylinder 8 5G-16 BEASON
1 Paving Units Pavement Cores N/A Cores have been included with line item 0018
White Pigmented Cure Compound-Field User Sample for Quality 1 Sample required if from a non-approved stock SG:16 MASTERS
0018 3075.66 11"DOWELED CONCRETE PAVEMENT,CLASS 478.3500 3636A00 SY
Assume: S Pours AU Free Moisture 5 SG-15 MASTERS
••
�.�d Fled Tech Tests 5 Abjevery 300cy),Slump,Unit Weight,Yield,Cylinders... SG-IS BEASON
-^l Unconfined Compression Cylinder 10 SG-IS REASON
6l Paving U1 s�.re1r 113 Pavement Cores 6 uM.lnocs u,s.eaeuwl..aeu.vrewahsreus.ant Weals.co<...
Reinforcing Steel-Field Sample Sample for Quality 1 2.6'samples unless from approved stock SG-IS KAREL
White Pigmented Cure Compound-Field User Sample for Quality I Sample required If from a non-approved stock SG-IS MASTERS
Hot Poured Joint Sea11m-Field User Sample foe Quality 1 One sample per lot unless shipped from tested and approved stock SG-1S BYRE
0019 3091.17 11"CONCRETE PAVEMENT,CLASS 478-HE-3500 00.000 SY
Assume: 1 Pour Agg Free Moisture 1 SG-16 MASTERS
Field Tech Tests 1 Mrjevery 300ry),Slump,Unit Weight,Yield,Cylinders... SG-I6 BEASON
• 30 CY Unconfined Compression Cylinder 4 SG-16 REASON
1 Core per 750ft per lane.LPA/CE Is responsible for getting testing lab to take and break
1 Paving Units • Pavement Cores 1 the cores.
White Pigmented Cure Compound-Field User Sample for Quality 1 Sample required if from a non-approved stock SG-I6 MASTERS
0020 4024.55 FLUME SPILLWAY 5.000 LF
Assume: Nonni with of etl
I 4 CY
White Pigmented Cure Compound-Field User Sample for Quality 1 Sample required if from a non-approved stock SG-16 MASTERS
One sample 36 inches square from each 75,000 square feet of fabric unless shipped from
WELDED WIRE FABRIC Sample for Quality 1 tested and approved stack. SG-16 KAREL
0021 0124.70 CONCRETE FLUME,TYPE I 1.000 EACH
Assume: Pouted with ethos.
• l . 5j C
Reinforcing Steel Sample for Quality I 2-6'samples unless from approved stock SG-16 KAREL
Page 1 of 4
State of Nebraska Department of Roads
Material Sampling and Testing Summary
Canino 10 2429
Control Panther 22425 000 These are estimated quantities for materials that need to be tested for this protect E
Protect Number FINP-9023116) Items that require certifications or letters of compliance are not listed-Please refer to Materials Sampling Guide for those items and for frequency of materials that need to
Location WWI:ST.OMAHA be submitted to NOR for verlfkation testing. -
Type of Work GRAD CONC PAVE CULVEIEC - m Letting Date June 2701r 2013
ur F
Number of
Group UM Mean Item Code Deeedp0mn Quantity Unit Test OesrafpNon TORte. Common Guldens
White Pigmented Cure Compound Field Uses Sample for Quality I Sample required if from a non approved stock 5G-16 MASTERS
Hot Poured Joint Sealant Field Uses Sample for Quality 1 One sample per lot unless shipped front tested and approved stock 5G-16 BYRE
One sample 36 inches square from each 75,000 square feet of fabric unless shipped from
WELDED WIRE FABRIC Sample for Quality 1 tested and approved stock. SG-16 KAREL
0029 9005,70 ASPHALTIC CONCRETE,PIPE EL 470.000 TON
Asphalt Aggregates Sample for Quality 1 per agg SP-196
Asphaltic Concrete Asphalt Mix Design 1 LOVES SP196 LOVES
Assume: Asphalt Mixture Testing I SP196 LOVES
mina=]leafs DensityTest 1
0030 9005212 ASPHALTIC CONCRETE.TYPE SPH 930.000 ION
Asphalt Aggregates Sample for Quality t pet egg SP•215 BEASON
Asphaltic Concrete Asphalt Mix Design 1 SP.215 LOVES
Assume: Asphalt Mixture Testing 2 SP 215 LOVES
930/750="2 tests Density Test 2
0031 9009.7S TEMPORARY SURFACING(May not be usedl) 100.000 SY
Assume: IPour Agg Free Moisture t SP-I]B MASTERS
Held Tech Tests 1 Airlevery 300cy),Slump,Unit Weight,Yield,Cylinders. SF-178 BEASON
I 251 CY Unconfined Compression Cylinder 4 SP-1711 BEASON
White Pigmented Cure Compound-Field Uses Sample for Quality t Sample required if from a non-approved stock SP178 MASTERS
ON IF ASPHALT IS USED
Asphalt Aggregates Sample for Quality 1 per agg SP.215 BEASON
Asphaltic Concrete Asphalt MIS Design 1 SP.215 LOVES
Assume: AsphaltMixture Testing t SP-215 ROVES
45/750'l tests Density Test I
Performance Graded Binder Sample for Quality 2 Minimum at l tests every 3750 tans SP 118 BYRE
1 Core per 750ft per lane.LPA/CE is responsible for getting testing lab to take and break
] Paving Units Pavement Cores 1 the cores.
