RES 2011-0458 - Agmt with Alfred Benesch & Company for OPW 51907, major street resurfacing �TAAHA,^,E
4'2'S,� � R - 't C Public Works Department
o� Omaha/Douglas Civic Center
,® l 1t- b h I PR _8 PM11 53 1819 Farnam Street,Suite 601
o,- 411-4; 5.40 April 19, 2011 Omaha,Nebraska 68183-0601
�A CITY CLERK (402)444-5220
q�q a E E R `' A Fax(402)444-5248
O���ED FEBR�* '�i"`i i ���, �v .. a e t���
City of Omaha Robert G.Stubbe,P.E.
Jim Suttle,Mayor Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Resolution approving a Task Order Agreement between the City of Omaha and
Alfred Benesch & Company for project management and construction engineering services for Major
Street Resurfacing(package 1),known as Project MAPA-5049(4),CN 22445, and OPW 51907.
The City Council approved a Program Agreement with the Nebraska Department of Roads (NDOR) by
Council Resolution No. 259 on March 9, 2010; according to which NDOR has agreed to steward the
programmed project funds as required by the Federal Highway Administration, which has pledged to
cover 80%of the eligible project costs.
Alfred Benesch & Company has been selected by the City to provide professional project management
and construction engineering services for major street resurfacing in various locations within Omaha,
according to the attached Task Order Agreement, for the sum not to exceed $347,406.61. The City's
expected local share of the project funding is $69,481.32, which will be paid from the City Street
Maintenance Fund 12129,Major Street Resurfacing Organization 116159,year 2011 expenditure.
Olsson Associates has filed the required Annual Contract Compliance Report,Form, CC-1, in the Human
Rights and Relations Depai ti,ient.
The Public Works Department requests your consideration and approval of the attached Resolution.
Respectfully submitted, Referred to City Council for Consideration:
At-ot4 ptv.',A)g-foge,11 4/7414 ��/ter/
Robert •beE. Date Mayor's 0 ice Date
Public orks Director
Approved as to Funding: Approved:
4,i4xtideziebizeie
4- 7- 9/8///
Pam Spa carotella Date Human Rights and Relations Date
Finance Director Department
1164htp
or the FHWA to be pertinent to ascertain compliance with
such Regulations, orders and instructions. Where any information required of a
contractor is in the exclusive possession of another who fails or refuses to furnish this
information, the LPA shall so certify to the State, or the FHWA as appropriate, and shall
set forth what efforts it has made to obtain the information.
Project No. BR-5026(11) - 24-
Control No. 22325
26th and "Q" Street Bridge
State within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
' 4 f
TASK ORDER AGREEMENT
CITY OF OMAHA
ALFRED BENESCH & COMPANY
PROJECT NO. MAPA-5049(4)
CONTROL NO. 22445
OMAHA MAJOR STREET RESURFACING 1
THIS AGREEMENT, made and entered into by and between the City of Omaha ,
hereinafter referred to as the Local Public Agency or LPA, and Alfred Benesch & Company,
hereinafter referred to as the "Consultant
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 project, and
WHEREAS, LPA's federal-aid project is designated as Project No.MAPA-5049(4), and
WHEREAS, LPA has selected Consultant from a pool of on-call consultants to furnish the
project construction engineering services (hereinafter the "Services") identified in this agreement,
and
WHEREAS, solely for convenience, consistency and in an attempt to obtain federal
funding for the consultant services, the parties intend that this Task Order Agreement, herein
after referred to as Task Order, include some of the provisions of a March, 2010 Master
Agreement for on-call construction engineering services between Consultant and the State of
Nebraska, Department of Roads, and
WHEREAS, LPA and Consultant wish to enter into this Task Order to specify the
duties and obligations of the parties for the Services described herein, and
WHEREAS, the Consultant and LPA intend that the Services provided by Consultant
comply with all applicable federal-aid transportation related program requirements, so that
LPA's project will be fully eligible for federal reimbursement, and
WHEREAS, the LPA and Consultant intend that this Task Order 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; 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-
guidelines.pdf, and
BK1 142
uman Rights and Relations Date
Finance Director Department
1164htp
or the FHWA to be pertinent to ascertain compliance with
such Regulations, orders and instructions. Where any information required of a
contractor is in the exclusive possession of another who fails or refuses to furnish this
information, the LPA shall so certify to the State, or the FHWA as appropriate, and shall
set forth what efforts it has made to obtain the information.
Project No. BR-5026(11) - 24-
Control No. 22325
26th and "Q" Street Bridge
State within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
WHEREAS, Consultants primary contact person for LPA will be LPA's representative,
who has been designated as being in responsible charge of the project, and who is referred to
herein as RC or Responsible Charge.
NOW THEREFORE, in consideration of these facts, the parties hereto agree as follows:
SECTION 1. DEFINITIONS
The definitions set out on the attached Exhibit "D" are hereby incorporated by reference
into this Task Order as if fully set out herein.
SECTION 2. NOTICE TO PROCEED AND COMPLETION
The LPA will issue Consultant a written Notice-to-Proceed when LPA determines that
federal funding approval has been obtained for the project, and upon State concurrence that the
form of this Task Order is acceptable for federal funding eligibility. Any work or services
performed by Consultant on the project prior to the date specified in the written Notice-to-
Proceed is not eligible for reimbursement.
The Consultant shall complete all work under this Task Order within 45 calendar days
after the date of final acceptance of the project construction by the LPA. Any costs incurred by
Consultant after the completion deadline are not eligible for federal funding reimbursement
unless the Consultant has received an extension of time in writing from LPA and the LPA has
federal funding approval for the extension of time.
SECTION 3. SCOPE OF SERVICES
LPA and Consultant understand that the Services provided by Consultant must be
completed in accordance with all federal-aid reimbursement requirements and conditions. LPA
and Consultant agree that the Scope of Services for this Task Order will be in two parts. Part
one of the Scope of Services is contained within the General Statement set out below. Part two
of the Scope of Services is set out on the document attached hereto as Exhibit "E", entitled
Scope of Services and Fee Proposal, which is hereby fully incorporated herein and made a part
hereof by this reference. Exhibit "E" is the result of the following process:
(1) LPA provided Consultant with a document describing the detailed proposed
Scope of Services for this project
(2) Consultant made necessary and appropriate proposed additions, deletions, and
revisions to LPA's detailed Scope of Services document
(3) LPA and Consultant together reviewed the proposed Scope of Services, the
proposed revisions and negotiated the final detailed Scope of Services and Fee
Proposal document, which is attached as Exhibit "E".
Project No. MAPA-5049(4) - 2 -
Control No. 22445
Omaha Major Street Resurfacing 1
information, the LPA shall so certify to the State, or the FHWA as appropriate, and shall
set forth what efforts it has made to obtain the information.
Project No. BR-5026(11) - 24-
Control No. 22325
26th and "Q" Street Bridge
State within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
Consultant and LPA have agreed that Exhibit "E" sets out the Services reasonably
necessary and the costs reasonably estimated for Consultant Services to adequately observe,
monitor, inspect, measure, manage, document and report so that LPA's project is constructed by
the contractor in compliance with the Construction Contract Documents (definition below), the
Manuals (definition below), State and Federal law, rule or regulation and policy. The Consultant
agrees to provide the services listed on Exhibit "E" for project MAPA-5049(4), Control No. 22445,
in Douglas County, Nebraska.
General Statement: The Consultant services generally include, but are not limited to,
project management, construction engineering, pre-construction staking, traffic control plans,
conducting the preconstruction conference, staking and inspection and 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, and the necessary communication to insure project eligibility:
The Consultant 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
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. Consultant shall assume 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). Consultant shall assume that it is responsible for all duties of the
"Engineer" unless notified otherwise by RC on behalf of LPA.
workingknowledge o f the following
Additional) Consultant shall review and have a g
Y,
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
Project No. MAPA-5049(4) - 3 -
Control No. 22445
Omaha Major Street Resurfacing 1
obtain the information.
Project No. BR-5026(11) - 24-
Control No. 22325
26th and "Q" Street Bridge
State within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
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, Consultant 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 Consultant, whenever Consultant's duties in these respects are
not clearly set out in the Construction Contract Documents. Consultant 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. Consultant 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 LPA, through the RC, and, when appropriate for federal funding or
eligibility issues, the State representative.
The Consultant 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 or as otherwise specifically agreed to by the LPA.
The parties understand that the Consultant is not responsible for the Contractor's means
and methods of construction. To the extent the Construction Contract Documents and the
Manuals specify sequencing of work, equipment requirements, or other construction methods,
the Consultant shall keep the Owner's RC informed about the progress and quality of the
portion of the work and shall advise the RC about observed or measured deficiencies in the
work.
SECTION 4. FEES AND PAYMENTS
The general provisions concerning payment under this Task Order are set out on the
attached Exhibit "F". The following provisions also apply:
A. For performance of the professional Services listed on the attached Scope of
Services and Fee Proposal for the project covered by this Task Order, the Consultant will be
compensated for actual work performed up to a maximum of$347,406.61. The Consultant's
compensation shall not exceed the maximum without prior written approval of the LPA. For the
labor work, the Consultant shall be compensated for acceptable costs in accordance with
paragraph "D" of the attached Exhibit "F". Compensation for direct non-salary costs will be in
Project No. MAPA-5049(4) -4 -
Control No. 22445
Omaha Major Street Resurfacing 1
tate within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
•
accordance with paragraph "E" of the attached Exhibit "F". Progress and final payments will be
based on receipted invoices or certified billings and compensation will be in accordance with 48
CFR 31.
