Loading...
2014-48RESOLUTION NO. 2014 - 48 COUNCIL MEMBER STEWART INTRODUCED THE FOLLOWING RESOLUTION: BE IT RESOLVED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF BLAIR, NEBRASKA, AS FOLLOWS: Whereas: City of Blair is developing a transportation project for which it intends to obtain Federal funds; Whereas: City of Blair as a sub - recipient of Federal -Aid funding is charged with the responsibility of expending said funds in accordance with Federal, State and local laws, rules, regulations, policies and guidelines applicable to the funding of the Federal -aid project; Whereas: City of Blair and JEO Consulting Group, Inc. wish to enter into a Professional Construction Engineering Services Agreement to provide construction engineering services for the Federal -aid project. Be It Resolved: by the City Council of the City of Blair, Nebraska that: James Realph, Mayor of the City of Blair, is hereby authorized to sign the attached construction engineering services agreement between the City of Blair, Nebraska and JEO Consulting Group, Inc. NDOR Project Number: URB- 6462(1) NDOR Control Number: 22507 NDOR Project Description: Jackson Street, 3 rd — River Road COUNCIL MEMBER STEWART MOVED THAT THE RESOLUTION BE ADOPTED AS READ, WHICH SAID MOTION WAS SECONDED BY COUNCIL MEMBER HALL. UPON ROLL CALL, COUNCIL MEMBERS VOTING "AYE" SHEPARD, STEWART, WILLIS, KEPHART, WOLFF, ANDERSEN, HALL AND JENSEN AND COUNCIL MEMBERS NONE VOTING "NAY ", THE MAYOR DECLARED THE FOREGOING RESOLUTION PASSED AND ADOPTED THIS 9TH DAY OF DECEMBER, 2014. CITY OF BLAIR, NEBRASKA J E. REALPH, MAYOR ATTEST: BRENDA R. WHEELER, CITY CLERK (SEAL.) STATE OF NEBRASKA ) ):ss: WASHINGTON COUNTY ) BRENDA R. WHEELER, hereby certifies that she is the duly appointed, qualified, and acting City Clerk of the City of Blair, Nebraska, and that the above and foregoing Resolution was passed and adopted at a regular meeting of the Mayor and City Council of said City held on the 9th day of December, 2014. BRENDA R. WHEELER, CITY CLERK TASK ORDER AGREEMENT CONSTRUCTION ENGINEERING, CONSULTANT LPA PROJECTS CITY OF BLAIR JEO CONSULTING GROUP, INC. PROJECT NO: URB- 6462(1) CONTROL NO. 22507 JACKSON STREET, 3 RD — RIVER ROAD THIS AGREEMENT, made and entered into by and between the City of Blair, hereinafter referred to as the Local Public Agency or LPA, and JEO Consulting Group Inc., hereinafter referred to as the "Consultant," and collectively referred to as the "Parties ". WITNESSETH: WHEREAS in accordance with the terms of the Master Agreement for Consultant Services Project (Master Agreement), State Agreement No. BK1235 and Supplemental No. 1, executed by the Consultant on February 7, 2012, and by the State of Nebraska Department of Roads (State) on February. 14, 2012, the State selected several consultants, including. Consultant, t be available to complete services for various local public agency Federal -Aid projects, and WHEREAS, the 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, the LPA has selected Consultant to provide Construction Engineering services hereinafter the "Services" for its project identified as Project No. URB- 6462(1), 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 February 14, 2012 Master Agreement for on -call 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 project related program requirements, so that Consultant's costs of Construction Engineering will be eligible for federal reimbursement, and WHEREAS, the LPA and Consultant intend that this Task Order be completed in Project No. URB- 6462(1) Page 1 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3` — River Road accordance with the terms and conditions of the Nebraska LPA Guidelines Manual for Federal Aid Projects; hereinafter referred to as LPA Manual (See definition in Section 1), and 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 (LPA.Task Order) WHEREVER in this Task Order.the following terms are used, they shall have the following meaning: "LPA" stands for Local Public Agency, and in this Task Order means City of Blair (city or county), unless the context otherwise requires. LPA may also be used to refer generally to other Local Public Agencies. 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. "CONSULTANT" means the firm of JEO Consulting Group, Inc. and any. employees thereof, whose business and mailing address is 142 W. 11 Street, Wahoo, Nebraska, 68066. "SUBCONSULTANT /SUBCONTRACTOR" means the firm of Felsburg Holt & Ullevig and any employees thereof, whose business and mailing address is 11422 Miracle Hills Drive, Suite 115, Omaha, Nebraska, 68154 and Thiele Geotech, Inc. and any employee thereof, whose business and mailing address is 13478 Chandler Road, Omaha, Nebraska 68138. "LPA MANUAL" shall mean the Nebraska Department of Roads' LPA Guidelines Manual : for Federal -Aid Projects. The LPA Manual is a document approved by the Federal Highway Administration (FHWA) that sets out the requirements for local federal -aid projects to be eligible for federal reimbursement; the LPA Manual can be found in its entirety at the following web address: http://www.dor.state.ne.us/qov-aff/Ipa/lpa-quidelines.pd f "RESPONSIBLE CHARGE" or "RC" shall mean LPA's representative for the project whose duties and responsibilities are identified in federal law and in the LPA Manual. "STATE" means the Nebraska Department of Roads in Lincoln, Nebraska, its Director, or authorized representative. The State represents the interests of the United States Department of Transportation on federally funded transportation projects sponsored by a 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. Project No. URB- 6462(1) Page 2 of 15 Control No. 22507 Agreement No. BK466, Jackson Street, 3�d — River Road "FHWA" means the Federal Highway Administration, .United States Department of Transportation, Washington, D.C. 20590, acting through its authorized representatives. "DOT" means the United States Department of Transportation, Washington, D.C. 20590, acting through its authorized representatives. "STATE REPRESENTATIVE" means an employee of the State assigned by the State to determine whether the LPA's project meets the eligibility requirements for federal funding and to provide technical assistance when requested by the LPA, in LPAs efforts to comply with the requirements for Federal -aid funded local projects. To "ABANDON" the Task Order means that the LPA 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 LPA 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 LPA. SECTION 2..TERM OF THE AGREEMENT This Task Order becomes effective on the date it is signed by the LPA and will end upon: (1) the waiver of an audit review or (2) the final completion of an audit review by the State or its authorized representative, and the resolution of all issues identified in the audit report. SECTION 3. TASK ORDER 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 Scope of Services set out below. Part two of the Scope of Services is set out on the document attached hereto as Exhibit "A ", entitled Scope of Services and Fee Proposal, which is hereby fully incorporated herein and made a part hereof by this reference. Exhibit "A" is the result of the following process: (1) LPA provided Consultant with a document describing the detailed proposed Scope of Services for this project Project No. URB- 6462(1) Page 3 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3�d — River Road (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 "K. Consultant and LPA have agreed that Exhibit "A" 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. General Scope of Services: The Consultant services generally include, but are not limited to: project management; construction: engineering; pre- construction staking; traffic control plans; conducting the preconstruction conference; construction staking: project inspection; materials sampling and testing during project construction; monitoring environmental commitments; preparing as -built plans; progress computations; final computations; preparing contractor change orders and work orders; and all project communications, including any necessary communication regarding federal- funding project eligibility questions, issues and concerns. 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 Task Order, 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. Additionally, Consultant shall review and have a working knowledge of the following authoritative guides and manuals related to highway construction, materials and federal aid reimbursement: Project No. URB- 6462(1) Page 4 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3 rd — River Road (1) NDOR Construction Manual - Current Edition (2) Materials Sampling Guide (NDOR) (3) Standard Methods of Tests — 2006 (NDOR) (4) The LPA Manual (5) The Manual on Uniform Traffic Control Devices (6) AASHTO Standard Specifications for Transportation Materials and Methods of Sampling and Testing (7) The ASTM Standards (8) NDOR Final Review Manual These documents are hereby incorporated herein by reference as if fully set forth, and these documents, collectively, may be referred to as the Manuals. Unless required otherwise by the Construction Contract Documents, 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 Task Order, 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 is required to use Trans *Port Site Manager as the construction record- keeping system for Services under this contract. 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 Project No. URB- 6462(1) Page 5 of 15 Control No. 22507 Agreeinent No. BK466 Jackson Street, 3 rd — River Road portion of the work and shall advise the RC about observed or measured deficiencies in the work. Additional 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 available 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. D. The Consultant will promptly review and approve or reject all construction work on the project, with the right, but not the duty, for the State and FHWA to review for compliance or funding eligibility. E. All reports of field tests performed by the Consultant will be submitted weekly to the State Representative (two copies). Consultant will take prompt and appropriate action to reject or cause Contractor to remedy the work or materials that do not conform to the contract documents. F. The 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 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. 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 Project No. URB- 6462(1) Page 6 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3` — River Road 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 4. STAFFING PLAN (TO CE) The Consultant has furnished LPA with a staffing plan that identifies the employees of the Consultant who 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 "A" and is incorporated herein by this reference. 