RES 2011-0192 - Agmt with Thiele Geotech Inc for street resurfacing nad rehabilitation projects a
i��yAAHA,NFd
' `� ,� �
oraivr Public Works Department
6� V
( Omaha/Douglas Civic Center
� �• ,� 1819 Farnam Street,Suite 601
March 29, 2011 � ,ti Omaha,Nebraska 68183-0601
(402)444-5220
4-kb FEDI, CITY CLERK Fax(402)444-5248
City of Omaha M' �'o A, U R .SKr a 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 Material Engineering & Testing Services
Agreement with Thiele Geotech, Inc. for asphalt material testing, inspection, and project
management services for street resurfacing and rehabilitation projects from January 31, 2011 to
December 31, 2011.
The scope of work and costs are detailed in Exhibit "C", "D" and "E" of the Agreement. The
services will be used as needed for street resurfacing projects in 2011. The maximum to be paid
under this contract is $250,000. All costs under this contract will be paid from the City Street
Maintenance Fund 12129, Residential Street Rehab Organization 116161, year 2011
expenditure.
Thiele Geotech, Inc. has filed the required Annual Contract Compliance Report, Form, CC-1, in
the Human Rights and Relations Department.
The Public Works Department requests your consideration and approval of the attached
Resolution and Agreement.
Respectfully submitted, Referred to City Council for Consideration:
6
_;oLe,p>,,acD 1211iI
wan,
R bert G. Stubbe, P.E. Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
6374•4-11 - Iii?jawaiaL Ix /11
..
Pam Spaccarotella Date Human Rights and Relations Date
Finance Director Department
1126htp
. •ty Clerk 346/
Approved...
/ffas
Mayor
Absorption and Specific Gravity of Aggregate(ea.) 2.0 80.00 160.00
Sieve Analysis of Aggregate(ea.) 2.0 70.00 140.00
Organic Impurities(ea.) 2.0 50.00 100.00
Clay Lumps and Friable Particles(ea.) 2.0 75.00 150.00
Sand Equivalent(ea.) 1.0 73.00 73.00
Fine Aggregate Angularity(ea.) 1.0 80.00 80.00
Coarse Aggregate Angularity(ea.) 1.0 80.00 80.00
HMA Marshall(%AC, Gradation, MLD, MTD)/(set) 2.0 375.00 750.00
Level III Technician(/hr.) 3.0 60.00 180.00
Trip Charge-Zone 1 (/trip) 2.0 50.00 100.00
Asphalt Specimen Coring(ea.) 6.0 60.00 360.00
• Core Compaction and Measured Length(ea.) 6.0 26.00 156.00
Trip Charge-Zone 1 (/trip) 2.0 50.00 100.00
Miscellaneous
Senior Engineer(/hr.) 33.0 140.00 4,620.00
Modified Proctor(ea.) 2.0 165.00 330.00
Atterberg Limits(/set) 2.0 68.00 136.00
Sieve Analysis of Aggregate(ea.) 1.0 70.00 70.00 .
Subtotal 18,169.00
Contingency
discretionary tests, retests, and other tests not listed 10% 1,820.00
Total 19,989.00
Other Services
Thiele G e o t e c h Inc
Exhibit "B"
MATERIAL ENGINEERING& TESTING SERVICES AGREEMENT
THIS AGREEMENT is hereby made and entered into this 28th day of February, 2011, by and between the
City of Omaha, a municipal corporation located in Douglas County, Nebraska (hereinafter referred to as the
"City"), and Thiele Geotech, Inc. (hereinafter referred to as the "Provider"), on the terms, conditions and
provisions as set forth herein below.
I. PROJECT NAME AND DESCRIPTION
ASPHALT MATERIAL TESTING,INSPECTION& PROJECT MANAGEMENT
II. DUTIES OF PROVIDER
A. Provider agrees to perform professional services, as set out and more fully described in the
Proposal attached hereto, for the City, relative to the above-referenced project. Such services shall
be completed on an on-call basis as requested by the City field representative or project engineer.
B. Provider designates Robert E. Matlock, P.E. whose business address and phone number are
13478 Chandler Road, Omaha, Nebraska 68138-7831, (402) 556-2171 as its project manager
and contact person for this project.
C. Provider agrees to maintain records and accounts, including personnel, financial and property
records, sufficient to identify and account for all costs pertaining to the project and certain other
records as may be required by the City to assure a proper accounting for all project funds. These
records shall be made available to the City for audit purposes and shall be retained for a period of
five(5)years after the expiration of this Agreement.
D. Provider agrees to provide services and prepare a schedule of compensation, detailing unit rates,
and hourly rates as set out and more fully described in the proposal attached hereto, for the City,
relative to the above referenced project which is illustrated in Exhibits C,D, and E attached hereto.
E. Provider agrees to provide services from January 31, 2011, to December 31, 2011, when and as
directed by the City.
F. Provider agrees to have a current Contract Compliance Form (CC-1)on file with the City's Human
Rights and Relations Department prior to signing the agreement.
III. DUTIES OF CITY
A. City designates David Noonan whose business address and phone number are 1819 Farnam
Street, Omaha Nebraska 68183, 402-444-5280 as its contact person for this project, who shall
provide a notice to proceed and such other written authorizations as are necessary to commence for
proceed with the project and various aspects of it.
IV. COMPENSATION AND PAYMENT
A. The cost of services as specified in the Scope of Service, shall be performed on an hourly or unit
price basis,but in no event shall exceed$250,000.00.
B. Reimbursable expenses shall be billed to the City by the Provider.
2.0 50.00 100.00
Asphalt Specimen Coring(ea.) 6.0 60.00 360.00
• Core Compaction and Measured Length(ea.) 6.0 26.00 156.00
Trip Charge-Zone 1 (/trip) 2.0 50.00 100.00
Miscellaneous
Senior Engineer(/hr.) 33.0 140.00 4,620.00
Modified Proctor(ea.) 2.0 165.00 330.00
Atterberg Limits(/set) 2.0 68.00 136.00
Sieve Analysis of Aggregate(ea.) 1.0 70.00 70.00 .
Subtotal 18,169.00
Contingency
discretionary tests, retests, and other tests not listed 10% 1,820.00
Total 19,989.00
Other Services
Thiele G e o t e c h Inc
Exhibit "B"
it P
C. INCREASE OF FEES
The parties hereto acknowledge that, as of the date of the execution of the Agreement, Section 10-
142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases
which taken alone increase the original fee as awarded (a) by ten percent, if the original fee is one
hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars
($75,000) or more, shall be approved by the City Council in advance of the acceptance of any
purchase in excess of such limits. However, neither contract nor purchase amendments will be
split to avoid advance approval of the City Council.
The originally approved scope and primary features of a contract or purchase will not be
significantly revised as a result of amendments not approved in advance by the city council. The
provisions of this section will be quoted in all future city contracts. Nothing in this section is
intended to alter the authority of the mayor under section 5.16 of the Charter to approve immediate
purchases.
V. OWNERSHIP
The City acknowledges the Provider's construction documents, including electronic files, as
instruments of professional service. Nevertheless, upon completion of the services and payment in
full of all monies due to the Provider, the final construction documents prepared under this
Agreement shall become the property of the City. The City shall not reuse at another site or make
any modification to the construction documents without the prior written authorization of the
Provider. The City agrees, to the fullest extent permitted by law, to indemnify and hold harmless
the Provider, its officers, directors, employees and subconsultants (collectively, Provider) against
any damages, liabilities or costs, including reasonable attorneys' fees and defense costs, arising
from or in any way connected with the unauthorized reuse or modification of the construction
documents by the City, regardless of whether such reuse or modification is for use at the Project
site or another site.