B. Occasionally, the conditions of this Task Order may change. This may be due to a
change in scope which may require an adjustment of costs. In order to justify the
need to modify this contract, the LPA must first determine that the situation meets
the following criteria:
• That the additional work is beyond the scope of services initially negotiated
with Consultant; and
• That the proposed Services are within the scope of the Request for
Proposal under which Consultant was selected and contract entered into;
and
• That it is in the best interest of the LPA that the services be performed
under this Task Order.
Once the need for a modification has been established, a Consultant Work Order
will be prepared. The Consultant Work Order has been established to provide for
costs to be incurred for additional work prior to execution of a supplemental
agreement. The LPA shall use the process set out below:
• Consultant Work Order— DR Form 250, Exhibit "G" attached hereto and
hereby made a part of this agreement, shall be used to describe and
provide necessary justification for the modification of the scope of services,
the deliverables, the schedule, and to document the estimated total
additional fee. The Work Order must be executed to provide authorization
for the additional work and to specify when that work may begin. The Task
Order will be supplemented after one or more Work Orders have been
authorized and approved for funding. See Chapter 4 of the LPA Manual for
the process to supplement the Task Order.
Services beyond the negotiated scope of services or fee proposal performed prior to the
notice to proceed date will not be eligible for payment or for reimbursement with Federal funds.
SECTION 5. CONSULTANT TEAM MEMBERS
The Consultant has furnished a document containing a complete list of all Consultant's
personnel who could possibly be involved in providing the Services required by this Task Order,
along with each person's work classification and established hourly pay or labor rate. Also
Project No. MAPA-5049(4) - 5 -
Control No. 22445
Omaha Major Street Resurfacing 1
p to a maximum of$347,406.61. The Consultant's
compensation shall not exceed the maximum without prior written approval of the LPA. For the
labor work, the Consultant shall be compensated for acceptable costs in accordance with
paragraph "D" of the attached Exhibit "F". Compensation for direct non-salary costs will be in
Project No. MAPA-5049(4) -4 -
Control No. 22445
Omaha Major Street Resurfacing 1
tate within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
noted on this document are the names of the key personnel previously identified in a separate
agreement between Consultant and the State of Nebraska. A true and correct copy of this
document is attached hereto as EXHIBIT "B," and is incorporated into this Task Order by this
reference. The labor rates set out on Exhibit "B" shall be used for payment in this Task Order.
The labor rates invoiced by the consultant will be verified through the audit process. Consultant
may make changes to the list of non-key personnel so long as any employee added to the list is
qualified to perform the intended work.
The Consultant has also provided LPA with a document that identifies the employees
from Exhibit "B" who LPA and Consultant agree will be part of the primary team for this project.
The primary team is expected to be directly responsible for providing the field services for the
work under this Task Order. This document shall specify the role that will be assigned to each
member of the primary team. This document is attached hereto as EXHIBIT "H" and is
incorporated herein by this reference. The primary team will include at least one person
identified as a key person on Exhibit "B". During construction, the Consultant may make
occasional temporary changes to the primary team. However, any permanent change to the
primary team will require prior written approval from the LPA.
SECTION 6. GENERAL REQUIREMENTS:
A. The Consultant shall advise the LPA when it appears any Disadvantaged Business
Enterprise (DBE) working on the project is in need of assistance.
B. The Consultant 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 Consultant will be present at the project site or at LPA's Offices beginning on the
date specified in the LPA's 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, or (2) when requested by LPA.
D. The performance of all work under this agreement will be subject to the review and
approval by the LPA, with the right of review by the State or the FHWA.
E. All reports of field tests performed by the Consultant will be submitted weekly to the
LPA (one copy) and the State Representative (two copies). Consultant will take
Project No. MAPA-5049(4) - 6 -
Control No. 22445
Omaha Major Street Resurfacing 1
Project No. MAPA-5049(4) -4 -
Control No. 22445
Omaha Major Street Resurfacing 1
tate within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
•
appropriate action to reject or remedy the work or materials that do not conform with
the contract documents.
F. The Consultant shall comply with all Federal, State and local laws, rules or regulations,
policies or procedures, and ordinances applicable to the work contemplated in this
Task Order.
G. Project time delays attributed solely to the Contractor or LPA, will constitute a basis for
a request for an equivalent extension of time for the Consultant. The parties
understand that federal reimbursement of extra compensation must be approved in
advance as described in the Fees and Payments Section of this Task Order.
H. The sampling and testing type, method and frequency must be completed by
Consultant 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), and
the Construction Contract Documents, or as directed by LPA. For sampling or testing
issues or situations that are not covered in the Construction Contract Documents or the
Manuals, Consultant shall notify LPA, provide its advice and request that LPA 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.
SECTION 7. OWNERSHIP OF DOCUMENTS:
The diaries, reports, field books, shop drawings, surveys, plans, specifications, maps,
computations, charts, and electronic project data and all other project documents prepared or
obtained by Consultant under the Task Order are the property of the LPA. The Consultant shall
deliver these documents to the LPA at the conclusion of the project for inclusion in the LPA's
federal-aid project file. After the project is completed, if requested by Consultant, Consultant
will be provided access to LPA's federal-aid project file.
State acknowledges that such data may not be appropriate for use on an extension of the
work covered by this agreement or on other projects. Any use of the data for any purpose other
than that for which it was intended without the opportunity for Consultant to review the data and
modify it if necessary for the intended purpose will be at the State's sole risk and without legal
exposure or liability to Consultant.
Further, Consultants' time sheets and payroll documents shall be kept in Consultants'
files for at least three years after the project acceptance by FHWA.
SECTION 8. PROFESSIONAL PERFORMANCE
Project No. MAPA-5049(4) - 7 -
Control No. 22445
Omaha Major Street Resurfacing 1
l No. 22445
Omaha Major Street Resurfacing 1
Project No. MAPA-5049(4) -4 -
Control No. 22445
Omaha Major Street Resurfacing 1
tate within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
The Consultant understands that the LPA will rely on the professional
training, experience, performance and ability of the Consultant. Examination by the
LPA, State, or FHWA, or acceptance or use of, or acquiescence in the Consultant's
work product, will not be considered to be a full and comprehensive examination
and will not be considered approval of the Consultant's work product which would
relieve the Consultant from liability or expense that would be connected with the
Consultant's sole responsibility for the propriety and integrity of the professional
work to be accomplished by the Consultant pursuant to this Task Order. The
Consultant further understands that acceptance or approval of any of the work of
the Consultant by the LPA or concurrence by the State/FHWA or of payment,
partial or final, will not constitute a waiver of any rights of the LPA to recover from
the Consultant, damages that are caused by the Consultant due to error, omission,
or negligence of the Consultant in its work. That further, if due to error, omission,
or negligence of the Consultant, the work product of the Consultant 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 Consultant's work
product is necessary, the Consultant shall make such revisions without expense to
the LPA. The Consultant shall respond to the notice of any errors, omissions-or
negligence within 24 hours and give immediate attention to necessary corrections.
If the Consultant discovers errors in its work, it shall notify the LPA of the errors
within 24 hours. Failure of the Consultant to notify the LPA will constitute a breach
of this Task Order.
SECTION 9. CHANGE OF PLAN, ABANDONMENT, SUSPENSION AND TERMINATION:
The LPA has the absolute right to abandon, suspend or terminate the Task
Order or to change the general scope of work at any time and such action on its
part will in no event be deemed a breach of this Agreement. The LPA will give the
Consultant seven days written notice of such change of plan, abandonment,
suspension, or termination. Any necessary change in Scope of Services shall
follow the Consultant Work Order Process outlined in the Fee and Payment
Section above.
If the LPA abandons the work, subtracts from the work, suspends the work or
terminates the work as presently outlined, the Consultant shall be compensated in accordance
with the provisions of 48 CFR 31, provided however, that in case of suspension,
Project No. MAPA-5049(4) - 8 -
Control No. 22445
Omaha Major Street Resurfacing 1
049(4) - 7 -
Control No. 22445
Omaha Major Street Resurfacing 1
l No. 22445
Omaha Major Street Resurfacing 1
Project No. MAPA-5049(4) -4 -
Control No. 22445
Omaha Major Street Resurfacing 1
tate within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
i i 1 1
abandonment, or termination for breach of this Task Order, the LPA will have the power to
suspend payments, pending the Consultant's compliance with the provisions of this Task
Order. Payment to Consultant will be prorated based on the percentage of work completed by
the Consultant prior to abandonment or termination compared to the total amount of work
contemplated by this Task Order.
The ownership of all of Consultant's project documents completed or partially
completed at the time of such termination or abandonment will be the property of the LPA.
The Consultant shall immediately deliver all documents to the LPA. All reports, records,
results and working papers arising from the work of the Consultant will be the property of the
LPA. The Consultant shall not release or make use of same for any purpose whatever without
the specific written permission of the LPA. The Consultant will be compensated for any
leased or rented equipment required on the project for the remaining time of a lease or rental
contract up to a maximum time of thirty days from the date of written suspension or
termination, less any credit the Consultant receives from the lessor, provided that the
Consultant cannot utilize the equipment on another project.
SECTION 10. SECTIONS INCORPORATED BY REFERENCE:
For the convenience of the parties, for consistency for funding review, and in an effort to
reduce the length of this agreement, LPA and Consultant agree to be bound by and hereby
1
incorporate this reference as if fullyset forth herein, Sections 5, 6, 10 through 13 and 5
by9
through 22 of the Master Agreement for on-call construction engineering services for LPA
projects between the Nebraska Department of Roads and Consultant, dated March, 2010, with
one recurring change:
The name of LPA should be substituted in for any reference in that agreement to State,
State of Nebraska, Director or the Nebraska Department of Roads, unless the context
would otherwise require. The LPA and Consultant agree to meet the requirements of all
incorporated provisions and represent that by signing this Task Order, they expressly
certify to any required certifications contained in those provisions. Although some of the
provisions of the Master Agreement are incorporated herein by reference, it is
understood that the Nebraska Department of Roads is not a party to this Task
Order and shall have no obligations or duties under this agreement.