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. Personnel who are added to the Staffing Plan as replacements must be persons of comparable training and experience. Personnel added to the Staffing Plan as new personnel and not replacements must be qualified to perform the intended services. Failure on the part of the Consultant to provide acceptable replacement personnel or qualified new personnel to keep the services on schedule will be cause for termination of this Task Order, with settlement.to be made as provided in the SUSPENSION ABANDONMENT, OR TERMINATION section of this Task Order. SECTION 5. NEW EMPLOYEE WORK ELIGIBILITY STATUS The Consultant 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. The Consultant hereby agrees to contractually require any Subconsultants to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska: A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and.lmmigrant Responsibility. Act of 1996, 8 U.S.C. 1324a, known.as the E- Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. The undersigned duly authorized representative of the Consultant, by signing this agreement, hereby attests to the truth of the following certifications, and agrees as follows: Project No. URB- 6462(1) Page 7 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3` — River Road Neb.Rev.Stat. § 4 -114. 1 certify compliance with the provisions of Section 4 -114 and, hereby certify that this Consultant shall register with and use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. I agree to require all Subconsultants, by contractual agreement, to require the same registration and verification process. If the Consultant is an individual or sole proprietorship, the following applies: 1. The Consultant must complete the United States Citizenship Attestation form and' attach it to this agreement. The form is_ available on the Department of Roads website at www. transportation .nebraska.gov /proidev/ #save 2. If the Consultant indicates on such Attestation form that he or she is a qualified alien, the Consultant agrees to provide the US Citizenship and Immigration Services documentation required to verify the Consultant lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE) Program. 3. The Consultant understands and agrees that lawful presence in the United States is required and the Consultant may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4 -108. SECTION 6. NOTICE TO PROCEED AND COMPLETION The LPA will issue Consultant a written Notice-to-Proceed upon 1) full execution of this Task Order, 2) LPA's determination that federal funding approval has been obtained for the project and 3) State's 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 will not be eligible for reimbursement. The Consultant shall complete all work under this Task Order within 45 calendar days after the DR Form 91 "Notification of Contract Completion" is signed by the State. Any costs incurred by Consultant after the completion deadline will not be eligible for federal funding reimbursement unless the Consultant.has received a written extension of time from the LPA. The completion date will not be extended because of any avoidable delay attributed to the Consultant, but delays not attributable to the Consultant, such as delays attributable to the Contractor, the State, or the LPA may constitute a basis for an extension of time. Project No. URB- 6462(1) Page 8 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3 rd — River Road SECTION 7. FEES AND PAYMENTS The general provisions concerning payment under this Task Order are set out on the Exhibit "B ", attached hereto and made a part of this Task Order. For performance of the services under the terms of this Task Order, the Consultant will be paid a fixed - fee - for - profit of $19,271.15 and up to a maximum amount of $162,312.31 for actual costs in accordance with Exhibit "A ". The total Task Order amount is $181,583.46. SECTION 8. PROFESSIONAL PERFORMANCE (CE Task Order 12- 19 -11) 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. FHVVA, 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, omissions, or negligence in its work, it shall notify the LPA within 24 hours. Failure of the Consultant to notify the LPA will constitute a breach of this Task Order. The Consultant's legal liability for all damages incurred by the LPA caused by error, omission, or negligent-acts of the Consultant will be borne by the Consultant without liability or expense to the LPA. Project No. URB- 6462(1) Page 9 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3 rd — River Road SECTION 9 SUSPENSION ABANDONMENT OR TERMINATATION. (2/8112) The LPA has the absolute right to suspend or abandon the work, or terminate this Task Order at any time and such action on its part will in no event be deemed a breach of this Task Order. The LPA will give the Consultant seven days written notice of such suspension, abandonment, or termination. Any necessary change in Scope of Services shall follow the Consultant Work Order Process outlined in the FEES AND PAYMENTS section above. If the LPA suspends or abandons the work or terminates this Task Order as presently outlined, the Consultant shall be compensated in accordance with the provisions of 48 CFR 31, provided however, that in case of suspension., 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. For an abandonment or termination 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 project plans and supporting documents completed or partially completed at the time of such termination or abandonment will be retained by the LPA and the Consultant shall immediately deliver all project plans and supporting documents to the LPA. 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 Task Order, LPA and Consultant agree to be bound by and hereby incorporate by this reference as if fully set forth herein, Sections 12 through 18 and 20 through 27 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 Master 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 Task Order. SECTION 11 RESPONSIBILITY FOR CLAIMS AND LIABILITY INSURANCE (I -PA) Project No. URB- 6462(1) Page 10 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3d — River Road 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 services under this Task Order. Further, it is expected that in carrying out the work under this Task Order, Consultant will make various decisions and judgments and Consultant will determine what actions are required by Consultant and by others to properly complete the work. Nothing in this Task Order shall be interpreted to relieve Consultant from any liability it would otherwise have to LPA or State in carrying out the work under this Task Order. Finally, in this connection, the Consultant shall for the life of this Task Order, carry insurance as outlined in Exhibit "C" and attached hereto, and- hereby made a part of this Task Order. In any contract Consultant has with a subconsultant, Consultant shall require that the insurance requirements outlined in Exhibit "C" must be met by the subconsultant. SECTION 12. CONSULTANT CERTIFICATIONS The undersigned duly authorized representatives of the Consultant, by signing this agreement, hereby swears, under the penalty of law, the truth of the following certifications, and agrees as follows: A. Neb. Rev. Stat. § 81- 1715(1). 1 certify compliance with the provisions of Section 81 -1715 and, to the extent that this contract is a lump sum or actual cost - plus -a -fixed fee professional service contract, I hereby certify that wage rates and other factual unit costs supporting the fees in this agreement are accurate, complete, and current.as of the date of this agreement. I agree that the original contract price and any additions thereto shall be adjusted to exclude any significant sums by which the'LPA determines the contract price had been increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. B. Neb. Rev. Stat. §§ 81 -1717 and 1718. 1 hereby certify compliance with the provisions of Sections 81 -1717 and 1718 and, except as noted below neither I nor any person associated with the firm in the capacity of owner, partner, director, officer, principal investor, project director, manager, auditor, or any position involving the administration of federal funds: 1. Has employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above Consultant) to solicit or secure this agreement, or 2. Has agreed, as an express or implied condition for obtaining this agreement, to employ or retain the services of any firm or person in connection with carrying out this agreement, or 3. Has paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above Consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with procuring or carrying out this agreement, except as here expressly stated (if any). Project No. URB- 6462(1) Page 11 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3 rd — River Road C. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions. Section C1 below contains 10 instructions that consultant agrees to follow in making the certifications contained in C2. 1. Instructions for Certification a. By signing this agreement, the Consultant is providing the certification set out below. b. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this project. The Consultant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the State's determination whether to enter into this agreement. However, failure of the Consultant to furnish a certification or an explanation will disqualify the Consultant from participation in this agreement. c. The certification in this clause is a material representation of fact upon which reliance was placed when the State determined to enter into this agreement. If it is later determined that the Consultant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal government, the State may terminate this agreement for cause or default. d. The Consultant shall provide immediate written notice to the State if at any time the Consultant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. f. The Consultant agrees that should the proposed covered transaction be entered into, it will not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the State before entering into this agreement. g. The Consultant further agrees to include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," provided by the State without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. The Consultant in a covered transaction may rely upon a certification of a prospective Subconsultant in a lower tier covered transaction that it is' not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A Consultant may decide the. method and frequency by which it determines the eligibility of its principals. i. Nothing contained in the foregoing will be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the Consultant is not required to exceed Project No. URB- 6462(1) Page 12 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3rd — River Road that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if the Consultant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the federal government, the State may terminate this agreement for cause or default. 2. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions a. By signing this agreement, the Consultant certifies to the best of its knowledge and belief, that it and its principals: L Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; ii. Have not.within a three -year period preceding this agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; iii. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph a.ii above; and iv. Have not within a three -year period preceding this agreement had one or more public transactions (federal, state, or local) terminated for cause or default. b. Where the Consultant is unable to certify to any of the statements in this certification, such Consultant shall attach an explanation to this agreement. I acknowledge that this certification is to be furnished to the State and the FHWA 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. LPA CERTIFICATION By signing this Task Order, I 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 Task Order 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. acknowledge that this certification is to be furnished to the FHWA, upon their request, in connection with this Task Order involving participation of Federal -Aid highway funds and is Project No. URB- 6462(1) Page 13 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3 rd — River Road subject to applicable state and federal laws, both criminal and civil. SECTION 14. ALL ENCOMPASSED This instrument embodies the entire 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. URB- 6462(1) Page 14 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3 ` — River Road IN WITNESS WHEREOF, the Parties hereby execute this agreement pursuant to lawful authority as of the date signed by each party. Further, the Parties, by signing this agreement, attest and affirm the truth of each and every certification and representation set out herein. EXECUTED by the Consultant this day of c t c o, , -6 2014. JEO CONSULTING GROUP, INC. Ro S. Brigham — 4 V Prkde STATE OFNEBRASKA) )ss. SAUNDERS COUNTY) Subscribed and sworn to before me this `1 � day of ' ) cr ,v.�nc' {2014. GENERAL NOTARY -State of Nebraska MICHELLE VOBORIL My Comm. Up. Oct 29, 2018 Notary Public EXECUTED by the (LPA) this I day of �CGCn'1Je( 2014. CITY OF BLAIR James Realph `�k L"- - M or Subscribed and sworn to before me this 9 day of 2014. - &�e� OU" Clerk STATE OF NEBRASKA DEPARTMENT OF ROADS Form of Agreement Approved for Federal Funding Eligibility: . Date AGRS -7 -TO (4 -5 -13) Project No. URB- 6462(1) Page 15 of 15 Control No. 22507 Agreement No. BK466 Jackson Street, 3 ` — River Road Version: 15 October 2014 Exhibit "A" SCOPE OF SERVICES CONSTRUCTION ENGINEERING for Project Name: Jackson St, 3rd — River Road, Blair Project Number: URB -64621 Control Number: 22507 A. PROJECT DESCRIPTION This scope provides for construction engineering services for Jackson Street, 3rd Street to River Road in the City of Blair, Nebraska. The project consists of the following improvements: Street improvements that include addition of a curb and gutter section, storm sewer construction, concrete trail on north side of Jackson Street, replacement of an existing culvert and repair (removal and replacement) of River Road from flooding damage. JEO Consulting Group, (Consultant) shall serve as agent for City of Blair, (LPA), representing the LPA in all matters related to construction'engineering services for this project. It shall be the responsibility of the Consultant to administer, monitor, and inspect construction such that the project is constructed in conformity with the plans, specifications, and special provisions. The Consultant shall inspect the Contractor's work to determine the progress and quality of work, identify discrepancies, report significant discrepancies to the LPA and Department, and direct the Contractor to correct such observed discrepancies. B. APPLICABLE PUBLICATIONS Work shall be done in accordance with the following materials as currently adopted at the time of letting: 1. AASHTO Standard Specifications for Transportation Materials and Methods of Sampling and Testing 2. The ASTM Standards 3. NDOR Materials Sampling Guide 4. NDOR Construction Manual 5. NDOR Standard Specifications for Highway Construction 6. Project Plans 7. Contract Special Provisions 8. Manual on Uniform Traffic Control Devices (MUTCD) and NDOR's supplement to the MUTCD. 9. NDOR Final Review Manual 10. NDOR Standard Method of Tests for Laboratory and Field C. LPA SHALL PROVIDE The LPA, on an as needed basis, will furnish the following documents for the project. 1. Project description 2. Electronic Construction Plan files including current aerial photographs with project alignment, existing and new rights -of way (ROW) and easements, and LOC, if available 3. Two copies of the Plans and Special Provisions 4. Roadside safety guidelines (Survey Crew Traffic Control Policy, see NDOR website) 5. Survey Field Books with control points and bench marks 6.: NEPA Document 7. Other These documents may be provided in either paper or electronic format. D. CONSULTANT SHALL PROVIDE 1. Project Management and Coordination This task includes activities to initiate and monitor project schedules, workload assignments and internal cost controls throughout the project. Also included are efforts to prepare and process invoices and monthly progress reports; prepare project correspondence with the LPA and/or NDOR; maintain project records; and perform other duties of the Project Manager as defined in the NDOR Standard Specifications for Highway Construction. Project Number..URB- 6462(1) Page 1 of 5 Control Number. 22507 Exhibit "A" Construction Engineering Services Version: 15 October 2014 1.1 Project Management activities shall include the following: • Project Management — Provide management of project including staffing, scheduling, invoicing, progress reports, and coordination with designer. • Prepare Change Orders and submit copies to the appropriate parties for approval and full execution. • . Maintain detailed Project Records and keep, them current. All records shall be available at the LPA's office. • Generate contractor's progress and final Estimates in Site Manager • Review Contractor's Construction Schedule • Coordinate with LPA and RC regarding all project activities. • Make entries of project data and diary information into Site Manager on a daily basis. Insure that inspectors and lab personnel are maintaining appropriate daily work reports and all material records. Meetings. Project staff will meet with the LPA, the Contractor, and NDOR when requested by the State, and prepare minutes of the meeting. For some projects, .a public meeting may be held and the consultant's attendance may be required. 2.1 Construction Inspection Planning Meeting - The LPA shall coordinate this meeting prior to start of construction to ensure roles and responsibilities are clear. Attendees should include the LPA RC, construction inspection personnel and NDOR State Representative. 2.2 Pre - Construction Meeting - Prepare the agenda, attend, and distribute meeting notes. 2.3 Construction Progress Meetings,- Prepare the agenda, attend, and conduct periodic progress meetings with the LPA and /or NDOR personnel, contractor, sub- contractors, utility personnel, and other agencies affected by the project. FHWA shall be included for full Federal oversight projects. There will be approximately 27 meetings. 2.4 Assume 4 trips to the project site for meetings. Traffic Control Plan. Consultant shall prepare a traffic control plan for the project site. These plan sheet(s) are to be signed by a Professional Engineer licensed in the State of Nebraska. Traffic Control plans shall be reviewed by the State Representative prior to placing in service (Owner will use checklist 12 -72 to audit and document the Consultant's completion of this activity). Once the plans are completed, they are to be submitted to the Person of Responsible Charge (RC). 3.1 Prepare Traffic Control Plan in accordance to NDOR Standard Plans, MUTCD and the NDOR Supplement to the MUTCD. Sign and seal plans. 3.2 Submit Plans to the RC for their records. SWPPP Inspections /Manual Updates Consultant shall conduct inspections bi- weekly and after every Y2" or greater rain event according to permit regulations. The Stormwater Pollution Prevention Plan ( SWPPP) Manual shall be updated according to NDOR and /or LPA requirements. 4.1 Conduct 23 Inspections (14 bi- weekly and 9 rain event inspections) 4.2 Update SWPPP Manual and Temporary Erosion Control Plan 4.3 Assume 9 trips to the project site for SWPP Inspections. Construction Survey /Staking. The following tasks are required if the Consultant is providing Construction Surveying and Staking. This work shall be done in accordance with the NDOR Construction Manual. 5.1 Provide coordination of staking needs with Contractor. 5.2 Consultant shall verify and re- establish if necessary the survey control used during the preliminary engineering. 5.3 Mark removals including pavement removal limits. 5.4 Stake right -of -way and construction easements. 5.5 Provide slope stakes for grading. 5.6 Provide paving hubs. • For curb sections hubs will be provided every 50 feet Project Number. URB- 6462(1) . Page 2 of 5 Control Number. 22507 Exhibit "A" Construction Engineering Services Version: 15 October 2014 • For new paving hubs will be provided every 25 feet.and it is assumed that paving will be completed full width. (except for Jackson /Fairview Road and Marina Drive Intersection) 5.7 Provide cross - section for new culverts before providing a Culvert Order List to Contractor. For structures storm sewer and pipe culverts, the consultant will provide grade stakes. 5.8 Stake guardrail. 5.9 Stake silt fence. 5.10 - Verify existing tie -in elevations and locations and adjust new pavement grades to meet existing pavement. 5.11 Assume 25 trips to the project site for construction survey /staking. All items will be staked one time. Except for re- staking required for staking done incorrectly, re- staking will be considered out -of- scope. Consultant will invoice the LPA for the re- staking. If re- staking is required because of the activities of the Contractor, the fee for re- staking will be withheld from Contractor payment. Construction Consultation /Site Manager & Daily Work Report (DWR) Consultant shall contact RC /Designer as needed to obtain plan clarifications /interpretations. Maintain and review project materials and promptly enter information into Site Manager. 6.1 SiteManager & Daily Work Report (DWR) • Review and Enter Data into SiteManager • Maintain Project Field Diaries, Files, and Record data in SiteManager • ' Document and Review Daily Work Reports (DWRs) 6.2 Construction Consultation with Design Engineer by Construction Engineer or Project Manager 6.3 The Design Engineer will address requests for information from the RC, Construction Engineer or Project Manager with a reply in writing. Any plan revisions needed that are not due to an error or omission will be completed with a supplemental agreement to the contract. 7. Girder Shim Surveying — Not applicable on this project Perform Bearing Calculations — Not applicable on this project Construction Inspection Consultant shall perform material sampling and testing and complete inspection work and project management in accordance with the references list in Section B of this Exhibit. 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. Consultant shall assume that it is responsible for all duties of the "Engineer" unless notified otherwise by RC on behalf of LPA. 9.1 Construction Inspection: Duties for construction inspection will include, but are not limited to, the following items: • Conduct wage rate interviews and review payrolls for correctness and Davis -Bacon Wage Rate compliance • Verify that the performance of the work is in conformance with the plans, specifications, and special provisions. • Conduct reviews for compliance with Disadvantaged Business Enterprise (DBE) commitments • The Consultant is required to create checklists to document assessment and compliance with all environmental commitments for the project. An Environmental Compliance Inspection Audit will be conducted by NDOR personnel. (NDOR will use checklist 12 -20 to document the audit of the Consultant.) The environmental check list is to monitor and document construction activities for compliance with NEPA (Environmental Review Checklist, Section 404, NPDES, SWPPP, Threatened and Endangered Species, etc.) • NDOR will provide the Initial Threatened and Endangered Species surveys required as outlined in the conservation conditions; and follow up survey training for the Consultant's environmental inspection personnel. Project Number. URB- 6462(1) Page 3 of 5 Control Number. 