VI. ADDITIONAL SERVICES
In the event additional services for the aforementioned project not covered under this Agreement are
required,Provider agrees to provide such services at a mutually agreed upon cost.
VII. INSURANCE REQUIREMENTS
Provider shall carry professional liability insurance in the minimum amount of one half million dollars
and shall carry workers' compensation insurance in accordance with the statutory requirements of the
State of Nebraska.
VIII. INDEMNIFICATION
(1) The Provider agrees, to the fullest extent permitted by law, to indemnify and hold harmless the
City, its officers, directors and employees (collectively, City) against all damages, liabilities or
costs, including reasonable attorneys' fees and defense costs, to the extent caused by the Provider's
negligent performance of professional services under this Agreement and that of its subconsultants
or anyone for whom the Provider is legally liable. The City agrees, to the fullest extent permitted
by law, to indemnify and hold harmless the Provider, its officers, directors, employees and
subconsultants (collectively, Provider) against all damages, liabilities or costs, including
reasonable attorneys' fees and defense costs in connection with the Project, to the extent caused by
the City's negligent acts or the negligent acts of anyone for whom the City is legally liable. Neither
the City nor the Provider shall be obligated to indemnify the other party in any manner whatsoever
for the other party's own negligence.
{ I -
IX. TERMINATION OF AGREEMENT
This Agreement may be terminated by the City upon written notice to the provider of such
termination and specifying the effective date at least seven (7) days prior to the effective date of
such termination. In the event of termination, the provider shall be entitled to just and equitable
payment for services rendered to the date of termination, and all finished or unfinished
documents, data surveys, studies, drawings, maps, models, reports or photographs shall become,
at the City's option, its property.
X. GENERAL CONDITIONS
A. Non-discrimination. Provider shall not, in the performance of this Agreement, discriminate
or permit discrimination in violation of federal or state laws or local ordinances because of
race, color, sec, age, or disability as recognized under 42 USCS 12101 et seq. and Omaha
Municipal Code section 13-89,political or religious opinions,affiliations or national origin.
B. Captions. Captions used in this Agreement are for convenience and are not used in the
construction of this Agreement.
C. Applicable Laws. Parties to this Agreement shall conform with all existing and applicable
city ordinances, resolutions, state laws, federal laws, and existing and applicable rules and
regulations. Nebraska law will govern the terms and the performance under this Agreement.
D. Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter, no elected official
or any officer or employee of the City shall have a financial interest, direct or indirect, in any
City Agreement. Any violation of this section with the knowledge of the person or
corporation contracting with the City shall render the Agreement voidable by the Mayor or
Council.
E. Interest of the Provider. The Provider covenants that he presently has no interest and shall
not acquire any interest, direct or indirect, which would conflict with the performance of
services required to be performed under this Agreement; he further covenants that in the
performance of this Agreement,no person having any such interest shall be employed.
F. Merger. This Agreement shall not be merged into any other oral or written agreement, lease
or deed of any type. This is the complete and full agreement of the parties.
G. Modification. This Agreement contains the entire Agreement of the parties. No
representations were made or relied upon by either party other than those that are expressly
sat forth herein. No agent, employee or other representative of either party is empowered to
alter any of the terms hereof unless done in writing and signed by an authorized officer of the
respective parties.
H. Assignment. The Provider may not assign its rights under this Agreement without the
express prior written consent of the City.
I. Strict Compliance. All provisions of this Agreement and each and every document that shall
be attached shall be strictly complied with as written, and no substitution or change shall be
made except upon written direction from authorized representative.
ld harmless the Provider, its officers, directors, employees and
subconsultants (collectively, Provider) against all damages, liabilities or costs, including
reasonable attorneys' fees and defense costs in connection with the Project, to the extent caused by
the City's negligent acts or the negligent acts of anyone for whom the City is legally liable. Neither
the City nor the Provider shall be obligated to indemnify the other party in any manner whatsoever
for the other party's own negligence.
r 4 n. i
J. LB 403 Contract Provisions. -NEW EMPLOYEE WORK ELIGIBILITY STATUS-The
Contractor is required and hereby agrees to use a federal immigration verification system to
determine the work eligibility status of new employees physically performing services within
the State of Nebraska. A federal immigration verification system means the electronic
verification of the work authorization program authorized by the Illegal Immigration Reform
and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program,
or an equivalent federal program designated by the United States Department of Homeland
Security or other federal agency authorized to verify the work eligibility status of a newly
hired employee
If the Contractor is an individual or sole proprietorship, the following applies: 1. The
Contractor must complete the United States Citizenship Attestation Form, available on the
Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor
indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to
provide the US Citizenship and Immigration Services documentation required to verify the
Contractor's lawful presence in the United States using the Systematic Alien Verification for
Entitlements (SAVE) Program. 3. The Contractor understands and agrees that lawful
presence in the United States is required and the Contractor may be disqualified or the
contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat.
§4-108.
K. Contract Compliance Ordinance No.35344,Section 10-192
Equal Employment Opportunity Clause
During the performance of this contract,the contractor agrees as follows:
1) The contractor shall not discriminate against any employee applicant for employment
because of race, religion, color, sex, national origin, or disability as defined by the
Americans With Disabilities Act of 1990 and Omaha Municipal Code 13-89. The
contractor shall take affirmative action to ensure that applicants are employed and that
employees are treated during employment without regard to their race, religion, color,
sex or national origin. The contractor shall take all actions necessary to comply with the
Americans With Disabilities Act of 1990 and Omaha Municipal Code (Chapter 13)
including, but not limited to, reasonable accommodation. As used herein, the word
"treated" shall mean and include, without limitation, the following: Recruited, whether
advertising or by other means; compensated; selected for training, including
apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and
terminated. The contractor agrees to and shall post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the contracting
officers setting forth the provisions of this nondiscrimination clause.
2) The contractor shall, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to race,religion, color, sex or national origin.
3) The contractor shall send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
j r -
4) The contractor shall furnish to the contract compliance officer all federal forms
containing the information and reports required by the federal government for federal
contracts under federal rules and regulations, and including the information required by
section 10-192 to 10-194, inclusive, and shall permit reasonable access to his records.
Records accessible to the contract compliance officer shall be those which are related to
paragraphs(1)through(7)of this subsection and only after reasonable notice is given the
contractor. The purpose of this provision is to provide for investigation to ascertain
compliance with the program provided for herein.
5) The contractor shall take such actions with respect to any subcontractor as the city may
direct as a means of enforcing the provisions of paragraphs (1) through (7) herein,
including penalties and sanctions for noncompliance; however, in the event the
contractor becomes involved in or is threatened with litigation as the result of such
directions by the city, the city will enter into such litigation as is necessary to protect the
interests of the city and to effectuate these provisions(of this division); and in the case of
contracts receiving federal assistance, the contractor or the city may request the United
States to enter into such litigation to protect the interests of the United States.
6) The contractor shall file and shall cause his subcontractors, if any to file compliance
reports with the contractor in the same form and to the same extent as required by the
federal government for federal contracts under federal rules and regulations. Such
compliance reports shall be filed with the contract compliance officer. Compliance
reports filed at such times as directed shall contain information as to the employment
practices,policies,programs and statistics of the contractor and his subcontractors.