0032 9021.06 PERFORMANCE GRADED BINDER(70-34) 68.246 TON SP-18B BYRE
PERFORMANCE GRADED BINDER f70-347 Sample for Quality 2 Minimum of 2 tests every 3750 tons
0033 9053.00 TACK COAT 1730.000 GAL
Emulsifed Asphalt-Type CSS-1/S5,I OR CSS IH/SS-1H Sample for Quality 1 1 quart sample per tank car or truckload SP•174 BYRE
003E 9173.20 SUBGRADE PREPARATION 4239.000 SY
Soil Density-Subgtade Preparations Lab Standard Proctor Test 1
Assume: 1 per locatlon/4 locations field Density Test 4 In place moisture-density tests for each 1000'or less,depending on SP-10 CHURCHWELL
6 field Moisture Test 4 soil type or as needed is Indicated by changes In soil material.
GROUP 4 CULVERTS 0045-0048 CURB INLETS.AREA INLET,&RECONSTRUCT CURB INLET 16.000 EACH
Assume: 3Poura Agg Free Moisture 3 5G-16 MASTERS
451 Field Tech Tests 3 Air(every 300ry),Slump,Unit Weight,Yield,Cylinders... 5G-16 BEASON
I Unconfined Compression Cylinder 12 SG-16 REASON
10 4011.14 Curb Mkt
2 4013.15Coet Mkt
1 401140Ama Mkt
3 4O11J011ec aNmct[Wbinkr
0049.0050 4010.00 MANHOLES 2.000 EACH
Assurno: Poured with others
I tI CY
Reinforcing Steel•Field Sample Sample for Quality 1 2.6'samples unless from approved stock SG-16 KAREL
0053 4107.07 CIASS 478-3000 CONCRETE FOR CONCRETE COLLARS 3.990 CY
Assume: Poured with others
I 3.9.11 LT
0054 4157.00 REINFORCING STEEL FOR COLLARS 310.000 LB
Reinforcing Steel-Field Sample Sample for Quality 1 2-6'samples unless from approved stock SG-16 KAREL
0060 4600.15 15'REINFORCED CONCRETE SEWER PIPE 525.000 IF
Page 2 of 4
•
State of Nebraska Dpamment of Roads
Matelot Samplhto and Testing Summary
Contract ID 2429
Control Number 22420 080 These are estimated quantities for materials that need to be tested for this project. -
Proffitt Number NNP-5023(18) Items that require certgkations or letters of compliance are not listed.Please refer to Materials Sampling Guide for those items and for frequency of materials that need to .3
Lautlne YTH/'L'ST,OMAHA be submitted to NOR for wrgkatbn testing.
Type of Wert GRAD CONC PAVE CULV MC •
Letting Date Tune 271h,2013 - Bff
Nita*elf
Group WIe1W. Ifam9Cede Dredpslet . Oa nlsy Unit TMQo0dptlea, Test Comment. GWdlege
Soil Density-Pipe Racial a lab Standard Proctor Test ]
Assume: 1 per lota0mt/2 likeableField Density Test 2 In-place moisture-density tests for each 1000'or less,depending on NSS702 CHURCHWEL1
Field Moisture Test 2 soil type or as needed is indicated by changes in sal material.
0061 4880.18 18'REINFORCED CONCRETE SEWER PIPE 71.000 LF
Sal Density-Plpe Backflll a lab Standard Proctor Test 1
Assume: l pet lgEaOtm/2 bcatlotle Field Density Test 2 In-place moisture-tensity tests for each 1000'or less,depending on N55702 CHURCH WELL
Field Moisture Test 2 soil type or as needed is indicated by changes in soil material.
0062 . 9600.24 24"REINFORCED CONCRETE SEWER PIPE 78.000 LF
Soil Density-Pipe Backtll I Lab Standard Proctor Test ]
Assume: leer locationlocationsallon/2locations Field Density Test 2 In-place moisture-density tests for each 1000'or less,depending on 055702 CMURCMWEII
Field Moisture Test 2 soil type or as needed is indicated by changes In soil material.