22507 Exhibit "A" Construction Engineering Services Version: 15 Octobar 2014 Follow -up surveys as may be required will be the responsibility of the Consultant. Any required surveys for compliance with the Migratory Bird Treaty Act will also be the responsibility of the Consultant. NDOR will not conduct these surveys. • The Consultant will provide NDOR 30 days advance notice of the need for the initial T &E surveys so that NDOR personnel can be scheduled to perform this work. • Review work zone traffic control devices daily and, at a minimum weekly interval, conduct a nighttime drive through review of temporary traffic control devices (per ATSSA Quality Standards for Work Zone Traffic Control Devices). Perform reflectivity check (DR form 481) of temporary devises at the start of construction activities and at six (6) month intervals or as conditions warrant. • Collect, sign /date, and file all delivery tickets and material certifications. All required material certifications shall be submitted to NDOR Materials & Research Division accompanied by a completed DR -12 sample ID form or Site Manager Sample Record ID. • Consultant shall forward shop drawings to the Design Engineer for review and approval. • Draft and review change order or time extension request including explanation of the issue and resolution and the justification for accepted prices and forward to RC. Once reviewed by NDOR and FHWA, proceed with the approval process. Forward a signed hardcopy to NDOR for further processing. • Communicate and coordinate plan revisions and change orders with the Design Engineer. • Prepare a field checked culvert order list • Prepare guardrail order list • Generate periodic progress estimates using SiteManager and forward to RC for further approval. • Review critical path schedule prepared by the Contractor for appropriateness and Current Controlling Operation (CCO) designation. • Locate permanent pavement markings 9.2 Measure, calculate, and document quantities of pay items 9.3 Keep all records and data up -to -date so that all necessary information appears on the Weekly Report of Working Days when they are generated at mid -week. 9.4 Assume 135 trips to the site for construction inspection 10. Perform Material Sampling and Testing The Consultant shall perform material testing as required in accordance with the references list in Section B of this Exhibit. All testing and sampling personnel shall be certified to perform these duties in accordance with the NDOR Materials Sampling Guide section 28. All non -NDOR Laboratories shall be pre - qualified by NDOR's Materials and Research Division to conduct the testing they are contracted to perform. NDOR SHALL PROVIDE: Typical testing done by NDOR Materials and Research's Central lab (sampling and delivery for these materials is done by Consultant and submitted to NDOR): All Aggregate • Quality and Soundness acceptance testing • Gradation verification testing PG Binders & Emulsions All required acceptance testing All Steel Products • All testing required for heat number pre - approval and acceptance testing Chemical Lab • All required source pre - approval and acceptance testing Smoothness • NDOR will run all 10% verification testing for projects with Smoothness • Specifications for pavement. NDOR will perform bridge smoothness testing on bridges receiving pavement on either side of the bridge Project Number: URB= 6462(1) Page 4 of 5 Control Number 22507 Exhibit "A" Construction Engineering Services Version: 15 October 2014 CONSULTANT SHALL PROVIDE (List'of tests to be provided by NDO_R); 10.1 Collect, verify, document and deliver all samples to testing lab 102 Collect, verify, document and deliver a copy of all required material certifications to the NDOR Materials and Research. Central Lab. 10.3 Review and document test results of all samples and coordinate with owner for acceptance and incorporation into the project. 10.4 Assume 39 trips to the project site for Material Sampling and Testing. 11. As -Built Drawings Prepare As -built drawings according to the LPA manual and the current directions from the NDOR Final Review Section. 11.1 As -Built Drawings . 12. Final Inspections. Consultant shall prepare a punch list of items for the project site and conduct a final project walk- through inspection with the LPA RC and NDOR State Representative to verify that corrective work identified on the punch list has been completed. 12.1 Walkthrough of Site and Preparation of Punch List 12.2 Review Project to verify that Punch List work has been completed (Owner will use LPA Manual checklist 12 -75 to audit and document the Consultant's completion of this activity) 13. Proiect Closeout. Assist RC with compiling project construction records as requested. Assemble and transmit Final Construction Records to LPA RC in paper format (printed single sided), including: 13.1 Project Closeout activities shall include the following: • Project Manager's Final Estimate • Copy of Consultant PM's-(representing LPA) Concurrence /Non- Concurrence Letter w/ Certified Mail Receipt Enclosed. • Copy of Contractor's signed Concurrence /Non- Concurrence Letter • Memo of Major Item Review • Memo of Time Allowance Review (Required only if the Contractor has overrun on the Contract Time Allowance.) • Borrow Site Memo • City Agreement Letter • Project Completion Memo - The Consultant's PM should perform this in an e -mail to the NDOR Rep with the required information — check with the NDOR Rep for this. The Consultant should ensure that the LPA RC sends a letter of Tentative Acceptance (per NDOR format) to the Contractor — send copies to the NDOR Rep. • Sign Deduction Memo (If required) • Material Review Memo • SiteManager PM Diary Report • SiteManager Contract Item Report for all Contract Items • All NDOR Spreadsheets and Workbooks used for Contract Item supportive documentation. • Project Culvert Field Book with information per the NDOR Construction Manual • Signed and stamped As Built Plans (full size) • Copy of Evaluation(s) of Contractor • LPA CE Project Closeout Checklist (LPA Manual Checklist 14 -10) • Deliver Final Construction Records to LPA RC, including Form DR -299 - Project Construction Conformity Certification and ensure that the LPA RC completes the LPA RC Project Closeout Checklist (LPA Manual checklist 14 -20 and includes it in the Final Records provided to the NDOR State Representative for review) E. SCHEDULE 1. Notice to Proceed: December 31; 2014 2. The Consultant shall provide a schedule of activities and deliverables upon award Project Number: URB- 6462(1) Page 5 of 5 Control Number. • 22507 Exhibit "A" Construction Engineering Services Project Name: Jackson Street, 3rd - River Road Project Number: URB- 6462(1) Control Number: 22507 Location (City, County): Blair, NE Firm Name: JEO Consulting Group Inc. Consultant Project Manager: Julie Ogden Phone /Email: 402,443.7483: jogden@ieo.com LPA Responsible Charge: Alien Schoemaker PhonelEmail: ( 402) 426 -4191; ars @ci.blair.ne.us NDOR Project Coordinator: Greg Wood PhonelEmail: 402,479.3831; greg.wdod @nebraska.gov Date: November 7, 2014 Labor Costs: Hours Blendeii Rate 11 Amount Code I Classification Title PR lPrincipal ADM = Administrative PM = Project Manager SCM = Survey Crew Member ENV = Enviornmental Scienl PM !Project Manager 87 $36.18 S3'147.66 ENG IEn ineer • 8 S38.34 5306.72+ DES I Desiqner /CADD Technician 16 $32.41 '5518:56" SCC Surve Crew Chief 197 $23.80 $4688.60< SCM Surve Crew Member 87 S20.63 S1 794..81` INSP 2linsoactor2 1219 528.03 534'168.57' INSP 1 Inspector 1 191 S27.01 55 156.91" ADM Administrative 2 518.86 $37.72> ENV Enviornmental Scientist $22.80 Sr. CADD Tech S40.21 50 %' TOTALS 1,807 =. Survey Crew Chief $49,821.55 Overhead Rate*: 198.69% Fee for Profit Rate': 12.95% ° Enter firms most recent Audited Overhead Rate, and Fee for Profit Rate calculated from the NDOR Fixed Fee Worksheet (available on the NDOR website). CLASSIFICATIONS": PR = Principal SCC = Survey Crew Chief ADM = Administrative PM = Project Manager SCM = Survey Crew Member ENV = Enviornmental Scienl ENG = Engineer INSP 2 = Inspector 2 UD2 '_ = User Defined 2 .: DES = DesigneriCADD Technician INSP 1 = Inspector 1 "For User-Defined Classifications, you will need to edit the Classifications Legend located above. To enter a new classification, replace "UDl" with its abbreviation (ex. GRA) and replace "User Defined 1* with the corresponding title (ex. Graphic Artist). Once the user - definitions are added, they will self - populate in the Labor Costs Table, as well as the remaining sheets. 100% RlpnAari Rntpc Tahlp ConSU� Sairlr�BNT�ra�vK,c Njrtc�W, &f &s8rrt!V9c9r�rlM? enterin any cent ficat ons that employee holds. Staffing Pan 1 % ssgned• must equal 100% for each personnel classification category. If one person in classification, list them as 100% for "% Assigned. EXHIBIT "A" Page 1 of 10 Blended Rate: Project Manager Julie Ogden Project Manager 536.18 100% Blended Rate: $36.18 Engineer Brian McDonald Design Engineer 538.34 100% Blended Rate: $38,34 Designer /CADD Technician Jim O'Gorman Sr. CADD Tech S24.60 50% Mark Templeman Sr. CADD Tech S40.21 50 %' Blended Rate: $32,41 Survey Crew Chief Ryan O'Toole Surveyor 523.46 75% Dean Fiala Surveyor S24.80 25% Blended Rate: $23.80 Survey Crew Member Kenny Taft Survev Tech 519.75 50% Matt Fouts Survey Tech $21.50 50% Blended Rate: 520.53 Inspector 2 Scott Cowles Construction Engineer 528.03 100% Blended Rate: 528.03 Inspector 1 Kevin Simons Enoineer 524.32 40% Jake Vasa Engineer 528.59 30% Nick Turner Enoineer in Training 529.00 30% Blended Rate: $27.01 Administrative Cindy Mainquist 517.25 50% Evelyn Jansa S20.47 50% Blended Rate: $18.86 Enviornmental Scientist Michelle McPheron $23.75 50% Robert Hibbits $21.85 50% Blended Rate: $22.80 Blended Rate: ConSU� Sairlr�BNT�ra�vK,c Njrtc�W, &f &s8rrt!V9c9r�rlM? enterin any cent ficat ons that employee holds. Staffing Pan 1 % ssgned• must equal 100% for each personnel classification category. If one person in classification, list them as 100% for "% Assigned. EXHIBIT "A" Page 1 of 10 Project Name: Jackson Street, 3rd - River Road Project Number: URS- 6462(1) Control Number: 22507 Location (City, County): Blair, NE Firm Name: JEO Consulting Group Inc. Consultant Project Manager: Julie Ogden Phone /Email: 402.443.7483: jogden @jeo.com LPA Responsible Charge: Alien Schoemaker Phone /Email: (402) 426 -4191• ars@ci.blair.ne.us NDOR Project Coordinator: Greg Wood PhonelEmail: 402.479.3831: greg.wocd@nebraska.gov Date: November 7, 2014 - TASKS PERSONNEL CLASSIFICATIONS "" - Total PR PM ENG DESi SCC . §CM- INSR 2 INSP__1 =ADM 1ENV ' ForConsttuction Engineering Services. - 1. Project Management and Coordination 1.1 Project Manaoament Subtotall 1 60 60 _ 60 60 2. Meetings ' 2.1 Construction Inspection Planning Meeting 4 1 5 2.2 Pre - Construction Meeting 4 4 8 2.3 