7) The contractor shall include the provisions of paragraphs (1)through (7) of this section,
"Equal Employment Opportunity Clause," and section 10-193 in every subcontract of
purchase order so that such provisions will be binding upon each subcontractor or
vendor.
EXECUTED this 28th day of February , 2011 .
/
Thiele Geotech,Inc.
Provider
By
ATTEST Robert E. Matlock
Vice President
(Title)
E CUTE')this 3/"day of /�Lg,3/ , ,,2e//.
CITY OF OMAHA,A Municipal Corporation
Dot. By
ST 4. _ May , 'Officeavit-4FAr(-
APP OVED7TO FORM: `
3-9'//
Assistant City Attorney,
ted; downgraded; transferred; laid off; and
terminated. The contractor agrees to and shall post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the contracting
officers setting forth the provisions of this nondiscrimination clause.
2) The contractor shall, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to race,religion, color, sex or national origin.
3) The contractor shall send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
f r
LB 403 Contract Provisions
NEW EMPLOYEE WORK ELIGIBILITY STATUS
The Contractor is required and hereby agrees to use a federal immigration verification
system to determine the work eligibility status of new employees physically performing
services within the State of Nebraska.A federal immigration verification system means
the electronic verification of the work authorization program authorized by the Illegal
Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a,known
as the E-Verify Program, or an equivalent federal program designated by the United
States Department of Homeland Security or other federal agency authorized to verify the
work eligibility status of a newly hired employee.
If the Contractor is an individual or sole proprietorship,the following applies:
1. The Contractor must complete the United States Citizenship Attestation Form,
available on the Department of Administrative Services website at
www.das.state.ne.us.
2. If the Contractor indicates on such attestation form that he or she is a qualified
alien,the Contractor agrees to provide the US Citizenship and Immigration
Services documentation required to verify the Contractor's lawful presence in the
United States using the Systematic Alien Verification for Entitlements (SAVE)
Program.
•
3. The Contractor understands and agrees that lawful presence in the United States is
required and the Contractor may be disqualified or the contract terminated if such
lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108.
federal government for federal contracts under federal rules and regulations. Such
compliance reports shall be filed with the contract compliance officer. Compliance
reports filed at such times as directed shall contain information as to the employment
practices,policies,programs and statistics of the contractor and his subcontractors.
7) The contractor shall include the provisions of paragraphs (1)through (7) of this section,
"Equal Employment Opportunity Clause," and section 10-193 in every subcontract of
purchase order so that such provisions will be binding upon each subcontractor or
vendor.
EXECUTED this 28th day of February , 2011 .
/
Thiele Geotech,Inc.
Provider
By
ATTEST Robert E. Matlock
Vice President
(Title)
E CUTE')this 3/"day of /�Lg,3/ , ,,2e//.
CITY OF OMAHA,A Municipal Corporation
Dot. By
ST 4. _ May , 'Officeavit-4FAr(-
APP OVED7TO FORM: `
3-9'//
Assistant City Attorney,
ted; downgraded; transferred; laid off; and
terminated. The contractor agrees to and shall post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the contracting
officers setting forth the provisions of this nondiscrimination clause.
2) The contractor shall, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to race,religion, color, sex or national origin.
3) The contractor shall send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
l
f a
EXHIBIT"A" •
Utilization of Small and Emerging Small Businesses
It is the policy of the'City of Omaha that Small and Emerging Small Businesses shall have the
maximum practicable opportunity to participate in City of Omaha projects. Consequently,the
requirements of the Small and Emerging Small Business Program ordinance apply to this
solicitation. For questions on certification, including a listing of what firms are certified under
the Small and Emerging Small Business Program,please see the City of Omaha website at
www.ci.omaha.ne.us or contact the Human Rights and Relations Department at 444-5055.
With regard to this solicitation, the City has determined that a sufficient number of companies
exist within the following CERTIFIED GROUP(S):
[ ] Tier I Emerging Small Business
[ ] Tier II Emerging Small Business
[ ] Tier I Small Business
[ ] Tier II Small Business
firm to fulfill
[ ] this entire contract*
[ ] a portion of this contract as defined below:
*Please note: in order to be considered for this solicitation,your firm must be CERTIFIED in
the above-referenced category PRIOR TO the bid opening date of this solicitation.
Pursuant to Omaha Municipal Code Section 10-203(d),the above-referenced category of bidders
.will be given preference in the selection of this bid. Submittals by non-certified bidders or the
failure of a prime contractor to utilize a certified subcontractor in the above-designated portion of
this contract shall be deemed non-responsive and rejected. Bidders must complete Exhibit"A"
and submit it with their bid to be considered.
rts shall be filed with the contract compliance officer. Compliance
reports filed at such times as directed shall contain information as to the employment
practices,policies,programs and statistics of the contractor and his subcontractors.
7) The contractor shall include the provisions of paragraphs (1)through (7) of this section,
"Equal Employment Opportunity Clause," and section 10-193 in every subcontract of
purchase order so that such provisions will be binding upon each subcontractor or
vendor.
EXECUTED this 28th day of February , 2011 .
/
Thiele Geotech,Inc.
Provider
By
ATTEST Robert E. Matlock
Vice President
(Title)
E CUTE')this 3/"day of /�Lg,3/ , ,,2e//.
CITY OF OMAHA,A Municipal Corporation
Dot. By
ST 4. _ May , 'Officeavit-4FAr(-
APP OVED7TO FORM: `
3-9'//
Assistant City Attorney,
ted; downgraded; transferred; laid off; and
terminated. The contractor agrees to and shall post in conspicuous places, available to
employees and applicants for employment, notices to be provided by the contracting
officers setting forth the provisions of this nondiscrimination clause.
2) The contractor shall, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for
employment without regard to race,religion, color, sex or national origin.
3) The contractor shall send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
•
•
SMALL AND/OR EMERGING SMALL BUSINESS
DISCLOSURE PARTICIPATION FORM
THIS FORM MUST BE SUBMITTED WITH THE BID
•
In the performance of this contract,the contractor proposes and agrees to make good faith efforts to contract with eligible
City of Omaha•certified small and/or emerging small businesses.Should the below listed small or emerging small business
subcontractor be determined to be unable to perform successfully or is not performing satisfactorily,the contractor shall
obtain prior approval from the Public Works Department Director•or a designee, for substitution of the below listed
subcontractor with a City of Omaha certified small or emerging small business. By submitting this form,the bidder is
certifying that it has afforded subcontractors participating in the program the opportunity to submit bids on this project.
•
Type of work and Projected
• contract item or commencement
Name of small or parts thereof to be •and completion Agreed price with
emerging small Address performed date of work SB/ESB Percentage(%)
business
•
•
• Totals •
•
CERTIFICATION •
The undersigned/contractor certifies that he/she has read,understands, and-agrees to be bound by small and/or emerging small
business participation contract specifications, and the:other terms and conditions of the Invitation for Bids. The undersigned
further certifies that he/she is legally authorized by the bidder to make the statements and representations in the small and/or
emerging small business participation contract specifications and that said statements and representations are true and correct.to
the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with small and/or emerging small
businesses(which arc otherwise deemed by the City of Omaha to be technically responsible to perform the work)listed in the
contract specifications at the price(s)set forth in this Exhibit conditioned upon execution of a contract by the undersigned with
the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or
emerging small business by the bidder knowing'them to be false, or if there is a failure.by the successful bidder (i.e. the
Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior
approval of the Public Works Director,such action shall constitute a material breach of the contract,entitling the City of Omaha
to reject the contractor's bid or to'terminate the Contract for default. The right to so terminate shall be in addition to,and not in
lieu of,any other rights or re edies the City of Omaha may have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
u
Exhibit B
Reserved
O ,-+ echo G0 "" — rg W p
a. Q P - '0 0-• Cr' O~ P n r:iWiifl CD
c CA '•• O 0 (I) v., - c CD
D -OUQ- C p •'C IV N 4n A; P am O 00 p ¢. , z P•
rr
•
n O aCD N . , � `yO � p�
,CD
- n n . tNi, O a' pa 5, — P
O • +• O . G O -0 t r' ,fi 0' -' 0'
•
0 ' 0 CD CO a. CD CD CD P CD
I
I
I
;, ,, 1 L.