0065 4670.05 CULVERT SANDFILI 13.000 CY
Assume:. FROWl01EENLISIN'ED Agg Free Moisture 2
SG-16 REASON
1 Pour Field Tech Tests 1 Airlevery 300cyf,Slump,Unit Weight,Yield,Cylinders._ SG-1G BEASON
I 131 CY Unconfined Compression Cylinder 4 SG-I6 MASTERS
0069 8092.03 AGGREGATE BEDDING 223.000 TON
Sample(or Quality 1 1 Sample for each 1000 tons SP-96 REASON
Gradation 1 1�60lbs sample unless from Weeping Water or Fort Calhoun
GROUP RB ELECtRICAL 0092 A006.76 PEDESTAL POLE,TYPE PP-4 3.000 EACH
Assume: Poured with others
I 1.51 CY-
0097 A(130.00 SERVICE DISCONNECT PEDESTAL 1.000 EACH
•
Assume: Poured with others
I a5!CV
0098-0101 Electrical Conduit 1693.000 LE
Unless Underwriters'Laboratory or Intertek testing services 1E11)approved.If UL or ETL
3 label
1•2'sample for each lot or batch.3 Types is attached and physical dimensions are correct,the conduit may be accepted. 5G•21 KAREL
0102-0I03,
0105-0110 Electrical Cable 7278.000 LF
If requested by the Materials and Research Division a manufacturer's
1•4'sample for each cabin type per lot.8 Types 8 certified test report may also be required. 5G-21 KAREL
0104 A079.43 al GROUNDING CONDUCTOR 1019.000 LF
1-1'sample for each cable typer per lot.1 Type 1 SG•21 DONOLINGER
GROUP IO GENERAL ITEMS 0116 0001.08 BARRICADE,TYPE II 16554.000 RDAS
Reflective Sheeting n Reflectivity Test AO 1of every 5,or a minimum of two of each type SG•23 DONOLINGER
0117 0001.10 BARRICADE,TYPE III 684.000 BOAY
Reflective Sheeting a Reflectivity Test 5 1 of every 5,or a minimum of two of each type 5G-23 KAREL
•
Concrete Calm/alms
Conversion Factor Totals
470-3500 ad 470.3000 - BId Item Summary:1173.83 CY
Fine agg 02106 CY Agg/CY PCC 1510.44 CY
Coarse Age 0.3618 CY Agg/CY PCC 678.01 CY
1PF Cement 564 lbs/CY PCC 528.47 Tons
Conversion Factor Totals
47101E-3500 Bid Item Summary:30.00 CY
Fine Agg 0.7375 CY Agg/CY PCC 22.13 CY
Coarse Agg 0.333 CY Agg/CY PCC 9.99 CY
1PF Cement 752 Ibs/[YPCC 11.28 Tom
Page 3 of 4
SUte nt Ndxuha Department of Roads
Material Sampling and Testing Summary
Contract 10 2419
Control Number 22420 000 These are estimated quantities for materials that need to be tested for this project. m
Project Number IISIP-5023114) Items that require certifications or letters of compliance are not listed.Please refer to Materials Sampling Guide for those items and for frequency of ma tenets that need to a
laced.1110TN/V ST,OMAHA he submitted to NOR for verification testing.
Type of Work GRAD CONC PAVE cumEEEC 13 S m
tettIng Date lune 27th,2013 ,
w P r
Number of
Group One Nun GOO MAe - Description *MIN unit TestprFdpdon Talb Comment. Guldmee
Conversion Factor Totals
4710-3500 Nd limo Summary:2500 CV
Fine Agg 1.1538 CY Agg/CY PCC 28.85 CY
Coarse Agg 0 CYAgg/CY PCC 0.00 CY
]PF Cement 564 Ibs/CY PCC 7.05 Tons
Conversion Fatter Totals
FtowaMe Pitt Old Item Summary:5300 CV
Fine Aetna
1 CY Agg/CY PCC 13.00 CY
Page 4 of 4
State of Nebraska Department of Roads
Required Document Llet
Legend
Contract ID 2429 TOO Tan or Sample "
Control Number 22419 000 CC Contractor's Certification
Project Number H51P-5023(16) MC Manufacturer Certification
location 84T14PL'ST,OMAHA COC Certification of Compliance
Typo of Work GRAD COIIC PAVE CULV NEC COT Certification of Test
Letting Date June 27th,2013 APL Approved Products List
PMV Project Manner's Verification
DISCLAIMER:This document may net include all material requirements for this project. SP Special Provisions
Please refer.to the Materiels Sampling Guide fora comprehensive list of the NSS Nebraska Standard Specification
mete/el requirements.This document will not reflect any changes made to the SR Shlpping Report
Project efer the project leasing.