Construction Progress Meetings 27 27' 2.4 Trios to Site Travel Time for Meetings Subtotal 4 12 1 4 36 8 48 3, Traffic Control Plan 3,1 Prepare Traffic Control Plan 3 1 2 1 6 F 11 3.2 Sign and Submit Plans to the RC Subtotall J 1 4 1 2 1 6 1 1 2 13 4, SWPPP Inspections/Manual U . dates 4.1 Conduct Inspections 23 23 4.2 U date SWPPP Manual and Temporary Erosion Control Plan 6 2 8 4.3 Trips to Site Travel Time for SWPPP Inse ctions Subtotal 18 47 2 18 49 S. Construction Survey/Staking 5.1 -5.10 Totals From Survev - Slakin Worksheet enter hours in grey cells) 159 1 70 1 229 5.11 Trips to Site Travel Time for Construction Survey/Staking Survey/Staking Subtotall I I 1 1 197 1 87 1 55 284 6. Construction Consultation /Site Manager & Daily Work Report DWR 6.1 SiteManaoer & Daily Work Report 54 54 6.1 Construction Engineer Consultation with Design Engineer 5 1 5 6.1 Design Engineer Consultation with Construction Engineer Subt by FHU subconsultant 1 5 1 1 1 1 1 54 1 59 7. Girder Shim Surveying Bride Projects Oni • 7.1 Girder Shim Surveying Not Applicable Subtotal 8. Perform Bearing Calculations 8.1 Perform Bearing Calculations Not Applicable ' Subtotal 1 Construction Inspection 9.1 Construction Inspection 6 550 139 695 9.2 Measure. calculate, and document quantities of pay items 250 14 264 9.3 Maintain records /data and prepare the Weekly Report of WDs 20 7 27' 9.4 Trips to Site Travel Time for Construction Inspection 200 20 220' Subtotal 6 1,020 180 1,206 10: Perform Material Sam lin and Testin 10.1 Collect. verify. document and deliver all samples to testing lab By Thiele Geotech subconsultant 10.2 Provide all required material certifications to the NDOR M & R Lab 10.3 Review and document all test results of all samoles 10.4 Trips to Site (Travel Time ) for Delivery and Collecting Samples Subtotal 11, As -Built Drawings , 11.1 Prepare As -Built Drawings 10 10 2 22 Subtotall I I I 10 I 1 10 2 1 22 12. Final Inspections 12.1 Waikthrou h of Site and Preparation of Punch List " 4 4 8 12.2 Review Project to verify that Punch List has been completed 8 8' Subtotal 4 1 1 12 16 13. ` Pro ect Closeout 13.1 Project Closeout 2 40 8 50 Subtotal 2 40 8 50 Total Hours 87 . ': 8 16 197 87 1;219 191 2 1 1225. Total Days (8 hrs) 10.9 ' 1.0 2,0 124.8 10.9 152.4 2319 s 0.3 225.9 Total ravel Time 4 38. 17 222 20': i' 301 TotaCHours'minus Travel Time- 83 8 . 16° 159= 70 997 171" ; 2- 1506 Consultant's Independent Cost Estimate for CE Services Estimate of Hours EXHIBIT "A" Page 2 of 10 Project Name: Jackson Street, 3rd - River Road Project Number: URB- 6462(1) Control Number: 22507 Location (City, County): Blair, NE Firm Name: JEO Consulting Group Inc. Consultant Project Manager: Julie Ogden Phone /Email: 402.443.7483*, jogden@ieo.com LPA Responsible Charge: Allen Schoemaker ,ro Phone /Email: (402) 426 -4191; ars @ci.blair.ne.us NDOR Project Coordinator: Greg Wood Phone /Email: 402.479.3831: greg wood @nebraska gov Date: November 7, 2014 Tasks - Direct Labor Total Hours _Cost, - Overhead 198 69'/ °. Fee or Profit, . _12.95% - ; Total' _Project Cost For Construction Engjneering.Services; 1. Project Management and Coordination 60 S2,170.80 — $4.313.16 5839.67 — 57,323.63 2. Meetings 48 51.443.24 52,867.57 5551 54:669,06 3. Traffic Control Plan 13 1 $442.87 5879.94 5171.30 51;494:11 4. SWPPP Inspections /Manual Updates 49 51.355.13 52,692.51 5524.17 54;571.81 S. Construction Survey/Staking. 284 56,483.41 $12,881.89 52,507.81 521,873.11 6. Construction Consultation /Site Manager & Daily Work Report (DWR) 59 $1,694.52 S3,366.84 S655.45 55;716.81 7. Girder Shim Surveying (Bridge Projects Only) 8. Perform Bearing Calculations 9. Construction Inspection 1,206 233,682.44 $66,923.64 $13,028.49 S113.634.57 10. Perform Material Sampling and Testing 11. As -Built Drawings 22 5658.42 $1,308.21 I $254.68 52.221.31 12. Final inspections 16 S481.08 5955.86 5186.08 - $1.623.02, 13. Project Closeout 50 $1,409.64 $2,800.81 $545.25 S4.755.70 Direct Ex enses TOTAL 1,807 $49,821.55 598,990.43 ,27 5191.15 513 500.32 $181,583,45 Consultant's Independent Cost Estimate for CE Services Cost by Task EXHIBIT "N' Page 3 of 10 'CONSTRUCTION ENGINEERING SERVICES Project. Cost Project Name: Jackson Street, 3rd - River Road Project Number: URB- 6462(1) Control Number: 22507 Location (City, County): Blair, NE Firm Name: JEO Consulting Group Inc. Consultant Project Manager: Julie Ogden Phone /Email: 402.443.7483; jogden @ieo.com LPA Responsible Charge:. Allen Schoemaker 12 1 Phone /Email: (402) 426.4191; ars @ci.blaicne.us NDOR Project Coordinator: Greg Wood Phone /Email: 402.479.3831; greg.wood @nebraska.go Date: November 7, 2014 Direct Labor Costs: Hours i Rate Amount Personnel Classification Principal 87 536.18 $3;147.66` Project Mana er 8 S38.34 S306.72` En ineer 16 $32.41 $518 56 Designer /CADD Technician 197 S23.80 $4,688.60 Survey Crew Chief 87 S20.63 S1.794.81 Survey Crew Member 1219 528.03 $34:168.57 Inspector 2 191 S27.01 55,158.91+ Insoector 1 2 $18.86 537,72 Administrative Enviornmental Scientist 522.80 1807 $49,821.55 TOTALS Direct Expenses: _- Amo unt Subconsultants $13.311.00 ' Printing and Reproduction Costs 549.821.55' Milea e/Travel S98,990.44' Lodging/ Meals S148'811.99° Material Testinq Other Miscellaneous Costs S189.32" Direct Expenses S13 500.32 TOTALS 513,500.32 Consultant's Independent Cost Estimate for CE Services Project Cost EXHIBIT "A" Page 4 of 10 Amount Total Project Costs: Direct Labor Costs 549.821.55' Overhead 198.69% S98,990.44' Total Labor Costs S148'811.99° Fee for Profit Rate 1 12.95% $19.271.15 Direct Expenses S13 500.32 PROJECT COST $181,583.46' Consultant's Independent Cost Estimate for CE Services Project Cost EXHIBIT "A" Page 4 of 10 Project Name: Jackson Street, 3rd - River Road Project Number: URS- 6462(1) Control Number: 22507 Location (City, County): Blair, NE Firm Name: JEO Consulting Group Inc. Consultant Project Manager: Julie Ogden Phone /Email: 402.443.7483; jogden @jeo.com LPA Responsible Charge: Allen Schoemaker uu Phone /Email: (402) 426 -4191 ars@ci.blair.ne.us NDOR Project Coordinator: Greg Wood Phone /Email: 402.479.i831; greg.wood@nebraska.gov Date: November 7, 2014 ibconsultants: -- Quanti , Unit Cost Amount ' 1U (Design Engineer Consultation 1 53.500.00 "S3 500.0 iiele Geotech (MaterialsTestina 1 $9.811.00 S9 811,.0 ;Subtotall 513,311.0 Printing and Reproduction: '- _ Quanti Unit Cost Amount - Subtotal flea e/Travel: Quanti [',Unit Cost + Amount Subtotal )d in IMeais: Quantity Unit Cost Amount Subtotal they Miscellaneous Costs: Quantitv, UnitCost Amount. 3cilities Caoital Cost of Money (0.38% of Direct Labor ) 5189.32 S189.3 Subtotal $189,3 )TAL DIRECT EXPENSES + $13,500.3 Consultant's Independent Cost Estimate for CE Services Direct Expenses EXHIBIT "A" Page 5 of 10 Project Name: Jackson and Blaine Street Construction Phase Services Pi�ojectNumber: URB- 6462(1) PR = Principal SENG Control Number. 22507 UDi = User Defined 1 Location (City, County): Blair, Washington County ' FL= LI_�URG Firm Name: Felsburg Holt& Ullevig H O L T Consultant Project Manager: Matt McFadden Phone /Email: 402.445.44051 matt.mcfadden @fhueng.com L L V( G LPA Responsible Charge: Men Schoemaker UD3 = ' User Defined 3 Phone /Email: (402) 426 -4191 / ars @ci.blair.ne.us DES NDOR Project Coordinator: Phone /Email: classifications Date: November 6, 2014 CLASSIFICATIONS': PR = Principal SENG = Senior Engineer UDi = User Defined 1 SENV = . Senior Environmental Scientist ENG = Engineer UD2 = User Defined 2 ENV = Environmental Scientist SDES = Senior Designer/Terhnician UD3 = ' User Defined 3 ADM = Administrative DES = Designer/Technician *For Project Manager, use one of the technical classifications "For User - Defined Classifications, you will need to edit the Classifications Legend located above. To enter new classification, replace "UDi "with its abbreviation (ex. GRA) and replace "User Defined 1" with the corresponding title (ex.' Graphic Artist). Once the user - definitions are added, they will self - populate the Estimate of Hours table, as well as the remaining sheets. EXHIBIT "A" Page 6 of 10 Project Name: Jackson and Blaine Street Construction Phas Services Hours Project Number: URB- 6462(1) Amount_ Control Number: 22507 CLASSIFICATION Location (City, County): Blair Washington County %ASSIGNED? Firm Name: Felsburg Holt & Ullevig FELSPURG Consultant Project Manager: Matt McFadden S62.50 . Phone /Email: 402.445.4405 / matt.mcfadden @fhueng.com H 0 LT L LPA Responsible Charge: Allen Schoemaker U L L L V I G Phone /Email: (402) 426-41911 ars @ci.blair.ne.us NDOR Project Coordinator: Environmental Scientist Phone /Email: Date: November 6. 2014 SENG ENG Labor-Costs: — Hours Blended Rate Amount_ Code lClassification Title CLASSIFICATION - %ASSIGNED? PR Principal 4 S62.50 $250.00 SENV Senior Environmental Scientist 100.0% ENV Environmental Scientist Senior Environmental Scientist SENG ENG Senior Engineer Engineer 6 18 $40.14 S36.06 S240,84' S649.08 SDES Senior Designer/Technician DES Designer/Technician - Senior Engineer ADM Administrative Alan Kreisa Engineer 4 $40.14 100.0% Blended Rate: $40:14 - , Engine Josh Palik Engineer 3 S36.06 100.0% TOTALS $36.061,?':_ 28 1,139.92 CLASSIFICATIONS': PR = Principal SENG = Senior Engineer UD1 = User Defined 1 SENV = Senior Environmental Scientist ENG = Engineer U132 = User Defined 2 ENV = Environmental Scientist SDES = Senior Designer /Technician UD3 = User Defined 3 ADM = Administrative DES = Designer /Technician blendea Kat es worksneet EMPLOYEE-NAME CLASSIFICATION SALARY RATE %ASSIGNED? Principal Matt McFadden Principal I S62.50 100.0% Blended Rate: 562.50 ' Senior Environmental Scientist Blended Rate: Environmental Scientist Blended Rate: - Senior Engineer Alan Kreisa Engineer 4 $40.14 100.0% Blended Rate: $40:14 - , Engine Josh Palik Engineer 3 S36.06 100.0% Blended Rate: $36.061,?':_ Senior DesignedTechnician Blended Rate: Designer technician Blended Rate: Administrative Blended Rate: Input actual employee classification as designated by firm. Z Total of "% Assigned" must equal 100% for each personnel classification category. If one person in classification, list them as 100% for "% Assigned". EXHIBIT "A" Page 7of10 Construction Phase, Servicesi Direct Expenses Project Name: Jackson and Blaine Street Construction Phase Services Subcor sultants: none Project Number: URB- 6462(1) Amount 58.00 59.50 Control Number: 22507 Location (City, County): Blair, Washington County , ' t T t;u I LLSI� v [ Firm Name: Felsburg Holt & Ullevig 1 L T & Consultant Project Manager: Matt McFadden L L L F V I G Phone /Email: 402.445.4405 / m att.mcfadden @fhueng.com LPA Responsible Charge: Allen Schoemaker Phone/Email: (402) 426.4191 tars @ci.blarr.ne.us $17.50 NDOR Project Coordinator: Phone/Email: Date: November 6. 2014 anti ': Unit Cost _ - `— Qu Amount Subcor sultants: none Unit Cost 0.08 0.19 Amount 58.00 59.50 Printing and Reproduction: B &W Copies Color Copies �QuantltY 100 50 Unit Cost 0.08 0.19 Amount 58.00 59.50 Subtotal $17.50 Mileage /Travel: - ro Travel to Blair, 3 trips - 50 miles Found trip Quantity 150 = Unit Cost I Amount 0.56 584.00 i Subtotal 564.00 Other Miscellaneous Costs: Quantity ;Unit Cost Amount Misc, postage, fax, etc.. 1 25.41 S25.41' Subtotall S25AI TOTAL DIRECT EXPENSES $126.91' EXHIBIT "A" Page 8 of 10 f`nr�ctr��r+tinn'= rUVJU Project Name: Jackson and Blaine Street Construction Phase S Project Number. URB- 6462(1) Control Number: 22507 Location (City, County): Blair, Washington County Firm Name: Felsburg Holt & Ullevig Consultant Project Manager: Matt McFadden Phone/Email: 402.445.4405 / matt.mcfadden @fhueng.com LPA Responsible Charge: Alien Schoemaker PhonelEmail: (402)426- 41911ars @ci.blair.ne.us NDOR Project Coordinator: Phone/Email— 6 Date, November 6. 