Project No. MAPA-5049(4) - 9 -
Control No. 22445
Omaha Major Street Resurfacing 1
cing 1
049(4) - 7 -
Control No. 22445
Omaha Major Street Resurfacing 1
l No. 22445
Omaha Major Street Resurfacing 1
Project No. MAPA-5049(4) -4 -
Control No. 22445
Omaha Major Street Resurfacing 1
tate within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
SECTION 11. RESPONSIBILITY FOR CLAIMS AND LIABILITY (INSURANCE)
The Consultant agrees to save harmless the LPA and State/FHWA from all
claims and liability due to the error, omission or negligence of the Consultant or
those of the Consultant's agents or employees in the performance of work under
this agreement. In this connection, the Consultant shall for the life of this
agreement, carry insurance as outlined in Exhibit "C" to this Task Order, the
requirements of which are hereby made a part of this agreement.
SECTION 12. LPA CERTIFICATION
By signing this agreement, I, Jim Suttle, do hereby certify that, to the best of
my knowledge, the Consultant or its representative has not been required, directly
or indirectly as an express or implied condition in connection with obtaining or
carrying out this agreement to:
(a) employ or retain, or agree to employ or retain, any firm or person, or
(b) pay or agree to pay to any firm, person, or organization, any fee,
contribution, donation, or consideration of any kind.
I acknowledge that this certification is to be furnished to the FHWA, upon
their request, in connection with this agreement involving participation of Federal-
Aid highway funds and is subject to applicable state and federal laws, both criminal
and civil.
SECTION 13. 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 between LPA and Consultant, either oral or written hereto.
Project No. MAPA-5049(4) - 10 -
Control No. 22445
Omaha Major Street Resurfacing 1
Department of Roads and Consultant, dated March, 2010, with
one recurring change:
The name of LPA should be substituted in for any reference in that agreement to State,
State of Nebraska, Director or the Nebraska Department of Roads, unless the context
would otherwise require. The LPA and Consultant agree to meet the requirements of all
incorporated provisions and represent that by signing this Task Order, they expressly
certify to any required certifications contained in those provisions. Although some of the
provisions of the Master Agreement are incorporated herein by reference, it is
understood that the Nebraska Department of Roads is not a party to this Task
Order and shall have no obligations or duties under this agreement.
Project No. MAPA-5049(4) - 9 -
Control No. 22445
Omaha Major Street Resurfacing 1
cing 1
049(4) - 7 -
Control No. 22445
Omaha Major Street Resurfacing 1
l No. 22445
Omaha Major Street Resurfacing 1
Project No. MAPA-5049(4) -4 -
Control No. 22445
Omaha Major Street Resurfacing 1
tate within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
IN WITNESS WHEREOF, the parties have caused these presents to be executed by
their proper officials thereunto duly authorized as of the dates below indicated.
STATE OFNEBRASKA)
)ss.
DOUGLAS COUNTY)
After being duly sworn on oath, I do hereby state that I am authorized to sign this
Task Order for the firm.
EXECUTED by the Consultant onn. ( , 2011.
ALFRED BENESCH & COMPANY
Jeff Sockel
Vice P iden
Subscribed and sworn to before me this day of , 2011.
A GENERAL
NOTARY-State of Nebraska � '/YI/Y1�1� ,, _.��:7
BRUCKNER Public
ng�'** My Comm.Exp.March 3,2012 Notary
EXECUTED by the (LPA) on APR/ , 2011.
CITY OF OMAHA
Jim Suttle
May
Subscribed and sworn to before me this a day of / Pie/L- , 2011.
APP OVE AS TO FORM:
Cler
DEPUTY CITY ATTORNEY
STATE OF NEBRASKA
DEPARTMENT OF ROADS
Form of Agreement Approved for
Federal Funding Eligibility:
4/44
Date /
Project No. MAPA-5049(4) - 11 -
Control No. 22445
Omaha Major Street Resurfacing 1
B ( 1142
federal laws, both criminal
and civil.
SECTION 13. 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 between LPA and Consultant, either oral or written hereto.
Project No. MAPA-5049(4) - 10 -
Control No. 22445
Omaha Major Street Resurfacing 1
Department of Roads and Consultant, dated March, 2010, with
one recurring change:
The name of LPA should be substituted in for any reference in that agreement to State,
State of Nebraska, Director or the Nebraska Department of Roads, unless the context
would otherwise require. The LPA and Consultant agree to meet the requirements of all
incorporated provisions and represent that by signing this Task Order, they expressly
certify to any required certifications contained in those provisions. Although some of the
provisions of the Master Agreement are incorporated herein by reference, it is
understood that the Nebraska Department of Roads is not a party to this Task
Order and shall have no obligations or duties under this agreement.
Project No. MAPA-5049(4) - 9 -
Control No. 22445
Omaha Major Street Resurfacing 1
cing 1
049(4) - 7 -
Control No. 22445
Omaha Major Street Resurfacing 1
l No. 22445
Omaha Major Street Resurfacing 1
Project No. MAPA-5049(4) -4 -
Control No. 22445
Omaha Major Street Resurfacing 1
tate within
thirty (30) days of receipt.
Project No. BR-5026(11) - 20-
Control No. 22325
26th and "Q" Street Bridge
$124.00 EACH $21,700.00
24 900.024 INSTALL CONCRETE MANHOLE RISER
Engineeer's Estimate 1 @ $75.00 per VF $75.00
Navarro Enterprise Construction, Inc. $150.00 per VF $150.00
Swain Construction, Inc. $40.00 per VF $40.00
Page 5 of 6, 3/30/2011 12:05:55 PM, Bid Tabulation, Generated by:admin for project OPW 52097
55 PM, Bid Tabulation; Generated by: admin for project OPW 52097
Bid Tabulation, Generated by:admin for project OPW 52137
1
I
S.P $c6 �� yyLuc &&c < m
bo wdo wE0 b 8+ ` a P.?� omg =o m R mp01 m m 0
E a E.. og• =g 2E� s e5 m m m 0102 0tln
Ss o d�s 8$5 x ` c o' .. ` E3 E anac � � 5 > > >
m$ il. @ ¢ EE 8 EE E 2.2 2c 2 R E¢ 2 e ...� E d'o.��'S v v v
!II h 1c $h' c 20 3a iP .5gc >g €>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
•
ALFRED BENESCH&COMPANY
Authority to execute contracts on behalf of firm. Responsible for corporate level,
PR- Principal firm wide or branch office level policy implementation, business plan development
and implementation,Vice-President or higher, lead firm resource for
conflict/problem resolution, Licensed Professional Engineer in Nebraska
Demonstrated competency in performing complex engineering design and senior
construction inspector tasks. Manages activities of engineering design team/on-
PM - Project site construction inspection staff, including engineers &technicians. Manages
Manager Quality Assurance requirements on one or more design/construction engineering
projects. Provides primary communication with client on status of details of
design/construction project. Resource for conflict/problem resolution. BS in
engineering, construction management or related field.
Competent in complex transportation engineering design tasks and construction
PE- Professional inspector tasks, oversees the activities of design/field team of technicians and
inspectors. Prepares/oversees preparation design/field engineering reports.
Engineer Resource for conflict/problem resolution. Possesses bachelor's degree in
Engineering. Licensed Professional Engineer in Nebraska
Competent in basic transportation engineering design tasks and construction
El Engineer Intern inspector tasks. Performs the activities of design/field technicians and inspectors.
Prepares design/field engineering reports. Possesses bachelors degree in
Engineering and completion of Fundamentals of Engineering (FE) Examination
CAD Tech CAD Performs basic transportation engineering design tasks and preparing detailed
Designer/Technician construction plans for transportation design projects. Assists with preparation of
design engineering reports. Possesses high school diploma or equivalent.
Prepares detailed construction plans for transportation design projects. Prepares
Drafter project displays for public information on transportation projects. Possesses high
school diploma or equivalent.
Prepares project correspondence, invoicing, scheduling coordination. Maintains
C-Clerical document filing systems for transportation projects. Possesses high school
diploma or equivalent.
Directs work of a survey team, and competent in providing a work product
Survey Crew Chief described under the 'Surveyor' work classification shown below. Registered as a
Land Surveyor by the Nebraska State Board of Examiners for Land Surveyors.
Work effort includes gathering precise measurements to identify all physical
features on a site for use in the planning, design and construction of engineering
projects. Includes route surveys for transportation facilities,topographic surveys to
Surveyor determine the relief of a particular tract of land, and hydrographic surveys to
determine the shore and banks of bodies of water and depths of particular points.
Includes the determination of boundaries of tracts of land or the measurement of
the lengths and directions of lines forming the boundaries of the tract and the
writings of descriptions of land areas for conveying purposes.
Conducts field testing procedures for construction materials at roadway and bridge
lnsp 1- Inspector 1 construction sites. Completes related reports documenting tests performed,
prepare/deliver samples to testing laboratory.
Competency in all Field Technician tasks, conduct on-site inspections of
construction methods and materials including soil placement and compaction,
Insp 2- Inspector 2 concrete quality, placement, and reinforcing steel, and masonry. Documents
inspection results in SiteManager. Communicate test results to construction site
management.
*Certified Erosion and Sediment Control Inspectors EXHIBIT"B"
Sheet 1 of/.