-'ilgg 'qMt.._
G.eah `. �IMIR _Q1k,-. IMeo4pteq :, Olunly LAMofM�lud RtifllreitetUelab RNRCenlbct
GROUP I GRADING 0001 0030.10 MOBILIZATION 1.000 LS
0002 1009.00 GENERAL CLEARING AND GRUBBING 1.000 LS
0003 11311.00 WATER 9.000 MGAL
0004 1030.00 EARTHWORK MEASURED IN EMBANKMENT 1519.000 CY
Soil Donsity-Emkankmentd TO5 5G-9 CHURCHWELL
0005 1101.00 REMOVE PAVEMENT 3378.000 5Y
0006 1107.00 REMOVE WALK 256.000 SY
0007 1109.00 REMOVE CURB 879.000 LF
0008 1122.01 REMOVE CONCRETE MEDIAN SURFACING 2216.00o SY
0009 I019.13 EROSION CONTROL,CLASS 11) 5495.003 SY APL NSS807. DONDLINGER
0010 L022.11 FABRIC SILT FENCE-LOW POROSITY 2283.000 IF APL N55809 DONDLINGER
GROUP 3 CONCRETE PAVEMENT 0011 0030.30 MOBILIZATION 1.000 l5
0012 3008.0E TIE BARS 1203.000 EACH
Reinforcing Steel-Filed Sample TOS/COT N551020 KAREL •
Reinforcing Steel-(protestedjd TOS/COT NS51020 KAREL
Non-Shrink Grout APL N55909 MASTERS
Epoxy Resin Bonding System-Grade 3d APL SP-210 MASTERS
0013 3014.11 COMBINATION CONCRETE CLASS 476-3500 CURB AND GUTTER 2520.000 LF
Portland Cement Blended-tPF,IPN,IPF/5 TOS 5G-16 MASTERS
Portland Cement Concrete TOS SG-16 MASTERS
Prof Expansion It Filler-Asphalt Type. API 5G-16 MASTERS
White Pigmented Cure Compound-Field Used APL/TOS 5G-16 MASTERS
Hot Poured Joint Sesient-Field Used APL/TOS 5G-16 BYRE
Gus BAggregate TOS 56.16 BEASON
' Class E Agre9.te TOS 5G-16 BEASON
0014 3016.30 CONCRETE CLASS 47BK-3500 SIDEWALK 205.000 SY
Portland Cement Blended-IPF,IPN,IPF/5 TOS 5G-16 MASTERS
Portland Cement Concrete TOO 5G-16 MASTERS
White Pigmented Cure Compound-Field Used APL/TOS SG-16 MASTERS
Class C Apregte TOS SG-16 SEASON
0015 3016.39 DETECTABLE WARNING PANEL 64.000 SF APL SP-114 KAREL
0016 3017.415 6"CONCRETE IMPRINTED MEDIAN SURFACING 786.000 SY
Portland Cement Blended-IPF,IPN,IPF/5 - TOS SG-16 MASTERS
Portlend Cement Concrete T05 5G-16 MASTERS
White Pigmented Cure Compound-Field USen APL/TOS 5G-16 MASTERS
Cl...B Apregete TOS SG16 BEASON
Gass E Aprpete TOS 5G-16 BEASON
0017 3075.62 11"CONCRETE PAVEMENT,CLASS 478-3500 523.000 5Y TOS 5G-15 MASTERS
0018 3075.66 11'.DOWELED CONCRETE PAVEMENT,CLASS 478-3500 3636.000 5Y
Portland Cement Blended-IPF,IPN,IPF/5 TO5 SG-15 MASTERS
Portland Cement Concrete TOS SG-15 MASTERS
Rnlnforclng Steel-(pretestedjd TOS/COT SG-15 KAREL
Reinforcing Steel-Field Sample TOS/COT SG-1.5 KAREL
White Pigmented Cure Compound-Field Used APL/TOS SG-15 MASTERS
Hot Poured Joint Sealant-Field Used APL/TOS SG-15 BYRE
Epooy Resin Bonding System-Grade 3 d API 56-15 MASTERS
Close B Aggregate TOS 5G-15 BEASON
Cess EAggregate TOS SG-15 BEASON
0019 3091.17 11'CONCRETE PAVEMENT,CLASS 47B-HE-3500 80.000 SY TOS 5G-15 MASTERS
0020 4024.55 FLUME SPILLWAY 5.000 IF
Portland Cement Blended-IPF,IPN,IPF/S TOO 5G-16 MASTERS
Portland Cement Concrete TOS 5G-16 MASTERS
White Pigmented Cure Compound-Field Used APL/TOS 5G-16 MASTERS
• Class ISAggrepte TOS SG-16 BEASON
Class E Aggregate TOS 5G-16 BEASON
0021 4024.70 CONCRETE FLUME,TYPE I 1.000 EACH
Portland Cement Blended-IPF,IPN,IPF/5 TOS 5G-16 MASTERS
Portland Cement Concrete TOS 5G-16 MASTERS
Reinforcing Steel TOS/COT SG-16 KAREL
. White Pigmented Cure Compound-Field Used APL/TOS SG-16 MASTERS
Hot Poured Joint Stelant-Field Used APL/TOS SG-16 BYRE
Gass BApreiue TOS 5G-16 REASON
Gass E Aggregate TOS 5G-16 BEASON
0023 7500.33 ARROW,WET REFLECTIVE PERFORMED PAVEMENT MARKING,TYPE 45.000 EACH
Wet Reflective Prof Pave Marking TypelVd APL 5G-23 DONDLINGER
0022 7490.50 5"WHITE WET REFLECTIVE PREFORMED PAVEMENT MARKING, 2889.000 LF