2014 P, -A:A rr_LSrURG HOLT ULLEVIC, Direct Labor Costs: Hours Rate Amount Personnel Classification 51,139.91 rintino and Reproduction Costs Principal 4 $62.50 $250.00. Senior Environmental Scientist S396.5E ether Miscellaneous Costs Environmental Scientist S25.41 _ OTALS Senior Engineer 6 S40.14 _ 5240.64 Engineer 18 536.06 $649.06 Senior Designer/Technician Designer/Technician Administrative TOTALS 28 $1,139.92 Irect Expenses- — _ — -- Amount -- ubconsultants 51,139.91 rintino and Reproduction Costs S17.5( Iileagerrravel S84.0C Dd in / Meals S396.5E ether Miscellaneous Costs S25.41 _ OTALS $126.91 otal Project Costs: - - Amount irect Labor Costs 51,139.91 Werhead (a) 160.940% S1.834.59 otal Labor Costs $2.974.51 ixed Fee @ 13.40% S396.5E Direct Expenses ' ' ',S126.91 ROJECT COST - $3,500.0( EXHIBIT "A" Page 9 of 10 SOSIICE PEICEIGEO Tech Firm PROJECT NAIVE - Jackson Street. 3rd to River Road, Blair, NE PROJECT NO. URB- 6462(1) CN 22507 MANHOUR AND FEE ESTIMATE CONSTRUCTION ENGINEERING / INSPECTION Task Task Description PR2 PE2 Insp 2a lnsp 2b Total 1 2 3 4 o ' 7 8 9 10 11 12 Laboratory Testing Compressive Strength of Cylinders Aggregate Gradations Lab Standard Proctor Atterberg Limits -With soil Proctors Totals 0 0 0 0• 0 0 0 0 0 0 16 6 0.0 Concrete Plant Testing By C."t - lor Time minus travel 0 0 0 0 0 0 0 0 0 0 DIRECT LABOR COST SUMMARY �Proiect Management Air /Slump/i emplCasl 3 or 4 cylinders Level 3 Technician Field DensityTests Trip Charge to Project Site (mileage) Tnp Charge to Lincoln - Deliver NDOR Materials Pavement Ceres Caleciory Hours ' Rate 2 2 Amount PR2. Senior Project Engineer 0 50.00 50.00 $0.00 S S PE2 Protect Engineer 12 0 S108000 S S 1,296100 - SO.DO DIRECT PROJECT EXPENSES F - r $8.515. 0 50.00 S 5000 50.00 Insp2a Inspector2 0 0 S S ..C 0 S 0 50.00 S 0 $0.00 S .� . IR TOTAL DIRECT LABOR 12 S 1,296.00 OVERHEAD 0.0% S - TOTAL LABOR AND OVERHEAD S 1,296.00 DIRECT PROJECT EXPENSES • Cost Record Drawings Project Closeout Laboratory Testing Compressive Strength of Cylinders Aggregate Gradations Lab Standard Proctor Atterberg Limits -With soil Proctors Totals 0 0 0 0• 0 0 0 0 0 0 16 6 0.0 Concrete Plant Testing By C."t - lor Time minus travel 0 0 0 0 0 0 0 0 0 0 DIRECT LABOR COST SUMMARY Field Tech Testing Air /Slump/i emplCasl 3 or 4 cylinders Level 3 Technician Field DensityTests Trip Charge to Project Site (mileage) Tnp Charge to Lincoln - Deliver NDOR Materials Pavement Ceres Caleciory Hours ' Rate 2 2 Amount PR2. Senior Project Engineer 0 50.00 50.00 $0.00 S S PE2 Protect Engineer 12 0 S108000 S S 1,296100 - SO.DO DIRECT PROJECT EXPENSES F - r $8.515. 0 50.00 S 5000 50.00 Insp2a Inspector2 0 0 S S " - -' S0.00 0 S 0 50.00 S 0 $0.00 S S - TOTAL DIRECT LABOR 12 S 1,296.00 OVERHEAD 0.0% S - TOTAL LABOR AND OVERHEAD S 1,296.00 DIRECT PROJECT EXPENSES Cost Laboratory Testing Compressive Strength of Cylinders Aggregate Gradations Lab Standard Proctor Atterberg Limits -With soil Proctors 72 $0.00 $17.00 /each 57,224.00 $7200 /each 51,152.00 $155.00 /each S930.00 $70.00 /each S420.00 16 6 6 Concrete Plant Testing By C."t - lor !hour 50.00 50.00 $0.00 Field Tech Testing Air /Slump/i emplCasl 3 or 4 cylinders Level 3 Technician Field DensityTests Trip Charge to Project Site (mileage) Tnp Charge to Lincoln - Deliver NDOR Materials Pavement Ceres 18 $75.00 /set $1,350.00 566.00 /hour $528.00 $32.00 /each $896.00 $0.65 /,mile S1,625.00 S130.D0 /each $260.00 S65.00 /each S130.00 8 J 28 2500 2 2 $0.00 $0.00 50.00 TOTAL DIRECT PROJECT EXPENSES 58,515.00 SUB CONSULTANTS Cost .50.00, TOTAL LABOR AND OVERHEAD $1,296.00 FIXED FEE 0.0% Range 10 9 ,b -15% 50.00 DIRECT PROJECT EXPENSES F - r $8.515. TOTAL FEE $91811.00 Project No. STPAA - 5027(1) Control No. 22173 Ralston, Nebraska 77th Street Reconstruction EXHIBIT "A" Page 10 of 10 State of Nebraska Department of Roads Required Document List Contract ID 2507X Control Number 22507 000 Project Number URB- 6462(1) Location JACKSON ST, 3RD - RIVER RD, BLAIR Type of Work GR CONC PAVE CULV GDRL Letting Date 11113/2014 SG Version July 1, 2014 DISCLAIMER: This document may not include all material requirements for this project. Please refer to the Materials Sampling Guide for a comprehensive list of material requirements. This document will not reflect any changes mad the project after the project letting. Page 1 of 4 EXHIBIT "A" Legend TOS Test or Sample CC Contractor's Certification MC Manufacturer Certification COC Certification of Compliance COT Certification of Test APL Approved Products List PMV Project Manager's Verification SP Special Provisions NSS Nebraska Standard Specification MA M &R Approval th SG Material Sampling Guide e t SR Shipping Report Page 1 of 4 EXHIBIT "A" G roup Line Item Item Co de _Descrip _ ______ Qua nttty Unit = :! Met Book M &R Contact ' _I GROUP :0001 0030.10 MOBILIZATION 1.000 IS 0002 1000.00 LARGE TREE REMOVAL 1.000 EACH 0003 1009.00 GENERAL CLEARING AND GRUBBING 1.000 LS 0004 1010.50 REMOVAL OF UNSUITABLE MATERIAL 1631:000 CY 0005 1011.00 WATER 44.000 MGAL 0006 1030.00 EARTHWORK MEASURED IN EMBANKMENT 2951.000 CY Soil Density- Embankment 0 TOS SG 09 CHURCHWELL 0007 1101.00 REMOVE PAVEMENT 120.000 SY 0008 1102.00 REMOVE ASPHALTSURFACE 1246.000 SY 0009 1106.00 REMOVE DRIVEWAY 254.000 SY 0010 1107.00 REMOVE WALK 156.000 SY 0011 1121.00 REMOVE CONCRETE FLUME 1.000 EACH 0012 1701.18 18" DRIVEWAY CULVERT PIPE, TYPE 2,3,4,5,6,7 OR 8 22.000 LF Reinforced Concrete Pipe 181n -Class III SR SG 19 KAREL 0013 2021.05 REMOVE AND RESET MAILBOX 14.000 EACH 0014 3010.55 REMOVE & SALVAGE BRICK PAVERS 10.000 SY 0015 4093.80 WALL MATERIALS 461.000 SF APL NSS715 KRASON Soil Density - Modular Wail Backfill TOS SG 13 CHURCHWELL 0016 4095.12 LEVELING PAD 232.000 LF, TOS SP -137 LINDEMANN 0017 4310.18 18" FLARED -END SECTION 2.000 EACH Concrete Flared End Section -18 in SR SG 19 KAREL Buy America Cert- Producer /Supplier MC NSS106 KAREL 0018 4764.35 4" PERFORATED PIPE UNDERDRAIN 232.000 LF TOS /COC SG -19 KAREL Pipe Underdrain Aggregate TOS SG 13 MACKE Pipe Underdrain Fabric it APL SG 24 KAREL 0019 6105.02 ROCK RIPRAP, TYPE B 395.000 TON Rock Riprap /Stone tt APL SG 24 MACKE 0020 7017.00 REMOVE GUARDRAIL 502.000 LF 0021 7151.00 REMOVE AND RESET FENCE 321.000 LF 0022 8024.50 SELECT GRANULAR BACKFILL FOR RETAINED EARTH STRUCTURE 17.000 CY TOS /COT /CO( NSS715 LINDEMANN Soil Density - Select Granular Backfill li TOS SG 13 CHURCHWELL 0023 L006.00 COVER CROP SEEDING 1.000 ACRE 0024 L019.13 EROSION CONTROL, CLASS 1D 6195.000 SY Erosion Control, Class 1D tt APL NSS807 DONDLINGER 0025 L022.11 FABRIC SILT FENCE -LOW POROSITY 3031.000 LF Fabric Silt Fence -Low Porosity A APL NS5809 DONDLINGER 0026 L032.90 REMOVE AND SALVAGE LANDSCAPE ROCK 24.000 SY 0027 L032.91 RESET LANDSCAPE ROCK 24.000 SY GROUP 0028 0030.30 MOBILIZATION 1.000 LS 0029 2010.03 CRUSHED ROCK SURFACE COURSE 131.000 TON Crushed Rock Surface Course TOS SG 06 MACKE 0030 3014.11 COMBINATION CONCRETE CLASS 47B -3500 CURB AND GUTTER 6493.000 LF Class R Aggregate TOS SG 15,16 MACKE Hot Poured Joint Sealant -Field Use APL SG 15, 20 BYRE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON Pref Expansion A Filler APL . SG 15 KRASON White Pigmented Cure Compound -Field Usett APL SG 15,16 KRASON 0031 3016.22 CONCRETE CLASS 478 -3500 SIDEWALKS 41.000 SY Class R Aggregate TOS SG 15, 16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON Pref Expansion Jt Filler APL SG 15 KRASON White Pigmented Cure Compound -Field Usett APL SG 15,16 KRASON 0032 3016.39 DETECTABLE WARNING PANEL 126.000 SF Detectable Warning Panels v APL PLANS KAREL 0033 3016.71 6" CONCRETE CLASS 4713-3500 BIKEWAY 2343.000 SY Class R Aggregate TOS SG 15,16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON White Pigmented Cure Compound -Field Usesi APL SG 15, 16 KRASON 0034 3017.27 6" CONCRETE CLASS 47BX -3500 IMPRINTED SIDEWALK 270.000 SY TOS SG -16. KRASON 0035 3017.59 INSTALL BRICK PAVERS 10.000 SY 0036 3020.24 CONCRETE CLASS 4713-3500 DRIVEWAY 6" 510.000 SY Class R Aggregate TOS SG 15,16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON White Pigmented Cure Compound -Field Usett APL SG 15,16 KRASON 0037 3075.32 8" CONCRETE PAVEMENT, CLASS 476 -3500 913.000 SY Class R Aggregate TOS SG 15,16 MACKE Epoxy Resin Bonding System -Grade 30 APL SP -170 KRASON Page 1 of 4 EXHIBIT "A" State of Nebraska Department of Roads Required Document List Contract ID 2507X Control Number 22507 000 Project Number URB- 6462(1) Location JACKSON ST, 3RD - RIVER RD, BLAIR Type of Work GR CONC PAVE CULV GDRL Letting Date 11/13/2014 SG Version July 1, 2014 DISCLAIMER: This document may not include all material requirements for this project. Please refer to the Materials Sampling Guide for a comprehensive list of material requirements. This document will not reflect any changes mad the project after the project letting. Page 2 of 4 EXHIBIT "A" Legend TOS Test or Sample CC Contractor's Certification MC Manufacturer Certification COC Certification of Compliance COT Certification of Test APL Approved Products List PMV . Project Manager's Verification SP Special Provisions NSS Nebraska Standard Specification MA M &R Approval th SG Material Sampling Guide e t SR Shipping Report Page 2 of 4 EXHIBIT "A" „ � — — —�� •', � Acceptance •Reference, G roup Line lte r i Code Description _ Quantity, = Unit - Method` Book M & R Conta _ Hardened Concrete _ TOS SG 15 WEIGEL Hot Poured Joint Sealant -Field Use r[ APL SG 15, 20 BYRE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15, 16 KRASON Reinforcing Steel - Field Sample TOS /COT SG 15,16 KAREL Reinforcing Steel(pretested) r[ TOS /COT SG 15, 16 KAREL White Pigmented Cure Compound -Field User[ APL SG 15, 16 KRASON 0038 3075.46 9" DOWELED CONCRETE PAVEMENT, CLASS 4713-3500 1437.000 SY Class R Aggregate TOS SG 15, 16 MACKE Epoxy Resin Bonding System -Grade 3r[ APL SG 15, 20 KRASON Hardened Concrete TOS SG 15 WEIGEL Hot Poured Joint Sealant -Field User[ APL SG 15, 20 BYRE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON Reinforcing Steel - Field Sample TOS /COT SG 15,16 KAREL Reinforcing Steel - (pretested) r[ TOS /COT SG 15,16 KAREL 0039 4900.25 CURB INLET SEDIMENT FILTER 17.000 EACH Curb Inlet Sediment Filter r( APL SP -140 DONDLINGER 0040 9034.00 PREPARATION OF INTERSECTIONS AND DRIVEWAYS 510:000 SY 0041 9111.00 WATER 28.000 MGAL 0042 9170.00 EARTH SHOULDER CONSTRUCTION 75.842 STA 0043 9173.20 SUBGRADE PREPARATION 2350.000 SY Soil Density - Subgrade Preparation rf TOS SG 10, 11 CHURCHWELL 0044 L010.00' SODDING 1198 SY 0045 W600.03 ADJUST VALVE BOX TO GRADE 7.000 EACH GROUP 10046 0030.40 MOBILIZATION 1.000 LS 0047 1119.01 REMOVE GRATE INLET 2.000 EACH 0048 1119.05 REMOVE AREA INLET 1.000 EACH 0049 4002.00 CAST IRON COVER AND FRAME 1750.000 LB Cast Iron Cover and Frame COC SG 25 KAREL 0050 4004.50 CAST IRON GRATE AND FRAME 3220.000 LB Cast Iron Grate and Frame COC SG 25 KAREL 0051 4004.80 STRUCTURALSTEEL FOR FACE ARMOR 3010.000 LB Structural Steel for Substructure COC SG 20 KAREL - 0052 4005.00 CAST IRON RING AND COVER 2760.000 LB . Cast Iron Ring and Cover COC SG 25 KAREL 0053 4015.50 RECONSTRUCT MANHOLE 1.000 EACH Class R Aggregate TOS SG 15, 16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON 0054 4016.00 MANHOLE AT STA. 107 +60.60 -15' LT 1.000 EACH Class R Aggregate TOS SG 15,16 MACKE. Interground /Blended Cement TOS SG 14,29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON Reinforcing Steel -Field Sample TOS /COT SG 15, 16 KAREL Reinforcing Steel- (pretested) o TOS /COT SG 15,16 KAREL 0055 4016.01 MANHOLE AT STA. 120 +70.00 -20' RT 1.000 EACH Class R Aggregate TOS SG 15, 16 MACKE Interground /Blended Cement TOS SG 14,29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON Reinforcing Steel - Field Sample TOS /COT SG 15, 16 KAREL Reinforcing Steel- (pretested) r[ TOS /COT SG 15, 16 KAREL 0056 4016.02 MANHOLE AT STA.127 +75.00 -15' RT 1.000 EACH Class R Aggregate TOS SG 15, 16 MACKE Interground /Blended Cement TOS SG 14,29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON Reinforcing Steel - Field Sample TOS /COT SG 15,16 KAREL Reinforcing Steel- (pretested) r[ TOS /COT SG 15,16 KAREL 0057 4016.03 MANHOLE AT STA.127 +75.95 - 21.67' LT 1.000 EACH Class .R Aggregate TOS SG 15, 16 MACKE Interground /Blended Cement TOS SG 14,29 KRASON Portland Cement Concrete TOS SG 15, 16 KRASON Reinforcing Steel - Field Sample TOS /COT SG 15, 16 KAREL Reinforcing Steel- (pretested) r[ TOS /COT SG 15,16 KAREL 0058 4016.04 MANHOLE AT STA.130 +45.71- 45.54' LT 1.000 EACH Class R Aggregate TOS SG 15,16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15, 16 KRASON Reinforcing Steel - Field Sample TOS /COT SG 15,16 KAREL Reinforcing Steel(pretested) N TOS /COT SG 15,16 KAREL 0059• 4016.05 MANHOLE ATSTA. 