>g ate) ai) co)a na`0&-LL
¢,a ace a g.(a d¢b 0? 0 5 0 0 Ej E€"2. 2 E* 0 0 0 0 0 0 0 0 0 0
fie e QQL�Q�., g a Qg?2' E .e 20. m oO° O O p§1 o�0 -2 2222222222
E/,u a - D §2 E aS O E d l Ei .n C> M U 1 Q O S 19333331.9333
W
0
0 u
U' 0 0 0 w w w
0 o m 0 « ¢ 8 8 0
o o 0 1] m Z C 0 O O .
J J J J SP J J J J J >
. m F. o m 6 � Ti a 3Y 3 W 0 c_F„W z Do>0
1-CL Q J O 11)
w a `� m 71 awa OCC`LOCCO
p � � U 11Hacna.xcn
F 0 1.- $ . ),-• O O 8 J J J J J J J J J J
SQ• so so so so = SQ 50 SQ 50 Y1 12 R> >>>>>>>> >
3 � � xxxxxxxxxx •
N N N N N N N N CV N N O O O O O O O O O O
/ / v YY Y v I q V Y 00v)00InN..)00
0 0 0 0 0 0 0 0 0 0 0 fD O CO CO 0D ID<D co 1D CD
O O o 0 0 a V.0 V 0 0 R 0 0 0 0 V 0 0 0 V0 00
N N N N N N N N N N N NNN N N N NN
a° ao CI. a 2 gr) 8'r Sr) F-
E E > i 3 !Q rJ �'° tW't iQ fQ SD fQ¢ tl SQ fQ
in om c° oo m 8 a a y H H a ¢
N N N N N CV N N N CV N N N N N N N N N
y o ' Y Y q' Y '7 y 1' 9 Cr '7 Y Y Y ' '7 /
t0 t0 10 t0 CO CO co co t0 co t0 CO co co t0 co CO t0 co
a a a a a a a a a a • a a a a a a a a a
N N N N N N • N N N N N N N N N N N_ N N
9 SQ - U U U (Q U v € € € m U E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
t
Key NDOR Employee Benesch Employee Employee Labor
Employee Classification Classification Name Rate
PR-Principal Sr Project Mgr Jambor,Allen $60.00
PR-Principal Sr Project Mgr Proskovec,Gary $52.40
PM PM-Project Manager Sr.Project Mgr Doland,Frank $50.00
PM PM-Project Manager Sr Project Mgr Jambor,Allen $60.00
PM PM-Project Manager Sr Project Mgr Sockel,Jeff $53.00
CM PE-Professional Engineer Project Manager I Beil,Andrew $46.40
PE-Professional Engineer Sr Project Engineer Chambers,Brad $30.70
CM PE-Professional Engineer Project Engineer II Desh,Brandon $31.00
CM PE-Professional Engineer Project Engineer I Hanquist,Nate $33.10
CM PE-Professional Engineer Project Engineer II Herr,Jason $31.00
CM PE-Professional Engineer Project Engineer I Mohlman,Justin $31.10
CM PE-Professional Engineer Sr Project Mgr Petersen,Doyle $42.00
PE-Professional Engineer Project Engineer II Rathburn,Stephanie $33.10
PM PE-Professional Engineer Sr Project Mgr Sockel,Jeff $53.00
PE-Professional Engineer Sr Project Engineer Stephens,Ed $43.90
CM El- Engineer Intern Const Rep II De Los Santos,Jesse $24.70
CM El- Engineer Intern Designer II Hastings,Jess $25.50
El- Engineer Intern Designer I Hennings,Chris $23.00
El- Engineer Intern Designer II Isom,Larry $22.60
El- Engineer Intern Designer II Larsen,Tim $21.70
CM El- Engineer Intern Designer II Tabbert,Toni $24.30
El- Engineer Intern Designer II Yates,Austin $24.70
CAD Tech-CAD Designer/Tech Technologist I Ayala,Jesse $18.20
CAD Tech-CAD Designer/Tech Technologist II Baldwin,Crystal $18.70
CM CAD Tech-CAD Designer/Tech Sr Technologist Beil,Kim $39.00
CAD Tech-CAD Designer/Tech Sr Technologist Gustafson,Kirk $28.20
CM CAD Tech-CAD Designer/Tech Sr Technologist Hottovy,Arn $36.90
CAD Tech-CAD Designer/Tech Sr Technologist Jordan,Quinten $22.90
CAD Tech-CAD Designer/Tech Technologist I Lamblin,Eric $15.70
CAD Tech-CAD Designer/Tech Technologist I Olson,Jeremy $21.80
CAD Tech-CAD Designer/Tech Sr Technologist Peters,Mark $34.30
CAD Tech-CAD Designer/Tech Technologist II Salisbury,Tracy $21.50
CAD Tech-CAD Designer/Tech Technologist II Schrader,Sean $18.70
Drafter
C-Clerical Div Admin Asst Bruckner,Dianne $15.70
C-Clerical Bus Dev Hobelman,Alissa $19.10
C-Clerical Div Admin Asst Maxson,Angela $15.00
C-Clerical Bus Dev Nienhueser,Jeff $15.40
C-Clerical Office Asst Trutna,Jeanine $13.30
Survery Crew Chief Sr Surveyor Nissen,Ron RLS $37.30
Surveyor Surveyor Egger,John $26.00
Surveyor Party Chief Haas,Joe $18.30
Surveyor Inst Oper Weers,Tyler $16.40
Insp 1-Inspector 1 Field/Lab Tech I Cammack,Nicholas $13.00
Insp 1-Inspector 1 Field/Lab Tech I Delka,Kevin $15.20
Insp 1-Inspector 1 Field/Lab Tech I Doland,Ben $9.50
Insp 1-Inspector 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
EXHIBIT "C "
INSURANCE REQUIREMENTS FOR
PROFESSIONAL SERVICE PROVIDERS
LPA PROJECTS
Consultant agrees to:
(1) Make a detailed review of its existing insurance coverage,
(2) Compare that coverage to the expected scope of the work under this contract,
(3) Obtain the insurance coverage that it deems necessary to fully protect
Consultant from loss associated with the work. Also, Consultant shall have at a
minimum the insurance described below:
General Liability—
Limits of at least:
$ 1,000,000 Per Occurrence
$ 2,000,000 General Aggregate
$ 2,000,000 Completed Operations Aggregate (if applicable)
$ 1,000,000 Personal/Advertising Injury
• Consultant shall be responsible for the payment of any deductibles.
• Coverage shall be provided by a standard form Commercial General Liability Policy
covering bodily injury, property damage including loss of use, and personal injury.
• General Aggregate to apply on a Per Project Basis.
• The LPA shall be named as Additional Insured on a primary and non-contributory basis
including completed operations (the completed work/product) for three (3) years after the
work/product is complete.
• Consultant agrees to waive its rights of recovery against the LPA. Waiver of Subrogation
in favor of the LPA shall be added to, or included in, the policy.
• Contractual liability coverage shall be on a broad form basis and shall not be amended
by any limiting endorsements.
• If work is being done near a railroad track, the 50' railroad right of way exclusion must be
deleted.
• In the event that this contract provides for consultant to construct, reconstruct or produce
a completed product, products and completed operations coverage in the amount
provided above shall be maintained for the duration of the work, and shall be further
maintained for a minimum period of five years after final acceptance and payment.
Project No. MAPA-5049(4) EXHIBIT"C"
Control No. 22445 Sheet 1 of 3
Omaha Major Street Resurfacing 1
8.20
CM CAD Tech-CAD Designer/Tech Sr Technologist Hottovy,Arn $36.90
CAD Tech-CAD Designer/Tech Sr Technologist Jordan,Quinten $22.90
CAD Tech-CAD Designer/Tech Technologist I Lamblin,Eric $15.70
CAD Tech-CAD Designer/Tech Technologist I Olson,Jeremy $21.80
CAD Tech-CAD Designer/Tech Sr Technologist Peters,Mark $34.30
CAD Tech-CAD Designer/Tech Technologist II Salisbury,Tracy $21.50
CAD Tech-CAD Designer/Tech Technologist II Schrader,Sean $18.70
Drafter
C-Clerical Div Admin Asst Bruckner,Dianne $15.70
C-Clerical Bus Dev Hobelman,Alissa $19.10
C-Clerical Div Admin Asst Maxson,Angela $15.00
C-Clerical Bus Dev Nienhueser,Jeff $15.40
C-Clerical Office Asst Trutna,Jeanine $13.30
Survery Crew Chief Sr Surveyor Nissen,Ron RLS $37.30
Surveyor Surveyor Egger,John $26.00
Surveyor Party Chief Haas,Joe $18.30
Surveyor Inst Oper Weers,Tyler $16.40
Insp 1-Inspector 1 Field/Lab Tech I Cammack,Nicholas $13.00
Insp 1-Inspector 1 Field/Lab Tech I Delka,Kevin $15.20
Insp 1-Inspector 1 Field/Lab Tech I Doland,Ben $9.50
Insp 1-Inspector 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
• Policy shall not contain a total or absolute pollution exclusion. Coverage shall be
provided for pollution exposures arising from products and completed operations (as per
standard CG0001 Pollution Exclusion or equivalent). (If the standard pollution exclusion
as provided by CG0001 has been amended, please refer to the following section entitled
"Pollution Coverage.")
• Pollution Coverage—
• In the event that the standard pollution exclusion as provided by CG0001 has been
amended, coverage may be substituted with a separate Pollution Liability policy or a
Professional Liability policy that includes pollution coverage in the amount of$1.0 million
per occurrence and $1.0 million aggregate. If coverage is provided by a "claims made"
form, coverage will be maintained for three years after project completion. Any
applicable deductible is the responsibility of the Consultant.