Wet Reflective Prof Pave Marking TypelVd APL 5G-23 DONDLINGER
0024 7500.37 ONLY 2.000 EACH APL 5G-23 DONDLINGER
0025 7519.00 ARROW,WET REFLECTIVE PREFORMED PAVEMENT MARKING, 3.003 EACH
Wet Reflective Fret Pave Marking TypelVd APL 5G-23 DONDLINGER
0026 7519.10 ONLY,WET REFLECTIVE PREFORMED PAVEMENT MARKING, 2.000 EACH
Wet Reflective Pref Pare Markin TYpelVe APL SG-23 DONDLINGER
0027 7590.50 6"WHITE WET REFLECTIVE PREFORMED PAVEMENT MARKING, 140.000 LF APL 5G-23 DONDLINGER
00213 8022.12 HYDRATED LIME FOR ASPHALT MIXTURES 13.000 TON
Hydrated Line COC SP-239 DONDLINGER
0029 9005.70 ASPHALTIC CONCRETE,TYPE LC 470.000 TON TOS SP-I96 REA
Asphed Ag0reptes TOS SP-196 BEASON
Asphaltic Concrete Technician. PMV SP-196 KOVES
Aepheltk Concrete - COC SP-136 KOVES
0030 9005.82 ASPHALTIC CONCRETE,TYPE SPH 930.000 TON TOS SP-215 REA
Asphalt Aggregates TOS SP-215 BEASON
Asphakk Concrete Technicien. PMV SP-215 KOVES
Aephekk Concrete COC SP-215 KOVES
0031 9009.75 TEMPORARY SURFACING 100.000 SY
Portlend Cement Concrete TOS SP-178 MASTERS
White Pigmented Cute Compound-Field Use. APL/TOS SP-178 MASTERS
Performance Graded Binder TOS SP-178 BYRE
Class B Aggregate TOO SP-178 BEASON
Class EAggregate TOO SP-178 BEASON
Class Aggregate TOS SP-178 BEASON
0032 9011.06 PERFORMANCE GRADED!UNDER(70.34) 68.246 TON TOO SP-188 BYRE
0033 9053.00 TACK COAT 1730.003 GAL
Emulsfed Asphalt-Type C55-1/55-1 TOO SP-174 BYRE
Emulsified Asphalt-Type C55-1H/SS-1H TOS SP-174 BYRE
0034 9111.00 WATER 20.000 MGAL
Page 1 of 3 EXHIBIT"A"
State of Nebraska Department of Roads
Required Document List
Legend
Contract ID 2429 TOS Test or Sample
Control Number 22429 000 CC Contractor's Certification
Project Number NAP-5023116) MC Manufacturer Certification
Location I4THPL'ST,OMAHA COC Certification of Compliance
Type of Work GRAD CONC PAVE CULV NEC COT Certification of Test
Letting Pete June 27th,3013 APL Approved Products List
PMV Project Manager's Verification
DISCLAIMER:This document may not include all material requirements for this project. SP Speclel Provisions
Please refer.to the Materials Sampling Guide for a comprehensive list of the NSS Nebraska Standard Speclfcatlon
material requirements.This document will not reflect any changes maEe to the SR Shipping Report
project after the project letting.
LBW l
GrauP Rim cook. oalF6bn 9089 tMYt.. Aeo181 oocM pd tYgw1c4.091, 1011C10BIG
0035 9170.00 EARTH SMOULDER CONSTRUCTION 26.503 STA
0036 9170.50 MEDIAN CONSTRUCTION 15.000 STA
0037 9173.20 SUBGRADE PREPARATION 4239.000 5Y
Soil Density•Sub3rade Preparations TOO SP-10 CHURCHWELL
0038 9179.33 COLD MILLING,CLASS 3 8275.090 SY
0099 9186.00 CONCRETE SURFACE MILLING 391.000 5Y
0040 9300.31 RAP INCENTIVE PAYMENT 2380.000 EACH
0041 L010.00 SODDING 1971.000 59
GROUP 4 CULVERTS 0042 0030.40 MOBILIZATION 1.000 LS
0043 1119.00 REMOVE INLET 7.000 EACH
0044 4003A0 CAST IRON COVER,FRAME,AND FLANGE 652.000 LB COC 5G-25 KAREL
0045 4011.14 CURB INLET 10.000 EACH TOS SG-16 MASTERS
0046 4011.15 CURB INLET 2.030 EACH TOS 5G-16 MASTERS
0047 4011.60 AREA INLET 1.000 EACH
Portland Cement Blended-IPF,IPN,IPF/5 TOO 5G-16 MASTERS
Portland Cement Concrete TOO 5G-16 MASTERS
Class B Aggregate TOO 5G-16 BEASON
Class E Aggregate TOS SG-16 BEASON
0048 4012.80 RECONSTRUCT CURB INLET 3.000 EACH TOS SG-16 MASTERS
Reinforcing Steel-Black-Field Sample TOS/COT' SG-16 KAREL
0049 4016.00 MANHOLE 1.000 EACH
Portland Cement Blended-IPF,IPN,IPF/5 TOS SG-16 MASTERS
Portland Cement Concrete TOS SG-16 MASTERS
Reinforcing Steel-Field Sample TOS/COT SG-16 KAREL