4 ,` eRf
CN
' v
ENTS\2011\20007v1j
•
EXHIBIT "C" ASPHALT PLANT INSPECTION
GENERAL — The LABORATORY shall provide the services as outlined in this Exhibit at
various plant locations as designated by the City of Omaha. Said services shall be performed by
the LABORATORY with the written approval of the CITY acting through it Public Works
Department. A Project Manager, designated by the City Engineer or his representative, shall
coordinate the services to be provided by the LABORATORY. The LABORATORY shall meet
the requirements of ASTM D3666 which requires that the LABORATORY be accredited by a
nationally recognized laboratory accreditation organization. These services shall include,but not
be limited to,plant and equipment inspection, and material quality assurance.
1. PERSONNEL, TRANSPORATION,AND EQUIPMENT
1.1 The LABORATORY shall provide an inspection team for each plant location. The
minimum personnel required per inspection team shall include: One Asphalt Plant
Inspector (Certified Level II—Asphalt) and one Plant Aid (Certified Level I—Asphalt).
The LABORATORY shall provide the Public Works Department with an outline of their
in-house training and certification program, conforming to the minimum qualifications as
outlined in Exhibit "D" of this Agreement. Personnel changes shall only be made with
the prior approval of the Project Manager.
1.2 The LABORATORY shall provide adequate transportation to convey personnel,
equipment, and supplies to and from the assigned plant location.
1.3 The LABORATORY shall provide the capability and equipment necessary to perform
the tests as specified in Section 5 of this Exhibit, and all required supplies (i.e. chemicals,
filters,etc.)to perform these tests.
2. FIELD LABORATORY
2.1 The LABORATORY shall have available for its exclusive use and control, a suitable
field laboratory facility. This facility, located at the plant site and of sufficient size and
type to permit the performance of the tests as specified herein, shall be provided for the
LABORATORY by the Contractor. All utility cost(i.e.water,power, fuel, etc.)resulting
from the operation of this facility shall be paid by the Contractor.
2.2 As an option,the LABORATORY shall utilize their main laboratory facility in lieu of the
field laboratory. The main laboratory facility must be in the City of Omaha Metropolitan
area.
2.3 Reference to tests to be conducted shall apply to either a field laboratory or a main
laboratory facility.
3. PROCEDURE
Exhibit C-1
ction shall constitute a material breach of the contract,entitling the City of Omaha
to reject the contractor's bid or to'terminate the Contract for default. The right to so terminate shall be in addition to,and not in
lieu of,any other rights or re edies the City of Omaha may have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
3.1 The LABORATORY shall review the contract documents for adequacy of required
materials data. All inquiries regarding this data shall be directed to the Public Works
Department Construction Engineer for clarification.
3.2 The LABORATORY shall attend the preconstruction conference and other scheduled
conferences as directed by the Project Manager.
3.3 The LABORATORY shall immediately report to the Project Manager all variations
beyond the specified allowable tolerances encountered during the asphaltic concrete
production. Changed in job-mix design shall not be made without written authorization
from the Project Manager.
3.4 The LABORATORY shall inspect, for contract compliance, all production and hauling
equipment within ten (10) days after receipt of this "Notice to Proceed". Inspection for
contract compliance shall include (1) plant design and calibration, (2) review of material
certification certificates, and (3) inspection of paver, haul trucks, distributor, rollers, and
hand tools.
4. METHODS
4.1 The plant inspectors shall review with the Project Manager at the beginning of each
workday the daily plant and test reports of the previous production day. Plant Inspectors
shall also report during the day as necessary to coordinate activities on the project and the
plant.
4.2 A copy of the daily inspection worksheets shall be available at the field laboratory facility
for review of the Project Manager. These worksheets shall summarize the results of all
tests performed during the previous production day and shall include the following
general information: (1) date, (2) project number and location, (3) name and
classification of testing personnel, (4) reporting and departure time (hours worked at the
plant), (5) temperature and general weather condition. Inspection team hours shall be
verified daily by the Project Manager or his authorized representative.
4.3 Unless otherwise directed by the Project Manager, Asphalt Plant Inspection shall include
the following:
4.3.1 Haul Equipment Inspection
• Verify tare weights (full fuel, less operator) every truck, minimum weekly
report to Project Manager.
• Inspection of dump boxes. (Have acceptable covers, free from cracks,
holes,or dents).
• Inspect carrier for leaks(oil,fuel,hydraulic fluids, etc.)
* Inspect and approve method of cleaning dump boxes
Exhibit C-2
ply to either a field laboratory or a main
laboratory facility.
3. PROCEDURE
Exhibit C-1
ction shall constitute a material breach of the contract,entitling the City of Omaha
to reject the contractor's bid or to'terminate the Contract for default. The right to so terminate shall be in addition to,and not in
lieu of,any other rights or re edies the City of Omaha may have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
•
* Assure accuracy of weight tickets, sign first ticket and initial tickets
throughout the day,minimum hourly, and sign last load of the day.
• Check material temperature while loading. Write temperature on ticket to
be given to field inspector,minimum hourly.
4.3.2 Scale Inspection
* Has current State of Nebraska Department of Agriculture approval
* Scale in accordance with contract specifications
* Platform kept clean and free of debris
4.3.3 Plant Inspection
* Calibrate all scales and gates and check daily
* Inspect material handling equipment
• Monitor material proportioning, drying,feeding,and mixing
4.3.4 Material Inspection
* Inspect raw materials
* Inspect end product
* Maintain material certification file following construction, submit file to
Project Engineer
• Perform material tests (frequency as stated in Section 5).
• Record and maintain representative samples of asphaltic cement
5 FREQUENCY
5.1 Asphaltic Binder(AASHTO M320)—every 2,500 tons of production
5.1.1 Superpave performance grade verification(AASHTO R29, Section 7).
5.2 Cut back Asphalt (AASHTO M81, M82, M141, as applicable) every 10,0000
gallons.
5.3 Asphaltic Emulsions (AASHTO M140, M208, as applicable) every 10,000
gallons.
5.4 Asphaltic Concrete
Exhibit C-3
he field laboratory facility
for review of the Project Manager. These worksheets shall summarize the results of all
tests performed during the previous production day and shall include the following
general information: (1) date, (2) project number and location, (3) name and
classification of testing personnel, (4) reporting and departure time (hours worked at the
plant), (5) temperature and general weather condition. Inspection team hours shall be
verified daily by the Project Manager or his authorized representative.
4.3 Unless otherwise directed by the Project Manager, Asphalt Plant Inspection shall include
the following:
4.3.1 Haul Equipment Inspection
• Verify tare weights (full fuel, less operator) every truck, minimum weekly
report to Project Manager.
• Inspection of dump boxes. (Have acceptable covers, free from cracks,
holes,or dents).