Automobile Liability—
Limits of at least: $ 1,000,000 CSL Per Accident
• Coverage shall apply to all Owned, Hired, and Non-Owned Autos.
Workers' Compensation —
Limits: Statutory coverage for the State where the project is located.
Employer's Liability limits: $100,000 Each Accident
$100,000 Disease— Per Person
$500,000 Disease— Policy Limit
• Consultant agrees to waive its rights of recovery against the LPA. Waiver of
Subrogation in favor of the LPA shall be added to, or included in, the policy
Professional Liability—
Limits of at least: $ 1,000,000 per claim
• Coverage shall be provided for three years after work/project completion.
Electronic Data and Valuable Papers—
Limits of at least: $100,000 Electronic Data Processing Data and Media
$25,000 Valuable Papers
Umbrella/Excess—
Limits of at least: $1,000,000 Per Occurrence
• Policy shall provide liability coverage in excess of the specified Employers Liability,
Commercial General Liability and Auto Liability.
Project No. MAPA-5049(4) EXHIBIT "C"
Control No. 22445 Sheet 2 of 3
Omaha Major Street Resurfacing 1
chnologist Hottovy,Arn $36.90
CAD Tech-CAD Designer/Tech Sr Technologist Jordan,Quinten $22.90
CAD Tech-CAD Designer/Tech Technologist I Lamblin,Eric $15.70
CAD Tech-CAD Designer/Tech Technologist I Olson,Jeremy $21.80
CAD Tech-CAD Designer/Tech Sr Technologist Peters,Mark $34.30
CAD Tech-CAD Designer/Tech Technologist II Salisbury,Tracy $21.50
CAD Tech-CAD Designer/Tech Technologist II Schrader,Sean $18.70
Drafter
C-Clerical Div Admin Asst Bruckner,Dianne $15.70
C-Clerical Bus Dev Hobelman,Alissa $19.10
C-Clerical Div Admin Asst Maxson,Angela $15.00
C-Clerical Bus Dev Nienhueser,Jeff $15.40
C-Clerical Office Asst Trutna,Jeanine $13.30
Survery Crew Chief Sr Surveyor Nissen,Ron RLS $37.30
Surveyor Surveyor Egger,John $26.00
Surveyor Party Chief Haas,Joe $18.30
Surveyor Inst Oper Weers,Tyler $16.40
Insp 1-Inspector 1 Field/Lab Tech I Cammack,Nicholas $13.00
Insp 1-Inspector 1 Field/Lab Tech I Delka,Kevin $15.20
Insp 1-Inspector 1 Field/Lab Tech I Doland,Ben $9.50
Insp 1-Inspector 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
•
• The LPA, shall be an "Additional Insured".
• Consultant agrees to waive its rights of recovery against the LPA. Waiver of subrogation
in favor of the LPA shall be provided.
Additional Requirements—
• Any insurance policy shall be written by a reputable insurance company acceptable to
the LPA or with a current Best's Insurance Guide Rating of A — and Class VII or better,
and authorized to do business in Nebraska.
• Evidence of such insurance coverage in effect shall be provided to the LPA in the form
of an Accord certificate of insurance executed by a licensed representative of the
participating insurer(s), and must contain a clause granting at least 30 days prior written
notice to the LPA of intent to affect cancellation.
• Failure of the owner or any other party to review, approve, and/or reject a certificate of
insurance in whole or in part does not waive the requirements of this agreement.
• The Limits of Coverage's set forth in this document are suggested minimum limits of
coverage. The suggested limits of coverage shall not be construed to be a limitation of
the liability on the part of the consultant or any of its subconsultants/tier subconsultants.
The carrying of insurance described shall in no way be interpreted as relieving the
consultant, subconsultant, or tier subconsultant of any responsibility of liability under the
contract.
• If there is a discrepancy of coverage between this document and any other insurance
specification for this project, the greater limit or coverage requirement shall prevail.
•
Project No. MAPA-5049(4) EXHIBIT"C"
Control No. 22445 Sheet 3 of 3
Omaha Major Street Resurfacing 1
ocessing Data and Media
$25,000 Valuable Papers
Umbrella/Excess—
Limits of at least: $1,000,000 Per Occurrence
• Policy shall provide liability coverage in excess of the specified Employers Liability,
Commercial General Liability and Auto Liability.
Project No. MAPA-5049(4) EXHIBIT "C"
Control No. 22445 Sheet 2 of 3
Omaha Major Street Resurfacing 1
chnologist Hottovy,Arn $36.90
CAD Tech-CAD Designer/Tech Sr Technologist Jordan,Quinten $22.90
CAD Tech-CAD Designer/Tech Technologist I Lamblin,Eric $15.70
CAD Tech-CAD Designer/Tech Technologist I Olson,Jeremy $21.80
CAD Tech-CAD Designer/Tech Sr Technologist Peters,Mark $34.30
CAD Tech-CAD Designer/Tech Technologist II Salisbury,Tracy $21.50
CAD Tech-CAD Designer/Tech Technologist II Schrader,Sean $18.70
Drafter
C-Clerical Div Admin Asst Bruckner,Dianne $15.70
C-Clerical Bus Dev Hobelman,Alissa $19.10
C-Clerical Div Admin Asst Maxson,Angela $15.00
C-Clerical Bus Dev Nienhueser,Jeff $15.40
C-Clerical Office Asst Trutna,Jeanine $13.30
Survery Crew Chief Sr Surveyor Nissen,Ron RLS $37.30
Surveyor Surveyor Egger,John $26.00
Surveyor Party Chief Haas,Joe $18.30
Surveyor Inst Oper Weers,Tyler $16.40
Insp 1-Inspector 1 Field/Lab Tech I Cammack,Nicholas $13.00
Insp 1-Inspector 1 Field/Lab Tech I Delka,Kevin $15.20
Insp 1-Inspector 1 Field/Lab Tech I Doland,Ben $9.50
Insp 1-Inspector 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
DEFINITIONS
EXHIBIT "D"
Wherever in this Task Order the following terms are used, they will have the
following meaning:
"CONSULTANT" means Alfred Benesch & Company and any employees
thereof, whose business and mailing address is 14748 West Center Road, Suite
200, Omaha, NE 68144 and
"LPA" for this agreement LPA means City of Omaha. In this agreement, LPA
may also refer generally to a Local Public Agency. Local Public Agencies include,
but are not necessarily limited to; Nebraska Cities, Villages, Counties, Political
Subdivisions, Native American Tribes, and other entities or organizations found to
be eligible sub recipients of federal funds for transportation projects, and
"LPA MANUAL" shall mean the Nebraska Department of Roads' LPA
Guidelines Manual for Federal-Aid Projects, and
"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, and
"STATE" means the Nebraska Department of Roads in Lincoln, Nebraska, its
Director, or authorized representative. The State represents the United States
Department of Transportation on federally funded transportation projects sponsored
by a sub recipient of federal funds and any reference to the "State" in this Task
Order 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. j
1I
"DOT" means the United States Department of Transportation,
Washington, D.C. 20590, acting through its authorized representatives.
Project No. MAPA-5049(4) EXHIBIT "D"
Control No. 22445 Sheet 1 of 2
Omaha Major Street Resurfacing 1
e
• Policy shall provide liability coverage in excess of the specified Employers Liability,
Commercial General Liability and Auto Liability.
Project No. MAPA-5049(4) EXHIBIT "C"
Control No. 22445 Sheet 2 of 3
Omaha Major Street Resurfacing 1
chnologist Hottovy,Arn $36.90
CAD Tech-CAD Designer/Tech Sr Technologist Jordan,Quinten $22.90
CAD Tech-CAD Designer/Tech Technologist I Lamblin,Eric $15.70
CAD Tech-CAD Designer/Tech Technologist I Olson,Jeremy $21.80
CAD Tech-CAD Designer/Tech Sr Technologist Peters,Mark $34.30
CAD Tech-CAD Designer/Tech Technologist II Salisbury,Tracy $21.50
CAD Tech-CAD Designer/Tech Technologist II Schrader,Sean $18.70
Drafter
C-Clerical Div Admin Asst Bruckner,Dianne $15.70
C-Clerical Bus Dev Hobelman,Alissa $19.10
C-Clerical Div Admin Asst Maxson,Angela $15.00
C-Clerical Bus Dev Nienhueser,Jeff $15.40
C-Clerical Office Asst Trutna,Jeanine $13.30
Survery Crew Chief Sr Surveyor Nissen,Ron RLS $37.30
Surveyor Surveyor Egger,John $26.00
Surveyor Party Chief Haas,Joe $18.30
Surveyor Inst Oper Weers,Tyler $16.40
Insp 1-Inspector 1 Field/Lab Tech I Cammack,Nicholas $13.00
Insp 1-Inspector 1 Field/Lab Tech I Delka,Kevin $15.20
Insp 1-Inspector 1 Field/Lab Tech I Doland,Ben $9.50
Insp 1-Inspector 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
•
"STATE REPRESENTATIVE" means an employee of the State assigned by
the State to observe 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 requirements for Federal-aid funded local projects.
To "ABANDON"the Task Order means that the State has determined that
conditions or intentions as originally existed have changed and that the Task Order
as contemplated herein is to be renounced and deserted for as long in the future as
can be foreseen.
To "SUSPEND" the Task Order means that the State has determined that the
conditions or intentions as originally existed have changed and that the Task Order
as contemplated herein should be stopped on a temporary basis. This cessation
will prevail until the State determines to abandon or terminate the Task Order or to
reinstate it under the conditions as defined in this Task Order.