135+32.11-36.96'LT 1.000 EACH Page 2 of 4 EXHIBIT "A" State of Nebraska Department of Roads Required Document List Contract ID 2507X Control Number 22507 000 Project Number URB- 6462(1) Location JACKSON ST, 3RD - RIVER RD, BLAIR Type of Work GR CONC PAVE CULV GDRL Letting Date 11/13/2014 SG Version July 1, 2014 DISCLAIMER: This document may not include all material requirements for this project. Please refer to the Materials Sampling Guide for a comprehensive list of material requirements. This document will not reflect any changgs mad the project after the project letting. Page 3 of 4 EXHIBIT "A" Legend TOS Test or Sample CC Contractor's Certification MC Manufacturer Certification COC Certification of Compliance COT Certification of Test APL Approved Products List PMV Project Manager's Verification SP Special Provisions NSS Nebraska Standard Specification MA M &R Approval th SG Material Sampling Guide e t SR Shipping Report Page 3 of 4 EXHIBIT "A" - - Acceptance Reference 1 G Line Iten Item Code D _ _�_ Qua ntity, i Unit M ethod; Book _ M &R Contact Class R Aggregate TOS SG 15, 16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON 0060 4016.06 MANHOLE AT STA. 121+57.63-25' RT 1.000 EACH Class R Aggregate TOS SG 15,16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON 0061 4043.50 REMOVE SEWER PIPE 43.000 LF 0062 4105.59 CLASS 47B -3000 CONCRETE FOR INLET AND JUNCTION BOX 68.750 CY Class R Aggregate TOS SG 15,16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON White Pigmented Cure Compound -Field User( APL SG 15,16 KRASON 0063 4107.07 CLASS 47B -3000 CONCRETE FOR CONCRETE COLLARS 0.530 CY Class R Aggregate TOS SG 15,16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON White Pigmented Cure Compound -Field User( APL SG 15,16 KRASON 0064 4155.50 REINFORCING STEEL FOR INLET AND JUNCTION BOX 4463.000 LB Non- Shrink Grout )l APL SG 20, 21 KRASON Reinforcing Steel -Field Sample TOS /COT SG 15, 16 KAREL Reinforcing Steel(pretested) r( TOS /COT SG 15,16 KAREL 0065 4157.00 REINFORCING STEEL FOR COLLARS 43.000 LB Non - Shrink Grout i APL SG 20, 21 KRASON Reinforcing Steel - Field Sample TOS /COT SG 15,16 KAREL Reinforcing Steel - (pretested) r( TOS /COT SG 15, 16 KAREL 0066 4460.30 30" CONCRETE FLARED -END SECTION . 1.006 EACH SR* SG -19 KAREL 0067 4670.05 CULVERTSANDFILL 4.000 CY Class R Aggregate TOS SG 15, 16 MACKE Portland Cement Concrete TOS SG 15, 16 KRASON Fiowable Fill Concrete TOS SG -25 KRASON Culvert Sandfill 0 TOS SG 25 MACKE 0068 P702.18 18" STORM SEWER PIPE, TYPE 1 979.000 LF Soil Density -Pipe Backfiill ri TOS SG 13 CHURCHWELL Reinf Conc Sewer Pipe 18in -Class III MC SG 19 KAREL 0069 P702.24 24" STORM SEWER PIPE, TYPE 1 3.000 LF Soil Density -Pipe Backfill r( TOS SG 13 CHURCHWELL Reinf Conc Sewer Pipe 24in -Class III MC SG 19 KAREL 0070 P702.30 30" STORM SEWER PIPE, TYPE 1 495.000 LF Reinf Conc Sewer Pipe 30in -Class III MC SG 19 KAREL GROUP 10071 0030.40 MOBILIZATION 1.000 LS 0072 4045.00 REMOVE STRUCTURE AT STA.136 +50 1.000 EACH 0073 4051.01 EXCAVATION FOR BOX CULVERTS 1308.000 CY 0074 4101.06 CLASS 47B -3000 CONCRETE FOR BOX CULVERT 384.680 CY Class R Aggregate TOS SG 15,16 MACKE Interground /Blended Cement TOS SG 14, 29 KRASON Portland Cement Concrete TOS SG 15,16 KRASON White Pigmented Cure Compound -Field User[ APL SG 15,16 KRASON 0075 4151.00 REINFORCING STEEL FOR BOX CULVERT 43383.000 LB Non- Shrink Groutr( APL SG 20, 21 KRASON Reinforcing Steel- Field Sample TOS /COT SG 15,16 KAREL Reinforcing Steel- (pretested) r( TOS /COT SG 15, 16 KAREL 0076 8010.03 CRUSHED ROCK FOR BASE COURSE 72.000 CY TOS SP -137 MACKE GROUP ;0077 0030.70 MOBILIZATION 1.000 LS 0078 7011.20 W -BEAM GUARDRAIL 472.000 LF TOS /COT SG -17 KAREL Buy America Cert- Producer /Supplier MC NSS106 KAREL 0079 7024.27 GUARDRAIL END TREATMENT, TYPE 11 1.000 EACH COC SP -146 KAREL Buy AmericaCert- Producer /Supplier MC NSS106 KAREL 0080 7024.50 GUARDRAIL END TREATMENT TL- 225' -0" 3.000 EACH COC PLANS KAREL GROUP: 0081 0001.08 BARRICADE, TYPE II 2925.000 BDAY Barricade Warning Lights Type C v APL SG 23 KAREL Reflective Sheeting X TOS SG 23• DONDLINGER 0082 0001.10 BARRICADE, TYPE III 750.000 BDAY Barricade Warning Lights Type A r( APL SG 23 KAREL Reflective Sheeting N TOS SG 23 DONDLINGER 0083 0001.90 SIGN DAY 2160.000 EACH 0084 0001.99 CONTRACTOR FURNISHED SIGN DAY 315.000 EACH 0085 0003.10 FLAGGING 80.000 DAY 0086 0003.74 TEMPORARY TRAFFIC SIGNAL 1.000 EACH 0087 0020.00 TRAINING 500.000 HOUR 0088 0030.00 MOBILIZATION 1.000 LS Page 3 of 4 EXHIBIT "A" State of Nebraska Department of Roads Required Document List Contract ID 2507X Control Number 22507 000 Project Number URB- 6462(1) Location JACKSON ST, 3RD - RIVER RD, BLAIR Type of Work GR CONC PAVE CULV GDRL Letting Date 11113/2014 SG Version July 1, 2014 DISCLAIMER: This document may not include all material requirements for this project. Please refer to the Materials Sampling Guide for a comprehensive list of material requirements. This document will not reflect any changes mad the project after the project letting. BUY AMERICA CERTIFICATION (PRIME CONTRACTOR) CC SP -90 KAREL Page 4 of 4 EXHIBIT "A" Legend TOS Test or Sample CC Contractor's Certification MC Manufacturer Certification COC Certification of Compliance COT Certification of Test APL Approved Products List PMV Project Manager's Verification SP Special Provisions NSS Nebraska Standard Specification MA M &R Approval th SG Material Sampling Guide e t SR Shipping Report BUY AMERICA CERTIFICATION (PRIME CONTRACTOR) CC SP -90 KAREL Page 4 of 4 EXHIBIT "A" ' Acceptance Reference Group Line lten Item Co de De scription _ _ Quantit Umt; Meth ` Book M &R Co ntact 0089 9110.01 RENTAL OF LOADER, FULLY OPERATED 40.000 HOUR 0090 9110.02 RENTAL OF MOTOR GRADER, FULLY OPERATED 10.000 HOUR 0091 9110.03 RENTAL OF DUMP TRUCK, FULLY OPERATED 40.000 HOUR 0092 9110.07 RENTAL OF SKID LOADER, FULLY OPERATED 40.000 HOUR 0093 9110:27 RENTAL OF CRAWLER MOUNTED HYDRAULIC EXCAVATOR, FULL` 40.000 HOUR 0094 L022.75 TEMPORARY SILT CHECK 300.000 LF APL DONDLINGER 0095 L022.90 TEMPORARY SILT FENCE 300.000 LF APL NSS809 DONDLINGER 0096 L860.24 STORM EVENT RESTORATION - INCENTIVE 15.000 EACH 0097 L860.50 ENVIRONMENTAL COMMITMENTS- CONTRACTOR COMPLIANCE 1.000 LS BUY AMERICA CERTIFICATION (PRIME CONTRACTOR) CC SP -90 KAREL Page 4 of 4 EXHIBIT "A" m o c V O Z m pi c', a Of ••i G) C y �C W DO00N.O ..DO N W W . --. uO C G O O 'N N C N O F.O 00 G.OI N. �O�++ 'C Vi L, s C OI N n O G L C W H l A o o» 3 3 e A C N N .rvCi O C V C m C A O, A O A !' G { E N � W O O � ° '.. O I N W A y .� C V N N 0 00 X Y N w d N s t �:� 3' Z N 2L •. Z? Z K 0 � � 0 � � z? ZS .. n :E �p ? Q `p 'z 0 � • m v c m 9 1 n z N vD « : �» D :�c'c � •. n w O z A O Q ^ fin Z •2 c `�� m m .O n v aT w $� •< D � a 3 3 ' A <» �� �» �-�, z y m w o X ,w n N '; z ,.R Z' 3 3 G3 0 3 � C7 � H ,m A . ,� 0 2a D r aC z c D 41 7C O C C to C C C _ ',,C c � a n A 6 Q ° = o s K < { K T Z ic n S v m t � o m .r N � „ a Sc > > ° c n c c d� n rt rt' d d d 9 O T ODG d 3 3 3 o•_w 3 � m� m N T W d ry T W d n w 3 n� w 3 n`'e v n •' ry D d d ry T 3 3 a_w A ry s 3 a m c— ova 3 3 of � a —� �ve n.a� 3ve O o d 0 0 � a s3 R s3 � T3 s3 � •° A c •O Dr � � � � - 1 0 AAAo d d d o N c 22?'" � •� ry 2''" n 2 72 A _ p ,N 'R: ._. 7 'A ^..� '^ ^;i G, ' 3 �^ 6 O 2 a 6 •Oi R •� a i m » » t t' � p v w � a m c Z ' o F+ � d o i N c c 3 3 � •! a 2 p S O p _ � m m v 3 n - U 3 q N W D �p N N 3 D a 9 '^ d D j m O o ry 9 O• m •� E " o 3 { u — �, N ry 3 •2 3 •2 3 � 3 3' m .z -' � c 2 0 �°.� N N � i G ° N .°. ° 6 °o m ° O ° o ° �°. o d 2` c f' � n o °• m 6 1p v. 3 'o ? ? 3 fa F d 9 � n a F ' �. F. 6 jC �' � a OS a O• 3 R � :� s t F O w F N f N VI N H N N N N VI Vl'41 N VI G) `• , i mi V1 U1 N G1 Gl Gl in G1 Gl Gl 4l N H N L7 N N N N d1 1n O O O O G1 Gl N {-� N N H � G A N N Ll G1 Gl G1 W N �t N A � � O (•� V F+ �„� � W G) � i - "•'I m om miom m mm�om m mom�°m c,.... D' �c OJ JC JC JC 3 y { a m a a z m 0n � 00 Cn M A A S A 0 pn � A • A A 3 0 x n 2 � Z 3 v � c a ' C A � ? O m O O m O Z r Z Z Z O 0 0 0 O Z Z Z Z m 2 O O O 0 Z z Z m m 2 m D 2 m C f ± - p Z .... <F ogzza It t: 8 z 0 22 < EL xa ao o. o. m X D 5 0 2: a 1 m - 1 I W C C O � o ct ct 79 M 0 RL 6) 0 M 6) o . NN In 6) cl tA C.) G) 0) G) 0 l 0 cq g 2. 0 A �o 0 = wm wm o 0 0 > a z z 0 0 0 z z z z z 23 Z3 z 7 n x n 0 o 23 2- F z t Z F VI Z5 10 gp E R m & -T m 9 3 m 3 9 3 - . 4 —. . 1 ry m 5 4 i a a aL Ji <F ogzza It t: 8 z 0 22 < EL xa ao o. o. m X D 5 0 2: a 1 m C o � o 79 M 0 RL 6) 0 M 6) NN In 6) cl tA C.) G) 0) G) G to I 61 M G) ) G) 0 0 0 0 0 0 Z z z 0 0 0 z z z z z <F ogzza It t: 8 z 0 22 < EL xa ao o. o. m X D A 0 c 0 m 2 m A D 7 r M 3 nn m w 3 �o ro m w c 3 3 ° m i.m •+ o o z z» � w c e of w °.t m rt J F+ r3 moo ° v p OO11 3 m ° ° ° o o Nr c`N 8 y m N o• N <OA Z N O J d d O • d m � s N y N .