• Inspect carrier for leaks(oil,fuel,hydraulic fluids, etc.)
* Inspect and approve method of cleaning dump boxes
Exhibit C-2
ply to either a field laboratory or a main
laboratory facility.
3. PROCEDURE
Exhibit C-1
ction shall constitute a material breach of the contract,entitling the City of Omaha
to reject the contractor's bid or to'terminate the Contract for default. The right to so terminate shall be in addition to,and not in
lieu of,any other rights or re edies the City of Omaha may have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
•
f. /1
LI L
5.4.1 Ignition Binder (AASHTO T308) and Gradation (ASTM D5444) every
500 tons of production or a minimum of one(1)per four(4)hours.
5.4.3 Gyratory Unit Weight (AASHTO T312 set every 500 tons of production
of a minimum of one(1)per four(4)hours.\
5.4.4 Hot Bin or Cold Bin Sieve Analysis (AASHTO T27 and T11), a minimum
of one per four(4)hours of production.
5.4.5 Moisture in Aggregate (ASTM C70), a minimum of one per four(4)hours
of production for each aggregate type used.
5.4.6 Unit Weight of Field Sample (ASTM D2726) every 500 tons of
production.
6 BASIS OF PAYMENT
6.1 Services provided under this Exhibit shall be compensated for at the rate
identified in Exhibit "E" per inspection team hour. Minimum of two (2)
team hours per day. If the team is required to work overtime (beyond
eight(8) hours in a given day),the rate will be as identified in Exhibit"E"
per inspection team overtime hour. These rates to include all
transportation, equipment, and supplies necessary to perform the services
herein. Team hours computed for payment will be the number of hours
between sign-in of the initial load weighted and the sign-out of the final
load delivered to the project. (See Section 4.3.1 (e) above).
6.2 The attendance at scheduled project conferences (i.e. preconstruction
conference, etc.) and related professional services shall be compensated
for at the unit rates as specified in of Exhibit"E" of this Agreement.
6.3 The plant and equipment inspection,materials sampling, and performance
of testing in the field laboratory as specified here shall not be compensated
for directly but shall be considered incidental to the rate as specified in
Subsections 6.1 of this Exhibit.
6.4 The performance of tests not performed in the field laboratory as specified
in Section 5 of this Exhibit shall be compensated for at the unit rates as
specified in Exhibit"B" of this Agreement.
Exhibit C-4
hts (full fuel, less operator) every truck, minimum weekly
report to Project Manager.
• Inspection of dump boxes. (Have acceptable covers, free from cracks,
holes,or dents).
• Inspect carrier for leaks(oil,fuel,hydraulic fluids, etc.)
* Inspect and approve method of cleaning dump boxes
Exhibit C-2
ply to either a field laboratory or a main
laboratory facility.
3. PROCEDURE
Exhibit C-1
ction shall constitute a material breach of the contract,entitling the City of Omaha
to reject the contractor's bid or to'terminate the Contract for default. The right to so terminate shall be in addition to,and not in
lieu of,any other rights or re edies the City of Omaha may have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
EXHIBIT "D" - QUALIFICATION OF INSPECTION AND TESTING
PERSONNEL
1. INTRODUCTION
1.1 Scope - This standard was derived from the American National Standard (ANSI)
N45.2.6-1973 as preferred and recognized to be the most complete by the American
Society for Quality Control(ASQC).
This standard delineates the qualifications of personnel who perform inspection and
testing activities.
The requirements of this standard apply to personnel who perform inspections or tests;
or who participate in the approval of procedures, the handling of data or test results, or
the control of reports and records.
1.2 Applicability - The requirements apply to the personnel of any organization that
participates in construction including personnel of the owner; architect-engineers; or
outside testing agencies and consultants. The extent to which the individual
requirements of this standard apply will depend upon the nature and scope of the work
to be performed and the importance of the item or service involved.
The requirements are to be applied in both the selection and the utilization of those
personnel who perform inspection and testing activities that are intended to achieve and
assure quality construction or to verify conformance to quality requirements.
1.3 Responsibility - It is the responsibility of each organization to assure that only those
personnel within their respective organization who meet the requirements of this
standard are permitted to perform inspection and testing activities that result in or
assure the attainment of quality.
The organization or organizations responsible for establishing the applicable
requirements for individuals performing activities covered by this standard shall be
identified and the scope of their responsibility shall be documented. The work of
establishing selection and training practices and certification procedures and providing
the resources in terms of personnel, equipment, and services necessary to implement
the requirements of this standard may be delegated to other organizations and such
delegations shall also be documented. It is the responsibility of each organization using
personnel covered by this standard to comply with the specifications issued for the
project and to conform to the requirements of this standard applicable to his work.
It is the responsibility of the organization performing these activities to specify the detailed
methods and procedures unless they are specified in the contract documents.
1.4 Definitions - The following definitions are provided to assure a uniform understanding
of selected terms as they are used in this standard.
Exhibit D-1
o so terminate shall be in addition to,and not in
lieu of,any other rights or re edies the City of Omaha may have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
1.4.1 CERTIFICATION (Personnel) - The action of determining,verifying, or testing
in writing to the qualifications of personnel.
1.4.2 INSPECTION - A phase of quality control which by means of examination,
observation, or measurement determines the conformance of materials, supplies,
components, parts, appurtenances, systems, processes, or structures to
predetermined quality requirements.
1.4.3 QUALIFICATIONS - The characteristics or abilities gained through training or
experience, or both,that enable an individual to perform a required function.
1.4.4 QUALITY ASSURANCE - All those planned and systematic actions necessary
to provide adequate confidence that an item or a facility will perform
satisfactorily in service.
1.4.5 QUALITY CONTROL - Those quality assurance actions that provide a means
of control and measure the characteristics of an item, process, or facility to
established requirements.
1.4.6 TESTING - The determination or verification of the capability of an item to
meet specified requirements by subjecting the item to a set of physical,
chemical, environmental, or operating conditions.
1.4.7 Other terms and their definitions are contained in ANSI N45.2.10, Quality
Assurance Terms and Definitions.
2. GENERAL REQUIREMENTS
2.1 Certification - Each person who verifies conformance of work activities to quality
requirements shall be certified by his employer as being qualified to perform his
assigned work. This certification shall be supported by appropriate measures such as
education or training, testing, evaluation, and periodic review to assure the initial and
continued proficiency of each person. The effective period of certification shall be
established and at the end of the effective period of certification, each individual shall
be recertified in accordance with the requirements of this standard.
2.1.1 TRAINING - Training programs shall include indoctrination of personnel with
the technical objectives of the project; the codes and standards that are to be
used; and the quality assurance elements that are to be employed, with guidance
regarding their limitations and capabilities. On-the-job participation shall also
be included in the program, with emphasis on firsthand experience gained
through actual performance of processes,tests, examinations, and inspections.
2.1.2 TESTING. In accordance with the requirements of the in-house training and
certification program, tests shall be devised for determining the capability and
proficiency of personnel who perform inspection and testing activities and each
person who performs these activities shall be tested to demonstrate his
Exhibit D-2
have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
•
capability. The results of these tests shall be documented and placed in the
personnel file (see paragraph 5) and shall be considered in the evaluation
described in paragraph 2.1.3.
2.1.3 EVALUATION OF PERFORMANCE. The job performance of inspection and
testing personnel shall be evaluated initially and at periodic intervals not to
exceed two years, and the results of each evaluation shall be reviewed to
determine the capability of the individual. If it is determined that the
capabilities of an individual are not in accordance with the qualifications
specified for the job, that person shall be removed from operations until such
time as he has been trained in the needed skill and has been recertified as being
qualified to perform the work.