To "TERMINATE" or the "TERMINATION" of this Task Order is the cessation
or quitting of this Task Order based upon action or failure of action on the part of
the Consultant as defined herein and as determined by the State.
A "TASK ORDER" is a separate agreement between an LPA and Consultant
for Services on a specific LPA project.
Project No. MAPA-5049(4) EXHIBIT"D"
Control No. 22445 Sheet 2 of 2
Omaha Major Street Resurfacing 1
l Highway Administration, United States
Department of Transportation, Washington, D.C. 20590, acting through its
authorized representatives. j
1I
"DOT" means the United States Department of Transportation,
Washington, D.C. 20590, acting through its authorized representatives.
Project No. MAPA-5049(4) EXHIBIT "D"
Control No. 22445 Sheet 1 of 2
Omaha Major Street Resurfacing 1
e
• Policy shall provide liability coverage in excess of the specified Employers Liability,
Commercial General Liability and Auto Liability.
Project No. MAPA-5049(4) EXHIBIT "C"
Control No. 22445 Sheet 2 of 3
Omaha Major Street Resurfacing 1
chnologist Hottovy,Arn $36.90
CAD Tech-CAD Designer/Tech Sr Technologist Jordan,Quinten $22.90
CAD Tech-CAD Designer/Tech Technologist I Lamblin,Eric $15.70
CAD Tech-CAD Designer/Tech Technologist I Olson,Jeremy $21.80
CAD Tech-CAD Designer/Tech Sr Technologist Peters,Mark $34.30
CAD Tech-CAD Designer/Tech Technologist II Salisbury,Tracy $21.50
CAD Tech-CAD Designer/Tech Technologist II Schrader,Sean $18.70
Drafter
C-Clerical Div Admin Asst Bruckner,Dianne $15.70
C-Clerical Bus Dev Hobelman,Alissa $19.10
C-Clerical Div Admin Asst Maxson,Angela $15.00
C-Clerical Bus Dev Nienhueser,Jeff $15.40
C-Clerical Office Asst Trutna,Jeanine $13.30
Survery Crew Chief Sr Surveyor Nissen,Ron RLS $37.30
Surveyor Surveyor Egger,John $26.00
Surveyor Party Chief Haas,Joe $18.30
Surveyor Inst Oper Weers,Tyler $16.40
Insp 1-Inspector 1 Field/Lab Tech I Cammack,Nicholas $13.00
Insp 1-Inspector 1 Field/Lab Tech I Delka,Kevin $15.20
Insp 1-Inspector 1 Field/Lab Tech I Doland,Ben $9.50
Insp 1-Inspector 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
® b e n e s c h Alfred Benesch&Company
14748 W.Center Road,Suite 200
engineers•scientists.planners Omaha,NE 68144-2029
o www.benesch.com
P 402-333-5792
F 402-333-2248
PROFESSIONAL CONSTRUCTION ENGINEERING
SCOPE OF SERVICES
PROJECT NO.MAPA 5049(4)CN 22445
Omaha Major Street Resurfacing—Package 1,Omaha,NE
Alfred Benesch&Company(Benesch)proposes to provide the following scope of services for the
project. These services are provided in accordance with our executed Master Agreement for On-call CE
Services and the associated Task Order for this project. Personnel rates will be in accordance with
actual compensation rates in effect at the time the work is performed.
Assumptions
This scope of services and the associated professional fee are based upon the following assumptions:
• There will be approximately 125 total calendar days required to construct the project. The
project consists of multiple project sites and it is anticipated more than one site may be active
on a given working day.
• There will be one resident construction observer at each active job site per working day with an
approximate total average of 10 hours per working day.
• Benesch is required to provide asphalt or concrete plant inspection services consistent with
NDOR Materials Sampling Manual.
Project Management
• The Project Manager and the Engineering Intern will attend the pre-construction meeting. The
Engineering Intern will attend any weekly progress meetings and the Final Inspection.
• A testing coordination meeting with representatives of the City,NDOR,the Contractor,and
Benesch will be held to identify testing requirements,responsibilities,and reporting needs for
all items of work. This meeting will occur before the start of construction.
• Benesch will consult or coordinate requests for information related to the project design with
the City.
• The Project Manager,or his designated charge,will coordinate and oversee all project services
provided by Benesch,including any subconsultants.
Traffic Control Plan
The City shall prepare typical details for lane closures and restrictions for each project site. Benesch
shall monitor implementation of such details and requirements in accordance with the contract
documents,NDOR standards,and MUTCD standards. No traffic control plans will be developed by
Benesch as part of this scope of services.
Construction Inspection
Benesch's Resident Construction Observers will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
• benesch
engineers•scientists•planners
• Review change order or time extension request and forward to RC
• Review Contractor Pay Request and submit to RC
• Review critical path schedule prepared by the Contractor for appropriateness
• Review work zone traffic control devices daily to include weekly nighttime visual reflectivity
checks.
• Verify the performance of the work is in conformance with the plans and specifications
• Verify the suitability and acceptance of the material incorporated in the work
• Perform a final walk through inspection including preparation of a punch list and verification of
the resolution of identified items
Materials Sampling and Testing
Benesch will provide,perform,or otherwise coordinate the following material sampling and testing
services in accordance with the NDOR Materials Sampling Guide for the following project activities:
• Concrete Construction
• Asphalt Construction
Construction Survey/Staking
No Construction Staking/Surveying will be necessary for the Work to be completed.
Other services mutually agreeable to all parties may be added upon request.
struction observer at each active job site per working day with an
approximate total average of 10 hours per working day.
• Benesch is required to provide asphalt or concrete plant inspection services consistent with
NDOR Materials Sampling Manual.
Project Management
• The Project Manager and the Engineering Intern will attend the pre-construction meeting. The
Engineering Intern will attend any weekly progress meetings and the Final Inspection.
• A testing coordination meeting with representatives of the City,NDOR,the Contractor,and
Benesch will be held to identify testing requirements,responsibilities,and reporting needs for
all items of work. This meeting will occur before the start of construction.
• Benesch will consult or coordinate requests for information related to the project design with
the City.
• The Project Manager,or his designated charge,will coordinate and oversee all project services
provided by Benesch,including any subconsultants.
Traffic Control Plan
The City shall prepare typical details for lane closures and restrictions for each project site. Benesch
shall monitor implementation of such details and requirements in accordance with the contract
documents,NDOR standards,and MUTCD standards. No traffic control plans will be developed by
Benesch as part of this scope of services.
Construction Inspection
Benesch's Resident Construction Observers will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
o
o illo III S�
o : 1 Ili!!!!iiiir 1 .1=3. . ----- 1 11111
Ail i'v "1 el 1 i 11 NH 1 1 i i' WI I 111rili g =.' i-c \
15l-Ngi A; 1111!
lffilt
. I 1 ill
1 . INS
21
11
I
g -"s5 s .11 $a a N
-®3 . aaa y _
..0
r
y y"s :at
.ems _
•i4 a EI §9..6 .
-61 8 EP"a Is
i Ina&a-a- .aE s."s - -SE . a apsax 1s$ssase$ u...a"aa.a
�$ g u . -am
if
... . if
e b
ie .00 . if
i
F ray - b s r'-N'"ge_'
. -aea.e.NETaa=t;.ggaselsa••xa i
$8i$ s . $$assaea$n : e Ili!: al _
0
0
1;0114a 1 I1IP1
5 1 5ii$ € i'Idtll"uiittflhtlp'
GGGa ! g
"; Pcifigig/ --0 1 1 dc I
Et. t !1"j1hIi
I €' is I Mil
& 07 t� ; 3 Nagai
s t 8
3
li am
II
lant inspection services consistent with
NDOR Materials Sampling Manual.
Project Management
• The Project Manager and the Engineering Intern will attend the pre-construction meeting. The
Engineering Intern will attend any weekly progress meetings and the Final Inspection.
• A testing coordination meeting with representatives of the City,NDOR,the Contractor,and
Benesch will be held to identify testing requirements,responsibilities,and reporting needs for
all items of work. This meeting will occur before the start of construction.
• Benesch will consult or coordinate requests for information related to the project design with
the City.
• The Project Manager,or his designated charge,will coordinate and oversee all project services
provided by Benesch,including any subconsultants.
Traffic Control Plan
The City shall prepare typical details for lane closures and restrictions for each project site. Benesch
shall monitor implementation of such details and requirements in accordance with the contract
documents,NDOR standards,and MUTCD standards. No traffic control plans will be developed by
Benesch as part of this scope of services.
Construction Inspection
Benesch's Resident Construction Observers will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
FEES AND PAYMENTS
EXHIBIT "F"
The following requirements will apply to each Task Order with the LPA:
A. For performance of the work as outlined in this Task Order, the consultant will be
compensated for actual work performed up to a maximum of$347,406.61. The
Consultant's compensation shall not exceed this maximum without prior written
approval of the LPA. For the labor work, the Consultant shall be compensated for
acceptable costs in accordance with paragraph "D" of this section. Compensation
for direct non-salary costs will be in accordance with paragraph "E" of this section.
B. The Consultant shall not receive reimbursement for any costs incurred
by the Consultant prior to the Notice-to-Proceed date or after the
completion deadline date stated in the Task Order with the LPA.
C. Progress and final payments will be based on receipted invoices or certified billings
and compensation will be in accordance with 48 CFR 31. Final payment will be
based on an audit to be performed by the State at the conclusion of the work.
D. Acceptable Costs: Under this Task Order, the acceptable costs will consist of the
wages, overhead costs, and a Fee for Profit for employees' time they are working
directly on the project.