•-. O A A D i .F'. o. v N w N N W W A A C: a p 3 A c B D n22 m ° O C a _ T R m W W = m l 5 23 O [n rt A Q E � 6 O d X I f y o d V r 9 d w p O J •'� 3 � n x s u c n X � 3 1 z c 3 o n AO � W . N W N 0 Fo N W N W tp ET _ N p tJ� G N C WI ) O w C O B O O M N a» > > > > (''� = D D a o c i 9 ry `• J A A 9 a 3 • N � J d ° a d �= s �+ a w O • 1 ° � O c � , i e � n 0 o n n � °1 a 00 0 00 rt rt m m J m a [ i n. g b o 0 o 3 m'O H S ^ oz Z O u0i O O H O O A a d N O o p X m a 3 j O O A a _ pp O m z m z z C m m. 1 a ai z i 91 so FEES AND PAYMENTS EXHIBIT "B" A. Payment Method. Payment under this agreement will be made based on actual costs up to a Maximum - Not -To- Exceed amount of $181,583.46. B. Total Agreement Amount. For performance of the services as outlined in this Agreement, the Consultant will be compensated for actual services performed up to a maximum amount of $181,583.46 in accordance with paragraph G of this section. The Consultant's compensation shall not exceed this maximum amount without prior written approval of the State. C. Ineligible Costs. The LPA is not responsible for costs incurred prior to the Notice-to- Proceed date or after the completion deadline date set out in the NOTICE TO PROCEED AND COMPLETION section of this agreement or as provided in a written time extension notification. D. Federal Cost Principles. For performance of Services under the terms of this agreement, the Consultant will be paid subject to the terms of this agreement and all requirements and limitations of the federal cost principles contained in the Federal Acquisition Regulation (48 CFR 31). E. Federal -aid. (2 -1 -12) LPA will not make payments directly to Consultant for services performed under this agreement. Instead, the State will serve as a paying agent for LPA, and will pay Consultant directly for properly submitted and approved invoices using both LPA and Federal funds based on the applicable project federal cost participation percentage. The following process shall apply whenever the LPA, the State or the FHWA determines that certain costs, previously paid to Consultant, should not. have been paid with federal funds by the State to Consultant. Consultant shall immediately repay the State the federal share of the previously paid amount and may invoice LPA for the costs repaid to the State. LPA shall promptly pay the full amount of the invoice from its own funds unless LPA, in good faith, disputes whether the Consultant is entitled to the payment under the agreement or the amount of the invoice. In the event of a dispute between LPA and Consultant, the dispute resolution process of Section 18 herein shall be used by the parties. F. Subconsultant Over -runs and Under -runs. The Consultant shall require any subconsultant to notify Consultant if at any time the subconsultant determines that its costs will exceed its negotiated fee estimate. The Consultant shall not allow any subconsultant to exceed its negotiated fee estimate without prior written approval of the Project No. URB- 6462(1) EXHIBIT "B" Control No. 22507 Sheet 1 of 6 Jackson Street, 3` — River Road LPA. The Consultant understands that the amount of any subconsultant cost under -run will be subtracted from the total compensation to be paid to Consultant under this agreement, unless prior written approval is obtained from the LPA and, when applicable, FHWA. F.' Out of Scope Services and Consultant Work Orders. The LPA may request that Consultant provide services that in the opinion of Consultant, are in addition to or different from those set out in the Scope of Services. When the LPA decides that these services require an adjustment in costs, the Consultant shall: (a) describe the proposed services, (b) provide an explanation why Consultant believes that the proposed services are not within the original scope of services and additional work effort is therefore required, and (c) estimate the cost to complete the services. Consultant must receive written approval from the LPA before proceeding with the out -of -scope services. Before written approval will be given by the LPA, the LPA must 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 agreement. Once the need for a modification has been established, a supplemental agreement will be prepared. If the additional work requires.the Consultant to incur costs prior to execution of a supplemental agreement, the LPA shall use the process set out below: The Consultant Work Order (CWO) — DR Form 250 shall be used to describe and provide necessary justification for the additional the scope of services, effort, the deliverables, modification of schedule, and to document the cost of additional services. The CWO form is available on the Department of Roads website at www. roads.nebraska,gov /qov- aff /lpa- guide- man.htmI#forms4 The CWO must be executed to provide authorization for the additional work and to specify when that work may begin. This agreement will be supplemented after one or more.CWOs have been authorized and approved for funding. Project No. URB- 6462(1) EXHIBIT "B" Control No. 22507 Sheet 2 of 6 Jackson Street, 3` — River Road G. Payments. Payment for work under this agreement will be made based on actual costs up to a Maximum - Not -To- Exceed amount identified in Paragraph A of this section. Actual costs include direct labor costs and direct non -labor costs. (1) Direct Labor Costs is an individual's hours charged for the time they are working directly on the project multiplied by the individual's established hourly billing rate. (a) Established Hourly Billing Rates The established hourly billing rates shall be in accordance with Exhibit "A ". (b) Time reports The hours charged to the project must be supported by adequate tirne distribution records that clearly indicate the distribution of hours to all projects /activities on a daily basis for the entire pay period. Time reports must provide a clear identifying link to the projects: such as project description, project number, pertinent work phase, dates of service, and the individual's name and position. There must be an adequate system of internal controls in place to ensure that time charges are correct and have the appropriate supervisory approval. (2) Direct Non -Labor Costs: These costs include all necessary, actual, and allowable costs related to completing the work under the agreement, including but not limited to: meals, lodging, mileage, subject to the limitations outlined below; communication costs; reproduction and printing costs; special equipment and materials required for the project; special insurance premiums if required solely for this agreement; and such other allowable items. A non -labor cost charged as a direct cost cannot be included in the Consultant's overhead rate. If for reasons of practicality, the consultant is treating a direct non - labor 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. Consultant shall submit to the LPA an invoice or billing itemizing all direct non -labor costs claimed for work under this agreement, and all supporting receipts or invoices. The State, on behalf of the LPA, will pay the Consultant for all necessary, allowable, eligible and properly documented direct non -labor costs related to the work under this agreement. The following expenses will be reimbursed at actual costs, not to exceed the rates as shown below. (a) The reimbursement for mileage associated with the use of company owned vehicles shall be the prevailing standard rate as established by the Internal Project No. URB- 6462(1) EXHIBIT "B" Control No. 22507 Sheet 3 of 6 Jackson Street, 3` — River Road Revenue Service (IRS) through its Revenue Procedures.. Reimbursement for mileage associated with the use of a privately owned vehicle (POV), is limited to the lesser of: 1) The mileage rate which the consultant reimbursed to the person who submitted the claim for POV use, or 2) The prevailing standard rate as established by the IRS. (b) Automobile Rentals and Air Fares will be actual reasonable cost, and if discounts are applicable the Consultant shall give the LPA the benefit of all discounts. (c) The reimbursement for meal and lodging rates shall be limited to the prevailing standard rate as indicated in the current website address for U.S. General Services Administration's (GSA) rates which is indicated below: http://www.,qsa.gov/portal/categorV/lQOI 20 1) 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. 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 the GSA rates set out above. Project No. URB- 6462(1) EXHIBIT "B" Control No: 22507 Sheet 4 of 6 Jackson Street, 3 — River Road applied. Upon determination by the LPA and the State that the work was adequately substantiated and completed in accordance with this agreement, payment will be made in the amount of the approved final invoice. The acceptance by the Consultant of the final payment will constitute and operate as a release to the LPA and the 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 this agreement or any part thereof. K. Agreement Close -Out. After the Consultant submits their final invoice, the Consultant must complete and submit DR Form 39a — Notification of Completion Pre - letting Consultant Professional Services Notification of Completion. The form must be submitted electronically in accordance with the instructions on the form. DR Form 39a is available on the Department of Roads' website at http://www.roads.nebraska.gov/qov-aff/lpa-guide-man.html#forms L. Audit and Final Cost Adjustment. Upon acceptance by the LPA and the State, the State, or its authorized representative, may complete an audit review of the payments made under this agreement. The Parties understand that the audit may require an adjustment of the payments made under this agreement. The Consultant agrees to reimburse the State for any overpayments identified in the audit review, and State agrees to pay Consultant for any identified underpayments. M. Consultant Cost Record Retention. The Consultant shall maintain, and also require that its Subconsultants /Subcontractors maintain, all books, documents, papers, accounting records, and other evidence pertaining to costs incurred and shall make such material available for examination at its office at all reasonable times during the agreement period and for three years from the date of final cost settlement by FHWA and project closeout by the State. Such materials must be available for inspection by the LPA, State, FHWA, or any authorized representative of the federal government, and when requested, the Consultant shall furnish copies. Project No. URB- 6462(1) EXHIBIT "B" Control No. 22507 Sheet 6 of 6 Jackson Street, 3` — River Road 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. URB- 6264(1) Exhibit "C" Control No. 22507 Page 1 of 3 Jackson Street, 3` — River Road, Blair • 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 or claim 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 and Annual Aggregate • 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 and Annual Aggregate • Policy shall provide liability coverage in excess of the specified Employers Liability, Commercial General Liability and Auto Liability. • The LPA, shall be an "Additional Insured ". Consultant agrees to waive its rights of recovery against the LPA. Waiver of subrogation Project No. URB- 6264(1) Exhibit "C" Control No. 22507 Page 2 of 3 Jackson Street, 3` — River Road, Blair 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). • For so long as insurance coverage is required under this agreement, the Consultant shall have a duty to notify the LPA and the State of Nebraska Department of Roads (State) when the Consultant knows, or has reason to believe, that any insurance coverage required under this agreement will lapse, or may be canceled or terminated. The Consultant must forward any pertinent notice of cancelation or termination to the LPA and to the State by mail (return receipt requested), hand - delivery or facsimile transmission within 2 business days of receipt by Consultant of any such notice from an insurance carrier. Copies of notices received by the Consultant shall be sent to the LPA, in care of the LPA's Responsible Charge and to the State at the following address: Nebraska Department of Roads Construction Division — Insurance Section 1500 Highway 2, P. O. Box 94759 Lincoln, NE 68509 -4759 Facsimile No. 402 - 479 -4854 • 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. URB- 6264(1) Exhibit "C" Control No. 22507 Page 3 of 3 Jackson Street, 3` — River Road, Blair