2.1.4 CERTIFICATE OF QUALIFICATIONS. The qualifications of personnel shall
be documented in an appropriate form. The certificate shall include the
following information:
Employer's name
Person being certified
Activity qualified to perform
Level of capability
Effective period of certification
Signature of Employer's Designated Representative
Basis used for certification
3. QUALIFICATIONS
The requirements contained within this Section are intended to define the minimum capabilities
that qualify personnel to perform quality assurance functions that are within the scope of this
standard.
The qualifications have been defined in terms of three levels of capability. The categorization of
requirements that are defined are not intended to be limiting with regard to company position or
professional status,but are merely a method of defining functional activities.
3.1 Levels of Capability. Three levels of capability for persons who perform inspections
and tests, or who participate in the approval of procedures, the handling of data or test
results, or the control of reports and records are delineated below. The education and
experience requirements specified for the various levels should not be treated as
absolute when other factors provide reasonable assurance that a person can competently
perform a particular task. Another factor may be demonstrated capability in a.given job
through previous performance of satisfactory completion of proficiency testing.
A Level I person shall have experience or training in the performance of the inspections
and tests that he is required to perform. He shall be familiar with the tools and
equipment to be employed and shall have demonstrated proficiency in their use. He
shall be familiar with inspection and measuring equipment calibration and control
Exhibit D-3
these activities shall be tested to demonstrate his
Exhibit D-2
have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
y Wl1
methods and shall be capable of verifying that the equipment is in proper condition for
use.
A Level II person shall have experience and training in the performance of required
inspections and tests and in the organization and evaluation of the results of the
inspections and tests. He shall be capable of supervising or maintaining surveillance
over the inspections and tests performed by others and of calibrating or establishing
validity of calibrations of inspections and measuring equipment. He shall have
demonstrated proficiency in planning and setting up tests and shall be capable of
determining the validity of test results.
A Level III person shall have broad experience and formal training in the performance
of inspections and tests and shall be educated through formal courses of study in the
principles and techniques of the inspections and tests that are to be performed. He shall
be capable of planning and supervising inspections and tests, reviewing and approving
procedures, and evaluating the adequacy of activities to accomplish objectives. He
shall be capable of organizing and reporting results and of certifying the validity of
results.
4. PERFORMANCE
Personnel who are assigned the responsibility and authority to perform project functions shall
have a minimum level of capability shown in Table 1, "Minimum Levels of Capability for
Project Functions." (It is not the intent of these requirements to restrict personnel with higher
levels of capability than those shown in the Table from performing activities for which they are
qualified. However, it is intended to restrict personnel with lower levels of capability than those
specified from performing activities for which they are unqualified.) When inspections and tests
are implemented by teams or groups of individuals, the one responsible must participate and
must meet the minimum qualifications indicated.
5. RECORDS
A file of records of personnel qualifications shall be established and maintained. This file shall
contain records of past performance, history, training, initial and periodic evaluations, and
certification of the qualifications of each person.
TABLE I
MINIMUM LEVELS OF CAPABILITY FOR PROJECT FUNCTIONS
LEVEL
Project Function L-I L-II L-III
Approve inspection and test procedures
(Project Manager) X
Implement inspection and test procedures
(Assistant Inspector) X
Evaluate and report inspection and test results
(Chief Inspector) X
Exhibit D-4
tion and measuring equipment calibration and control
Exhibit D-3
these activities shall be tested to demonstrate his
Exhibit D-2
have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
•
EXHIBIT "E" - ASPHALT TESTING
GENERAL - All testing shall be performed under the most current appropriate American
Society for Testing and Materials (ASTM) or American Association of State Highway and
Transportation Officials (AASHTO) designation unless otherwise specified, and the
specification requirement shall be noted on each respective testing report. The Laboratory shall
meet the requirements of ASTM. D3666 and be accredited by a nationally recognized laboratory
accreditation organization.
1. ASPHALTIC MATERIALS
1.1 Asphaltic Cement(ASTM D946,D3381 as applicable)
1.1.1 Penetration(ASTM D5) $40.00 ea.
1.1.2 Kinematic Viscosity(ASTM D2170) $73.00 ea.
1.1.3 Absolute Viscosity(ASTM D2171) $73.00 ea.
1.1.4 Flash Point(ASTM D92) $73.00 ea.
1.1.5 Ductility(ASTM D113) $62.00 ea.
1.1.6 Thin Film,Loss on Heating(ASTM D1754) $78.00 ea.
1.1.7 Thin Film,Viscosity Ratio (ASTM D1754,
D2171 as applicable) $78.00 ea.
1.1.8 Solubility in Trichloroethylene(ASTM D2042) $47.00 ea.
1.1.9 Specific Gravity(ASTM D70) $53.00 ea.
1.1.10 Softening Point(ASTM D36) $57.00 ea.
1.1.11 Elastic Recovery(ASTM D113) $68.00 ea.
1.2 Performance Graded Asphalt Cement(AASHTO MP1)
(NOTE : See Subsection 5.2)
1.2.1 Solubility of Bituminus Materials (AASHTO T44) $250.00 ea.
1.2.2 Flash Point by Cleveland Cup (AASHTO T48) $127.00 ea.
1.2.3 Brookfield Viscosity(ASTM D4402) $127.00 ea.
1.2.4 Dynamic Shear(AASHTO T315) $160.00 ea.
1.2.5 Rolling Thin Film, Mass Loss (AASHTO T240) $127.00 ea.
1.2.6 Rolling Thin Film,Dynamic Shear(AASHTO T315) $160.00 ea.
1.2.7 Accelerated Aging-PAV (AASHTO R28) $295.00 ea.
1.2.8 Accelerated Aging, Creep Stiffness (AASHTO T313) $220.00 ea.
1.2.9 Direct Tension(AASHTO T314) $294.00 ea.
1.2.10 Residue of Specified Penetration(ASTM D243) $160.00 ea.
1.2.11 Superpave Binder Grade Verification(AASHTO $1030.00 ea.
R29, Section 7)
1.2.12 Superpave Binder Grade Determination(AASHTO
R29, Section 6) $1320.00 ea.
Exhibit E-1
alifications of each person.
TABLE I
MINIMUM LEVELS OF CAPABILITY FOR PROJECT FUNCTIONS
LEVEL
Project Function L-I L-II L-III
Approve inspection and test procedures
(Project Manager) X
Implement inspection and test procedures
(Assistant Inspector) X
Evaluate and report inspection and test results
(Chief Inspector) X
Exhibit D-4
tion and measuring equipment calibration and control
Exhibit D-3
these activities shall be tested to demonstrate his
Exhibit D-2
have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
H 1
1.3 Emulsified Asphalt(ASTM D977,D2397 as applicable)
1.3.1 Composition(ASTM D244)
Water Content $26.00 ea.
Residue by Distillation $51.00 ea.
Particle Charge $26.00 ea.
1.3.2 Consistency(ASTM D244)
Saybolt Furol Viscosity @ 77°F $51.00 ea.
Saybolt Furol Viscosity @ 122°F $51.00 ea.
1.3.3 Stability(ASTM D244)
Distillation $51.00 ea.
Demulsibility $51.00 ea.
Settlement, 5 Day $62.00 ea.
Cement Mixing $51.00 ea.
Sieve Test $51.00 ea.
Coating Test $51.00 ea.
Miscibility with Water $31.00 ea.