Reinforcing Steel.(pretested)s TOS/COT 5G-16 KAREL
Class 8 Aggregate TOS 50-16 BEASON
Class E Aggregate TOO SG-16 BEASON
0050 4016.01 MANHOLE 1.000 EACH
Portland Cement Blended-IPF,IPN,IPF/5 TOS SG-16 MASTERS
Portland Cement Concrete TOS SG-16 MASTERS
Reinforcing Steel-Field Sample TOS/COT 5G-16 KAREL
Reinforcing Steel-(pretested)o TOS/COT 5G-16 KAREL
Class 8 Aggregate TOS SG-16 BEASON
Class EAggregate TOS 5G-16 BEASON
0051 4040.00 REMOVE HEADWALLS FROM CULVERTS 3.000 EACH
0052 4043.50 REMOVE SEWER PIPE 324.000 IF
0053 4107.07 CLASS 478-3000 CONCRETE FOR CONCRETE COLLARS 3.990 CY
Portland Cement Blended-IPF,IPN,IPF/5 TOS SG-16 MASTERS
Portland Cement Concrete TOS 5G-16 MASTERS
White Pigmented Cure Compound-Field Uses APL/TOS SG-16 MASTERS
Class8 Aggregate TOS SG-16 BEASON
Class E Aggregate TOS 5G-16 BEASON
0054 4157.00 REINFORCING STEEL FOR COLLARS 310.000 LB
Reinforcing Steel-Field Sample TOS/COT 5G-16 KAREL
Reinforcing Steel(pretested in TOS/COT SG-16 KAREL
Non-Shrink Grouts API SG-16 MASTERS
0055 4230.24 BAR GRATE FOR 24"CONCRETE FLARED-END SECTION 1.000 EACH COC 56.25 KAREL
0056 4230.30 BAR GRATE FOR 30"CONCRETE FLARED-END SECTION 1.000 EACH COC SG-25 KAREL
0057 4460.24 24"CONCRETE FLARED-END SECTION 1.000 EACH
Concrete Flared End Section-24 in SR 5G-19 KAREL
0058 4460.30 30"CONCRETE FLARED-END SECTION 1.000 EACH
Concrete Flared End Section-30 in SR 5G-19 KAREL
0059 4600.12 12"REINFORCED CONCRETE SEWER PIPE 8.000 if
Reinf Cons Sewer Pipe l2in-Class III SR 5G-19 KAREL
0060 4600.15 15"REINFORCED CONCRETE SEWER PIPE 525.000 LF
Soil Density-Pipe Beckfill a TOS N55702 CHURCHWELL
feint Cone Sewer Plpe TSin-Class 111 SR SG-19 KAREL
0061 4600.18 18"REINFORCED CONCRETE SEWER PIPE 71.000 LF
Paint Cone Sewer Pipe lain-Class III SR SG-19 KAREL
Soil Density-Pipe BackRll 0 705 N55702 CHURCH WELL
0062 4600.24 24"REINFORCED CONCRETE SEWER PIPE 78.000 LF
Soil Density-Pipe Beckfill R T05 N55702 CHURCHWELL
Reiff Conc Sewer Pipe 24in{lass Ili SR SG-19 KAREL
0063 4500.30 30"REINFORCED CONCRETE SEWER PIPE 120.000 LF
Rent Conc Sewer Pipe 30in{lass III SR SG-19 KAREL
0064 4601.18 18"REINFORCED CONCRETE SEWER PIPE CLASS IV 92.000 LF SR SE-19 KAREL
0065 4670.05 CULVERTSANOFILL 13.000 CY
Flowable Fill Concrete PMV NS51003 MASTERS
Culvert Sandfille TOS 5G-25 BEASON
0066 4790.02 EXTERNAL FRAME SEALS 2.000 EACH COC SP-99 KAREL
0067 4822.1/ JACKING 18"REINFORCED CONCRETE SEWER PIPE,CLASS IV 92.000 LF
0068 490027 CURB INLET SEDIMENT FILTER 240000 LF APL 5P-187 DONDLINGER
0069 1093.03 AGGREGATE BEDDING 723.000 TON TOS SP-96 SEASON
0070 W750.15 RELOCATE SPRINKLER HEAD 25.000 EACH
0071 W750.76 REMOVE AND RELOCATE SPRINKLER SYSTEM 2.000 EACH
0072 W750.27 REMOVE AND RELOCATE SPRINKLER SYSTEM 500.000 LF
0073 W800.21 REMOVE WATER MAIN PIPE 100.000 LF
GROUP 8B ELECTRICAL 0074 000.00 MOBILIZATION 1.000 LS
0075 4035.91 REINSTALL A. EACH
0076 7309.90 REMOVE AND REINSTALL 1.000 EACH
0077 7314.11 LED BUNK OUT SIGN 2.000 EACH COC SP-156 KAREL
0078 7320.07 OVERHEAD SIGN 14.000 EACH COC SP-22 KAREL
0079 7320.50 STREET NAME SIGN OR" 3.000 EACH COC SP-161 KAREL
0080 A001.16 PULL BOX,TYPE P8.6 3.000 EACH PMV SG•21 KAREL
Portland Cement Concrete TOS SG-16 MASTERS
0081 A003.10 TRAFFIC SIGNAL,TYPE TS-1 6000 EACH PMV SP-156 KAREL
0082 A004.00 TRAFFIC SIGNAL,TYPE TS-1 6.000 EACH PMV SG-21 KAREL
0083 A00420 TRAFFIC SIGNAL,TYPE T5-1L 6.000 EACH PMV 5G-21 KAREL
0084 A00423 TRAFFIC SIGNAL,TYPETS-1L 3.000 EACH PMV SG-21 KAREL
0085 A004.28 TRAFFIC SIGNAL,TYPE TS-1RR 3.000 EACH PMV 5G-21 KAREL
0086 A004.29 TRAFFIC SIGNAL,TYPETS-1RR 3.000 EACH PMV 5G-21 KAREL