(1) Wages are defined as the actual hours an employee works directly on the
project multiplied by the established labor rates, as shown on Exhibit "B"
(a) Time records: The hours charged to the project must be supported by
adequate time distribution records. The records must clearly indicate
the distribution of hours to all activities on a daily basis for the entire
pay period, and there must be a system in place to ensure that time
charged to each activity is accurate.
(b) Hourly Rates: The hourly rates to be used in this Task
Order shall be the rates set out in Exhibit "B".
(c) Annual adjustments: The hourly rates and personnel list
for this Task Order may be reviewed and adjusted
annually beginning one (1) year after full execution of the
Master Agreement. Adjustment to the hourly rates and
personnel list will be accomplished by a supplemental
agreement to the Master Agreement. These adjusted rates
and personnel lists shall be used for future Task Orders
Project No. MAPA-5049(4) EXHIBIT "F"
Control No. 22445 Sheet 1 of 5
Omaha Major Street Resurfacing 1
eloped by
Benesch as part of this scope of services.
Construction Inspection
Benesch's Resident Construction Observers will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
but shall not be used to amend previously executed Task
Orders.
(2) Overhead Costs: include indirect salary costs, indirect non-salary costs, and
direct salary additives that are allowable in accordance with 48 CFR 31.
Overhead costs are to be allocated to the project as a percentage of direct
labor costs (wages). The Consultant will be allowed to charge the project
using its actual allowable overhead rate for the year the project labor was
incurred. Overhead rate increases which occur during the project period will
not be cause for an increase in the maximum amount established in
paragraph A of this Exhibit. When an audit is performed by the State at the
completion of the work, the actual allowable overhead rate for the year the
project labor was incurred will be applied to the direct labor costs (wages) for
that year. If a particular year's actual overhead has not yet been computed or
approved by the State, the most recent years' accepted rate will be applied.
The audit may result in additional funds due the Consultant or a cost due
from the Consultant to the State.
(3) Fee for Profit is calculated by multiplying the sum of the wages and overhead
costs billed by the negotiated fee for profit rate of 14%. The consultant will be
paid a "fee for profit" for only the services completed at the time the services
are fulfilled.
E. Direct Non-Salary Costs: Charges in this category include actual allowable
expenses for personnel away from their base of permanent assignment,
communication costs, document reproduction and printing costs, computer charges,
special equipment and materials required for the project, special insurance
premiums if required solely for this Task Order, and such other similar items.
A non-salary cost cannot be charged as a direct cost and also be included in
the Consultant's overhead rate. If, for reasons of practicality, the consultant is
treating a direct non-salary cost category, in its entirety, as an overhead cost, then
costs from that category are not eligible to be billed to this project as a direct
expense.
Payment for eligible direct non-salary costs must be made on receipted
invoices whenever possible, or on certified billings of the Consultant. For purposes
of standardization on this Task Order, the following expenses will be reimbursed at
actual costs, not to exceed the rates as shown below.
Project No. MAPA-5049(4) EXHIBIT "F"
Control No. 22445 Sheet 2 of 5
Omaha Major Street Resurfacing 1
rs will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
Company Automobile/Pick-up truck- The reimbursement for
automobile/pick-up truck mileage shall be the prevailing
standard rate as established by the Internal Revenue Services
through its Revenue Procedures - currently 51 cents per mile.
Company Survey Vehicle - Currently 53.5 cents per mile (2.5 cents above
Company Automobile/Pick-up truck)
Privately Owned Vehicle -Actual reimbursement to employee, not to
exceed rates shown for company vehicles outlined above
Automobile Rental -Actual reasonable cost
Air fare-Actual reasonable cost, giving the State all discounts
Lodging - Actual cost—excluding taxes and fees: Not to
exceed the federal lodging reimbursement guidelines,
as periodically determined by the U.S. General
Services Administration —currently at the following
rates:
Not to exceed *$70.00 per person daily
*Omaha/Douglas County, not to exceed
$101.00 per person daily
Meals - Actual cost— including tax and gratuity: Not to exceed the federal
per meal reimbursement guidelines, as periodically determined by
the U.S. General Services Administration—currently at the
following rates:
Statewide Omaha/Douglas County
Breakfast $ 7.00 $ 10.00
Lunch 11.00 15.00
Dinner 23.00 31.00
Totals $41.00 $56.00 (Includes tax and gratuity)
For the Consultant and its employees to be eligible for the meal
allowance, the following criteria must be met.
Breakfast: (a) Employee is required to depart at or
before 6:30 a.m., or
(b) Employee is on overnight travel.
Project No. MAPA-5049(4) EXHIBIT "F"
Control No. 22445 Sheet 3 of 5
Omaha Major Street Resurfacing 1
ged as a direct cost and also be included in
the Consultant's overhead rate. If, for reasons of practicality, the consultant is
treating a direct non-salary cost category, in its entirety, as an overhead cost, then
costs from that category are not eligible to be billed to this project as a direct
expense.
Payment for eligible direct non-salary costs must be made on receipted
invoices whenever possible, or on certified billings of the Consultant. For purposes
of standardization on this Task Order, the following expenses will be reimbursed at
actual costs, not to exceed the rates as shown below.
Project No. MAPA-5049(4) EXHIBIT "F"
Control No. 22445 Sheet 2 of 5
Omaha Major Street Resurfacing 1
rs will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
Lunch: (a) Employee must be on overnight travel.
No reimbursement for same day travel.
(b) Employee is required to leave for
overnight travel at or before 11:00 a.m.,
or
(c) Employee returns from overnight travel
at or after 2:00 p.m.
Dinner: (a) Employee returns from overnight travel
or work location at or after 7:00 p.m., or
(b) Employee is on overnight travel.
Meals are not eligible for reimbursement if the
employee eats within 20 miles of the headquarters
town of the employee.
The Consultant shall note the actual lodging and meal costs in a
daily diary, expense report, or on the individual's time report
along with the time of departure to the project and time of return
to the headquarters town. The total daily meal costs must not
exceed $41.00 per person, with the exception of Omaha/Douglas
County, which must not exceed $56.00 per person (includes tax
and gratuity). When requested by LPA or State, the Consultant
will provide a copy of the meal receipts.
F. The Consultant shall submit invoices to the LPA at a minimum of monthly intervals
and in accordance with the "LPA Procedure for Processing Invoices" located on the
State's webpage at: www.transportation.nebraska.qov/qov-aff/downloads.htm.
The invoices must present acceptable direct labor, actual overhead, actual
direct non-salary costs, as well as fee for profit. The invoices must identify each
employee by name and classification, the hours worked, and each individual's
acceptable labor cost applying the labor rates stated in Exhibit "B". Direct non-
salary expenses must be itemized and provide a complete description of each item
billed. See LPA Guidelines Manual for Federal-Aid projects, Chapter 13,
Section 13.3, paragraph 4, for additional requirements.
Each monthly invoice must be substantiated by a progress report which is to
include/address, as a minimum:
1. A description of the work completed for that period
Project No. MAPA-5049(4) EXHIBIT"F"
Control No. 22445 Sheet 4 of 5
Omaha Major Street Resurfacing 1
pted
invoices whenever possible, or on certified billings of the Consultant. For purposes
of standardization on this Task Order, the following expenses will be reimbursed at
actual costs, not to exceed the rates as shown below.
Project No. MAPA-5049(4) EXHIBIT "F"
Control No. 22445 Sheet 2 of 5
Omaha Major Street Resurfacing 1
rs will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
•
2. A description of the work anticipated for the next pay period
3. Information needed from LPA
4. Percent of work completed to date
5. A completed "Cost Breakdown Form" which is located on the
State's webpage at www.transportation.nebraska.qov/rfp.
If the Consultant does not submit a monthly invoice, it shall submit its
progress report monthly.
H. The State, on behalf of LPA, will make every effort to pay the Consultant within 30
days of receipt of the Consultant's invoices. Payments are dependent upon
whether the monthly progress reports provide adequate substantiation for the work
and whether the State determines that the work submitted is satisfactory. Upon
determination that the work was adequately substantiated and satisfactory,
payment will be made in the amount of 95 percent of the billed actual costs. The
final 5% will be paid upon completion of the work required under this Task Order,
acceptance by the LPA and State, and a final audit of all invoiced amounts has
been completed by the State or its authorized representative. The Consultant
agrees to reimburse the State for any overpayments discovered by the State or its
authorized representative.
The acceptance by the Consultant of the final payment will constitute and
operate as a release to the LPA and State for all claims and liability to the
Consultant, its representatives, and assigns, for any and all things done, furnished,
or relating to the services rendered by or in connection with the Master Agreement
or any part thereof.
The Consultant shall maintain all books, documents, papers, accounting records,
and other evidence pertaining to costs incurred and shall make such materials
available for examination at its office at all reasonable times during the agreement
period and for three years from the date of final project acceptance by FHWA under
this agreement. Such materials must be available for inspection by the State,
FHWA, or any authorized representative of the federal government, and copies
thereof shall be furnished by the Consultant, when requested.
Project No. MAPA-5049(4) EXHIBIT "F"
Control No. 22445 Sheet 5 of 5
Omaha Major Street Resurfacing 1
fied billings of the Consultant. For purposes
of standardization on this Task Order, the following expenses will be reimbursed at
actual costs, not to exceed the rates as shown below.