Coating Ability and Water Resistance $31.00 ea.
Storage Stability $51.00 ea.
1.3.4 Examination of Residue(ASTM D244)
Obtain Residue $51.00 ea.
Specific Gravity $26.00 ea.
Solubility $26.00 ea.
Penetration $26.00 ea.
Ductility $31.00 ea.
2. ASPHALTIC CONCRETE
2.1 Extraction(ASTM D2172,Method "A", or ASTM
D6307) and Gradation (ASTM D5444) $183.00 ea.
2.2 Marshall Stability and Unit Weight(ASTM D1559) $162.00 ea.
2.3 Unit Weight of Field Samples (ASTM D2726) $ 15.00 ea.
2.4 Measuring Cores for Thickness (ASTM C174) $ 12.00 ea.
Exhibit E-2
O T44) $250.00 ea.
1.2.2 Flash Point by Cleveland Cup (AASHTO T48) $127.00 ea.
1.2.3 Brookfield Viscosity(ASTM D4402) $127.00 ea.
1.2.4 Dynamic Shear(AASHTO T315) $160.00 ea.
1.2.5 Rolling Thin Film, Mass Loss (AASHTO T240) $127.00 ea.
1.2.6 Rolling Thin Film,Dynamic Shear(AASHTO T315) $160.00 ea.
1.2.7 Accelerated Aging-PAV (AASHTO R28) $295.00 ea.
1.2.8 Accelerated Aging, Creep Stiffness (AASHTO T313) $220.00 ea.
1.2.9 Direct Tension(AASHTO T314) $294.00 ea.
1.2.10 Residue of Specified Penetration(ASTM D243) $160.00 ea.
1.2.11 Superpave Binder Grade Verification(AASHTO $1030.00 ea.
R29, Section 7)
1.2.12 Superpave Binder Grade Determination(AASHTO
R29, Section 6) $1320.00 ea.
Exhibit E-1
alifications of each person.
TABLE I
MINIMUM LEVELS OF CAPABILITY FOR PROJECT FUNCTIONS
LEVEL
Project Function L-I L-II L-III
Approve inspection and test procedures
(Project Manager) X
Implement inspection and test procedures
(Assistant Inspector) X
Evaluate and report inspection and test results
(Chief Inspector) X
Exhibit D-4
tion and measuring equipment calibration and control
Exhibit D-3
these activities shall be tested to demonstrate his
Exhibit D-2
have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
2.5 Sample for in-place unit weight
2.5.1 Cores,minimum 5" diameter *$61.00 ea.
2.5.2 Trip Charge $52.00/trip
2.5.3 Flagman for traffic control when approved
by Project Manager $54.00/hr.
* Price for sampling shall include filling the test holes with like material.
2.6 In-place Density by Nuclear Method (ASTM D2950) $62.00/hr.
2.6.1 Trip Charge $52.00/trip
2.7 Asphaltic Concrete Mix Design by Marshall Method (ASTM D1559)
2.7.1 Calculating mix proportions shall include molding and
testing a minimum of five different asphalt content
blended with the specified aggregate gradation, and
preparation of written report recommending
job-mix formula $1,440.00 ea.
2.8 Voidless Density(ASTM D2041) $ 76.00 ea.
2.9 Tensile Strength Ratio (ASTM D4867) $293.00 ea.
2.10 Asphaltic Concrete by Superpave Method (AASHTO M323)
2.10.1 Mix Design-4 point asphalt content(AASHTO R35) $1,990.00 ea.
2.10.2 Initial Trial— 1 aggregate blend(AASHTO R35) $419.00 ea.
2.10.3 Initial Trial—4 aggregate blends (AASHTO R35) $1,676.00 ea.
2.10.4 Resistance of Compacted Mixture to Moisture Induced
Damage in Conjunction with mix design(AASHTO T283) $ 623.00 ea.
2.10.5 Resistance of Compacted Mixture to Moisture Induced
Damage preparation of aggregate blend and asphalt content
Required(AASHTO T283) $ 759.00 ea.
2.10.6 Resistance of Compacted Mixture to Moisture Induced
Damage—in conjunction with hot mix asphalt production
control $ 375.00 ea.
2.10.7 Compaction of hot mixed asphalt from production control $ 162.00 ea.
3. SURFACE TREATMENTS
3.1 Mix Design for Bituminous Surface Treatments (ASTM D1369)
3.1.1 Calculating mix proportions shall include aggregate unit weight
determination and bulk specific gravity,preparation of written
report,recommending type and grade of asphalt,job-mix formula,
and application rates of asphalt and aggregate $ 105.00 ea.
Exhibit E-3
ade Determination(AASHTO
R29, Section 6) $1320.00 ea.
Exhibit E-1
alifications of each person.
TABLE I
MINIMUM LEVELS OF CAPABILITY FOR PROJECT FUNCTIONS
LEVEL
Project Function L-I L-II L-III
Approve inspection and test procedures
(Project Manager) X
Implement inspection and test procedures
(Assistant Inspector) X
Evaluate and report inspection and test results
(Chief Inspector) X
Exhibit D-4
tion and measuring equipment calibration and control
Exhibit D-3
these activities shall be tested to demonstrate his
Exhibit D-2
have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
4. AGGREGATE
4.1 Absorption and Specific Gravity
(ASTM C127 or C128 as applicable) $84.00 ea.
4.2 Sieve Analysis (AASHTO T27 and T11) $73.00 ea.
4.3 Grain-Size(ASTM D422) $102.00 ea.
4.4 Soundness,Na2SO4, 5 Cycles (ASTM C88)
4.4.1 Coarse Aggregate $225.00 ea.
4.4.2 Fine Aggregate $225.00 ea.
4.4.3 Ledge Rock $225.00 ea.
4.5 Freeze-Thaw (AASHTO T103)
4.5.1 Water, 50 Cycles (Procedure "A") $424.00 ea.
4.5.2 Water, 25 Cycles (Procedure "C") $262.00 ea.
4.5.3 AlcohollWater, 16 Cycles (Procedure "B") $183.00 ea.
4.6 Organic Impurities (ASTM C40) $ 52.00 ea.
4.7 Surface Moisture(ASTM C70) $ 11.00 ea.
4.8 Abrasion (ASTM C131) $173.00 ea.
4.9 Crushing Ledge Rock(AASHTO T103) $ 89.00 ea.
4.10 Deleterious Materials (ASTM C142) $ 79.00 ea.
4.11 Lightweight Pieces (ASTM C123) $157.00 ea.
4.12 Clay Content(AASHTO T176) $ 79.00 ea.
4.13 Flat and Elongated Particles (ASTM D4791) $ 72.00 ea.
4.14 Fine Aggregate Angularity(ASTM C1252,Method A) $ 84.00 ea.
4.15 Coarse Aggregate Angularity (NDOR T586) $ 84.00 ea.
5. PROFESSIONAL SERVICES
5.1 When required,furnish Asphalt Qualified Professionals Consultant concerning
specifications, design, procedures, and other matters not specifically included herein.
5.1.1 Professional Engineer $145.00/hr.
5.1.2 Project Manager $114.00/hr
Exhibit E-4
unction with hot mix asphalt production
control $ 375.00 ea.
2.10.7 Compaction of hot mixed asphalt from production control $ 162.00 ea.
3. SURFACE TREATMENTS
3.1 Mix Design for Bituminous Surface Treatments (ASTM D1369)
3.1.1 Calculating mix proportions shall include aggregate unit weight
determination and bulk specific gravity,preparation of written
report,recommending type and grade of asphalt,job-mix formula,
and application rates of asphalt and aggregate $ 105.00 ea.