0087 A00520 TRAFFIC SIGNAL CONTROLLER.TYPETC-2070 1.000 EACH PMV SP-156 KAREL
0088 A005.82 WIRELESS INTERCONNECT RADIO SYSTEM 1.000 LS COC SP-159 KAREL
0089 A006.14 PEDESTRIAN SIGNAL,TYPE PS-1 12.000 EACH PMV SG-21 KAREL
0090 A006.50 RADAR VEHICLE DETECTION SYSTEM 1.000 LS COC SP-156 KAREL
0091 A006.70 PEDESTRIAN PUSHBUTTON,TYPE PPB 12.000 EACH PMV 5G-21 KAREL
Page 2 of 3 EXHIBIT'A"
State of Nebraska Department of Roads
Required Document LIRE
- Legend
Contract ID 2429 TOS Test or sample
Control Number 22429 000 CC Contractor's 0.rtHfcetion
Project Number HSIP-50231161 MC Manufacturer Certification
Location 84THtL'ST,OMAHA COC Certlfitetion of Compliance
Type of Work GRAD CONC PAVE CULV ELEC COT Certification of Test
Letting Date June 27th,2013 APL Approved Products List
PMV Project Menager's Verification
DISCWMER:This document may not include all material requirements for this project. SP Special Provisions
Please refer*to the Materials Sampling Guide fore comprehensive list of the N55 Nebrsske Standard Specification
material requirements.This document will not reflect any changes made to the SR Shipping Report
project after the project letting.
lJa 1rR
9wp: Mal �'CedI 'OmbNerl Onrd6P Uu Aa�iliRoa6lEellie6 #oflure. m WMCItRaR
0092 A006.76 PEDESTAL POLE,TYPE PP-4 3.000 EACH COC SG-21 KAREL
Portland Cement Concrete T05 SG-16 MASTERS
Gass B Aggregete T05 SG-16 BEASON
Class EAggregate TOS SG-16 BEASON
0093 A010.09 LUMINAIRE,TYPEHPS-200W 7.000 EACH PMV SP-162 KAREL
0094 A014.48 WOOD POLE 3.000 EACH COC SG-22 KAREL
0095 A014.50 WOOD POLE 1.000 EACH SG-SECTION 57, NOTE 25 KAREL
0096 A030.03 SERVICE DISCONNECT 1.000 EACH PMV SP-137 KAREL
0097 A030.04 SERVICE DISCONNECT PEDESTAL 1.000 EACH SP-160
Portland Cement Concrete TOS 5G-16 MASTERS
Class B Aggregate TOS SG-15 BEASON
Class Aggregate TOS SG-16 BEASON
0098 A070.14 2-INCH CONDUIT IN TRENCH 356.000 LF
Buy America Cori-Producer/Supplier MC N55106 KAREL
Electrical Conduit a PMV/TOS SG-21 KAREL
0099 A070.11 3-INCH CONDUIT IN TRENCH 42.001 LF
Buy America Cart-Producer/Supplier MC NSS106 KAREL
Electrical Conduit a PMV/TOS SG-21 KAREL
0100 4074.14 2-INCH CONDUIT,JACKED 459.000 LF
Buy America Cut-Producer/Supplier MC NSS106 KAREL
Electrical Conduit is PMV/TOS SG-21 KAREL
0101 A074.10 3-INCH CONDUIT,JACKED 837.000 IF
Buy America Can-Producer/Supplier MC NSS106 KAREL
Electrical Conduit a PMV/TOS SG-21 KAREL
0102 A077.26 16/C 414AWG TRAFFIC SIGNAL CABLE 1233.000 IF TOS SG-21 KAREL
0103 A078.12 2/C 416AWG PEDESTRIAN PUSHBUTTON LEAD-IN CABLE 2604.000 LF TOS SG-21 KAREL
0104 A079.43 AB GROUNDING CONDUCTOR 1014.000 LF TOS SG-21 KAREL
0105 A079.55 SERVICE CABLE 200.000 LF TOS SG-21 KAREL
0106 A079.63 SUPPORT CABLE 447.000 LF TOS SG-21 KAREL
0107 A079.64 TETHER CABLE 427.000 LF TOS SG-21 KAREL
0108 A071.67 SERVICE ENTRANCE CABLE 600.000 IF TOS SG-21 KAREL
0109 A080.78 STREET LIGHTING CABLE,NO-6 3/C 1014.000 LF T05 5G-21 KAREL
0110 AO0L00 6 PAIR COMMUNICATION CABLE 703.000 LF TOS SG-21 KAREL
0111 A306.81 INSTALL MAST ARM SIGNAL POLE 3.000 EACH
0112 A310.92 INSTALL 1.000 lS
0113 A610.00 REMOVE TRAFFIC SIGNAL 1.000 EACH
0114 A610.01 REMOVE TRAFFIC SIGNAL 1.000 EACH
0115 A705.06 RE-ENTERABLE ENCAPSULATED SPLICE 1.000 EACH COC SP-158 KAREL
GROUP lO GENERAL ITEMS 0116 0001.08 BARRICADE,TYPE II 16154.000 BRAY
Reflective Sheeting a TOS SG-23 DONDLINGER
Barricade Warning Lights Type C a API 5G-23 KAREL
0117 0001.10 BARRICADE,TYPE III 684.000 BDAY
Barricatle Warning Lights Type A a API 5G-23 KAREL