Project No. MAPA-5049(4) EXHIBIT "F"
Control No. 22445 Sheet 2 of 5
Omaha Major Street Resurfacing 1
rs will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
Alfred Benesch&Company
•
•
0 benesch
14748 W.Center Road,Suite 200
engineers•scientists •planners Omaha,NE 68144-2029
www.benesch.com
P 402-333-5792
F 402-333-2248
PROPOSED PROJECT TEAM
PROJECT NO. MAPA-5038(17) CN 22446
Omaha Major Street Resurfacing — Package 2, Omaha, Omaha, NE
Benesch proposes to utilize the following individuals in conjunction with performing the scope
of services for the above projects. These individuals are identified in our executed Master ,_
Consultant Work Order
(Local Projects) 1
Project No.: Control No.:
Consultant:(Name and Representative) Agreement No.: Work Order No.:
LPA:(Name and Representative) Constr.Change Order No.:(If applicable)
All parties agree the following described work needs to be performed by the consultant as part of the referenced
project. All parties concur and hereby give notice to proceed based on the following: justification to modify
contract, scope of services, deliverables, schedule, and estimated total fee. All other terms of existing agreements
between the parties are still in effect. It is understood by all parties that the work described herein will become part
of a future supplement to the agreement indicated above.
Justification to modify agreement:(Include scope of services,deliverables,and schedule)
Work Title Summary of Fee
A. Total Direct Labor Cost =
B. Overhead(Factor*x A) _
C. A+B =
D. Profit/Fee(Factor**x C) =
*Overhead Factor: % E. Direct Non-Labor Cost =
**Profit/Fee Factor: % F. Subconsultant Services =
Total Fee Notes: TOTAL FEE: C+'D+E+F =
❑ ESTIMATED TOTAL FEE:
❑ FINAL TOTAL FEE:
Work Order Authorization— May be granted by email and attached to this document.
Consultant:
Name Signature Date
LPA:
Name Signature Date
LPD PC(for Preliminary Engineering)and State Rep. (for Construction Engineering): Notice to Proceed
will be granted by
• email by LPD PC.
Name Signature Date
FHWA: Notice to Proceed Date:
Name Signature Date
Distribution: Consultant, LPA—RC, State Rep., FHWA, LPD PC, NDOR Agreements Engineer, Highway Funds Manager
DR Form 250,October 2010
1
rol No. 22445 Sheet 2 of 5
Omaha Major Street Resurfacing 1
rs will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
f
WHEREAS, the City Council approved an Agreement with the State of Nebraska
Department of Roads (NDOR) by Council Resolution No. 259 on March 9, 2010 for Federal
Funding for Major Street Resurfacing (package 1) in various locations 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 construction of this project identified as Federal Aid
Project MAPA-5049(4), CN 22445 and OPW 51907, and that the City of Omaha would pay
costs as set forth in the agreement; and,
WHEREAS, the City has selected Alfred Benesch & Company to provide
professional project management and construction engineering services for this street resurfacing
project, according to the attached Task Order Agreement, which by this reference is made part
hereof, for the sum not to exceed$347,406.61; and,
WHEREAS, Federal Transportation Funds are currently programmed to cover
80% of eligible project costs, leaving the City's expected local funding cost share to be
$69,481.32, which will be paid from the City Street Maintenance Fund 12129, Major Street
Resurfacing Organization 116159, year 2011 expenditure.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, as recommended by the Mayor, the Task Order Agreement between the
City of Omaha and Alfred Benesch & Company for project management and construction
engineering on project MAPA-5049(4), CN 22445, and OPW 51907, being Major Street
Resurfacing (package 1) in various locations in the City of Omaha, with the City's expected local
share in the amount of $69,481.32 to be paid from the City Street Maintenance Fund 12129,
Major Street Resurfacing Organization 116159, year 2011 expenditure, is hereby approved.
BE IT FURTER RESOLVED THAT:
THAT, the City Council hereby authorizes the Mayor and City Clerk to sign the
attached Agreement on behalf of the City of Omaha.
l 163htp
APPROVED AS TO FORM:
r. pg14,4444"... ' '
By
Councilmember / '�Z_/j
Adopted AP .1...9. .11 ' 7-0 DEPUTY CITY ATTORNEY DATE
ity Clerk ilki
Il
Approved... .. ... .... .
Mayor
I
tant, LPA—RC, State Rep., FHWA, LPD PC, NDOR Agreements Engineer, Highway Funds Manager
DR Form 250,October 2010
1
rol No. 22445 Sheet 2 of 5
Omaha Major Street Resurfacing 1
rs will provide,perform,or otherwise coordinate the
following duties and services,as appropriate,in accordance with the Nebraska Department of Roads
Construction Manual.
• Collect and file all delivery tickets and material certifications
• Communicate and coordinate plan revisions and change orders with the City
• Conduct wage rate interviews
• Maintain project field diaries,files,and records in SiteManager
• Measure and calculate quantities of pay items
• Monitor construction activities for compliance with NEPA permitting(Wetlands 404,Flood
Plain,NPDES,etc.)
• Prepare a field checked culvert list for any proposed culverts
• Prepare a monthly progress report
• Provide the City information necessary to complete as-built plans
E Xl-„A,.c\-- E
r 1 Field/Lab Tech II Gipson,Sean $14.50
Insp 1-Inspector 1 Field/Lab Tech III Luedke,Chad $20.50
Insp 1-Inspector 1 Field/Lab Tech III MacDonald,Jim $16.70
Insp 1-Inspector 1 Sr Field/Lab Tech Mounce,Scott $25.10
Insp 1-Inspector 1 Field/Lab Tech I Petersen,Terri $10.20
Insp 1-Inspector 1 Field/Lab Tech I Watson,Tim $14.50
CM Insp 2-Inspector 2 Technologist I Ayala,Jesse $18.20
Insp 2-Inspector 2 Project Manager I Beil,Andrew $46.40
Insp 2-Inspector 2 Sr Technologist Beil,Kim $39.00
Insp 2-Inspector 2 Const Rep II De Los Santos,Jesse $24.70
Insp 2-Inspector 2 Sr Field/Lab Tech Delka,Ray $32.00
Insp 2-Inspector 2 Project Engineer II Desh,Brandon $31.00
Insp 2-Inspector 2 Project Engineer I Hanquist,Nate $33.10
Insp 2-Inspector 2 Designer II Hastings,Jess $25.50
Insp 2-Inspector 2 Designer I Hennings,Chris $23.00
Insp 2-Inspector 2 Project Engineer II Herr,Jason $31.00
Insp 2-Inspector 2 Sr Technologist Hottovy,Arn $36.90
Insp 2-Inspector 2 Designer II Isom,Larry $22.60
Insp 2-Inspector 2 Const Rep II Jambor,Ben $21.00
Insp 2-Inspector 2 Sr Technologist Jordan,Quinten $22.90
CM Insp 2-Inspector 2 Field/Lab Tech III Kalkwarf,Scott $18.00
Insp 2-Inspector 2 Designer II Larsen,Tim $21.70
Insp 2-Inspector 2 Project Sci II Letts,Josh $20.30
CM Insp 2-Inspector 2 Sr Field/Lab Tech McElravy,Don $29.00
Insp 2-Inspector 2 Project Engineer I Mohlman,Justin $31.10
Insp 2-Inspector 2 Sr Field/Lab Tech Morong,Ken $22.80
Insp 2-Inspector 2 Field/Lab Tech II Nagle,Pat $15.40
Insp 2-Inspector 2 Technologist I Olson,Jeremy $21.80
Insp 2-Inspector 2 Sr Technologist Peters,Mark $34.30
Insp 2-Inspector 2 Technologist II Salisbury,Tracy $21.50 1
Insp 2-Inspector 2 Technologist II Schrader,Sean $18.70
CM lnsp 2-Inspector 2 Field/Lab Tech III Wells,Brant $16.00
Insp 2-Inspector 2 Project Sci II Westphal,Greg $22.20
Insp 2-Inspector 2 Field/Lab Tech III Windhorst,Jason $15.80
Insp 2-Inspector 2 Designer II Yates,Austin $24.70
Exhibit"B"
Sheet 2 of 2
E
U p
0 0 0 0 0 0 0 `� 13, U U (-.1
CC m W U a v m c a C o Z o
a a a a a a a m a a a a � a 3 1- r w a ci a' 800 u u a m o
N CC N N N N N C C N CV N N N N CV N N N CV N N N CV CCC CV N NN NN N
v Y a I Y 4 Y 1 ? Y Y Y ? Y Y 1 I Y 1 '9'9 ' Y v q '
W W W W W W W W W W CO W W CD W W W W W W W W CD W t0 t0 W W W W W W
v o v v o v .. v v c v o v v c v v v 0 o 0 0 o v 0 v a s v v v
N ('CO 00000 N N N.I. N N N N N N N N N N N N N N N N N N NO N
Y 1- 1. /q v a Y a 1. 1" 'I Y Y' I ¶' V I q a 'l .a. • y q
co co CD CD CD CO CO CO CO CO CD CO CD CO CD CO CD CD CD CO CD CO co CD CD CO
C C C C C C C C C C C C C C C C C C C C C C C C C C
N N N N N N N N N N N N N N N N N N N N N N N N N N
,.. . 0n (") x iti ? o�i d CD 7 N CD p y qd
'; '-h0r) EL -n - � � Fir L' � x5- o *.
rm
a, o •, �Q 0 r* o
b w O ofoo O o ' a y "
I
l� MI N Hhli ;
E. cr p n (CD 0
g. cf \
CD
4y ��. � � o (-) �
C) p- ff C)
� h A N V) p n - O
O O 0 0 O ,-C O N C� O O O E.
r s Q. cD �-' '. '. r-t� vi v� '. '.� i-t ,-r, c°
, - -
r1 -
r.
r
` w\
APPROVED AS 0 FORM:
/a/./A.,
DEPUTY CITY x; _y
Project No. BR-5026(11) - 26-
Control No. 22325
26th and "Q" Street Bridge 1
§ 'fb
k
111