Exhibit E-3
ade Determination(AASHTO
R29, Section 6) $1320.00 ea.
Exhibit E-1
alifications of each person.
TABLE I
MINIMUM LEVELS OF CAPABILITY FOR PROJECT FUNCTIONS
LEVEL
Project Function L-I L-II L-III
Approve inspection and test procedures
(Project Manager) X
Implement inspection and test procedures
(Assistant Inspector) X
Evaluate and report inspection and test results
(Chief Inspector) X
Exhibit D-4
tion and measuring equipment calibration and control
Exhibit D-3
these activities shall be tested to demonstrate his
Exhibit D-2
have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
a.
.. ♦ 4,-J. •
• 5.1.3 NICET Certified(Level IV S.E.T.—Asphalt) Technician $81.00/hr.
5.1.4 NICET Certified(Level III C.E.T.—Asphalt)Technician $62.00/hr.
or Lead Construction Inspector
5.1.5 Asphalt Technician $54.00/hr.
5.1.6 Trip Charge $52.00/trip
5.2 If the LABORATORY is unable to perform any of the Performance Graded
Binder Tests as outlined in Subsection 1.2,prior to the award of this contract, the
LABORATORY shall submit for approval from the CITY the name of their
proposed SUBLABORATORY which shall be fully capable of performing the
specified tests. The LABORATORY shall sample the binder, and when directed
by the Engineer, either the LABORATORY or their SUBLABORATORY shall
perform any requested tests as outlined in Subsection 1.2. The LABORATORY
shall then review and evaluate the test results, and report the results to the CITY
in a timely manner. All expenses,incurred by the LABORATORY,to have this
material tested shall not be paid for directly but shall be considered incidental to
the rates as specified in Subsection 1.2.
6 CONCRETE
6.1 When required, furnish ACI Grade 1 certified technician to sample and test concrete
for base repair,curb repair, or sidewalk repari in conjunction with asphalt overlay
projects.
6.1.1 Cast cylinders (Set of Two),frunish molds,perform slump,
perform air content and temperature of concrete— 1st test(trip
included) $123.00/set
6.1.2 Additional test for above test $71.00/set
6.1.3 Cast additional cylinder $8.00 ea.
6.1.4 Perform additional air content test $22.00 ea.
6.1.5 Perform additional slump test $16.00 ea.
6.1.6 Perform unit weight test $52.00 ea.
Exhibit E-5
uminous Surface Treatments (ASTM D1369)
3.1.1 Calculating mix proportions shall include aggregate unit weight
determination and bulk specific gravity,preparation of written
report,recommending type and grade of asphalt,job-mix formula,
and application rates of asphalt and aggregate $ 105.00 ea.
Exhibit E-3
ade Determination(AASHTO
R29, Section 6) $1320.00 ea.
Exhibit E-1
alifications of each person.
TABLE I
MINIMUM LEVELS OF CAPABILITY FOR PROJECT FUNCTIONS
LEVEL
Project Function L-I L-II L-III
Approve inspection and test procedures
(Project Manager) X
Implement inspection and test procedures
(Assistant Inspector) X
Evaluate and report inspection and test results
(Chief Inspector) X
Exhibit D-4
tion and measuring equipment calibration and control
Exhibit D-3
these activities shall be tested to demonstrate his
Exhibit D-2
have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
ii
rr a.,
6.1.7 Concrete coring 4" or 5" diameter $61.00 ea.
6.1.8 Mobilization for concrete coring $52.00 ea.
6.1.9 Compressive strength of cylinders or cores $16.00 ea.
6.1.10 Mobilization to pick-up test specimens $52.00 ea.
6.1.11 Trim cylinders or cores $19.00 ea.
6.1.12 Measure cores for length $8.00 ea.
Exhibit E-6
p�
,CD
- n n . tNi, O a' pa 5, — P
O • +• O . G O -0 t r' ,fi 0' -' 0'
•
0 ' 0 CD CO a. CD CD CD P CD
I
I
I
;, ,, 1 L.
4 ,` eRf
CN
' v
ENTS\2011\20007v1j
c-25a CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, asphalt material testing, inspection, and project management is,required for
street resurfacing and rehabilitation projects in the City of Omaha; and, ,e
WHEREAS, Thiele Geotech, Inc. has agreed to perform these services from January 31,
2011 to December 31, 2011 as listed in the attached Agreement, which by this reference is
included herein, for the scope of work and costs as defined in Exhibits "C", "D", and "E"up to a
maximum of$250,000; and,
WHEREAS, this amount will be paid from the City Street Maintenance Fund 12129,
Residential Street Rehab Organization 116161, year 2011 expenditure.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT, as recommended by the Mayor, the Agreement with Thiele Geotech, Inc. to
provide asphalt material testing, inspection, and project management services for street
resurfacing and rehabilitation projects within the City of Omaha from January 31, 2011 to
December 31, 2011 be approved.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay Thiele Geotech, Inc. up to
$250,000.00 from the City Street Maintenance Fund 12129, Residential Street Rehab
Organization 116161, year 2011 expenditure.
1125htp APPROVED AS TO FORM:
// 391/ '
-CITY ATTORNEY DATE
By }_
`\ ' Councilmember
44,7
Adopted ."MAR..2.9..20,1. - 0
Ci 0Clerit3 j//
Approved J
'' Mayor
nit weight test $52.00 ea.
Exhibit E-5
uminous Surface Treatments (ASTM D1369)
3.1.1 Calculating mix proportions shall include aggregate unit weight
determination and bulk specific gravity,preparation of written
report,recommending type and grade of asphalt,job-mix formula,
and application rates of asphalt and aggregate $ 105.00 ea.
Exhibit E-3
ade Determination(AASHTO
R29, Section 6) $1320.00 ea.
Exhibit E-1
alifications of each person.
TABLE I
MINIMUM LEVELS OF CAPABILITY FOR PROJECT FUNCTIONS
LEVEL
Project Function L-I L-II L-III
Approve inspection and test procedures
(Project Manager) X
Implement inspection and test procedures
(Assistant Inspector) X
Evaluate and report inspection and test results
(Chief Inspector) X
Exhibit D-4
tion and measuring equipment calibration and control
Exhibit D-3
these activities shall be tested to demonstrate his
Exhibit D-2
have for other defaults under the Contract,under City of Omaha's
Contract Compliance Ordin ce otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future
contract awards. •
Signature
Title Senior Vice President Date of Signing 1/27/11
Firm or Corporate Name Thiele Geotech, Inc.
Address 13478 Chandler Road, Omaha Telephone Number 4 0 2-5 5 6-2171
NE 68138 •
send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding a notice
advising the labor union or worker's representative of the contractor's commitments
under the equal employment opportunity clause of the city and shall post copies of the
notice in conspicuous places available to employees and applicants for employment.
CD P-: ° 0 cu q, o va En p
cp
.� .o� 0cz, n a, 0 � .
p
,,'-' 0 : c 0 0-k.< c),_ 0 K E. .....
CD
It a
co n °mirt• i .
t \
o N`
O O N i�.� CD' n N
nra o a �a � o
4. O , --* N.) -
Ck<
n oo o 0
N � cc 0
� � • ao °. N ? A " co o' o0,C C O r; "
`-
J
'1
N1
I
;, ,, 1 L.
4 ,` eRf
CN
' v
ENTS\2011\20007v1j