Reflective Sheeting a TOS SG-23 DONDLINGER
0118 0001.75 TEMPORARY SIGN DAY 40.000 EACH
0119 0001.90 SIGN DAY 1734.000 EACH
0120 0001.39 CONTRACTOR FURNISHED SIGN DAY 6711.000 EACH
0121 0002.30 PAVEMENT MARKING REMOVAL 9003.000 LF
0122 0012.44 TEMPORARY PAVEMENT MARKING,TYPE PAINT 7000.030 LF
GLASS BEADS
0123 0032.57 FLASHING ARROW PANEL 348.000 DAY
0124 0003.10 FLAGGING 10.000 DAY
0125 0010.04 FELD OFFICE 1.000 EACH
0126 0030.10 MOBILIZATION 1.000 IS
0127 1137.53 REMOVE AND RESET 117.000 SY
0128 1910.26 CONSTRUCTION ENTRANCE 1.000 LS
0129 7109.97 SECURITY FENCE 1.000 LS
0130 7316.00 SIGN 4A00 EACH
0131 9110.01 RENTAL OF LOADER,FULLY OPERATED 30.000 HOUR
0132 9110.03 RENTAL OF DUMP TRUCK,FULLY OPERATED 30.000 HOUR
0133 9110.07 RENTAL OF SKID LOADER,FULLY OPERATED 30.000 HOUR
0134 9110.27 RENTAL OF CRAWLER MOUNTED HYDRAULIC EXCAVATOR, 30.000 HOUR
0135 L022.75 TEMPORARY SILT CHECK 500.000 LF
0136 L021.90 TEMPORARY SILT FENCE 500.000 LF API N55809 DONDLINGER
BUY AMERICA CERTIFICATION(PRIME CONTRACTORI CC SP-59 KAREL
WELDED WIRE FABRIC TOS/COT SG-16 KAREL
PREFORMED EXPANSION JOINT FILLER APL SG-20 MASTERS
JOINT SEALANTOHOT POURED) APL/TOS SG-20 BYRE
Page 3 of 3 EXHIBIT"A"
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, the City Council approved an Agreement with the State of Nebraska
Department of Roads (NDOR) by Council Resolution No. 349 on March 29, 2011 for Federal
funding for the project identified as OPW 51642, being safety improvements to the intersection
of 84th Street and L Street in the City of Omaha; and,
WHEREAS, in the above agreement the City of Omaha has pledged sufficient
funds to finance its share of the cost of this project identified as Federal Aid Project HSIP-5023
(16), State Control No. 22429, and that the City of Omaha would pay costs as set forth in the
agreement; and,
WHEREAS, NDOR agrees to the City providing professional project
management and construction engineering services for this street improvement project in-house,
according to the attached Construction Engineering Services Agreement, which by this reference
is made part hereof, at the sole cost of the City.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, as recommended by the Mayor, the Construction Engineering Services
Agreement between the City of Omaha and Nebraska Department of Roads (NDOR) for project
management and construction engineering for safety improvements to the intersection of 84th
Street and L Street in the City of Omaha, known as Project HSIP-5023(16), State Control No.
22429, and OPW 51642, at the sole cost of the City, is hereby approved.
BE IT FURTER RESOLVED:
THAT, the City Council hereby authorizes the Mayor and City Clerk to sign the
attached Agreement on behalf of the City of Omaha.
1733htp
APPROVED AS TO FORM:
CITY ATTORNEY DATE
By d4.6/ 14464.4
'
Councilmember
Adopted JUN 5 2013 /7-&
ity lerk
Approve
Mayor
7W
NO.
Resolution by
Res. that, as recommended by the Mayor, the
Construction Engineering Services
Agreement between the City of Omaha and
Nebraska Department of Roads (NDOR) for
project management and construction
engineering for safety improvements to the
intersection of 84th Street and L Street in the
City of Omaha, known as Project HSIP-
5023(16), State Control No. 22429, and OPW
51642, at the sole cost of the City, is hereby
approved; and that the City Council hereby
authorizes the Mayor and City Clerk to sign
the attached Agreement on behalf of the City
of Omaha.
1733Ahtp
J ,
Presented to City Council
JUN 2 5 2013
Adopted 7-
guiter grown
City Clerk