Loading...
RES 2010-0800 - Contract with Tab Construction for OPW 51948-ST, PD, SP N 24th St streetscape phase VI F o,A,HA,4,�,9 �; `,r 4, �, air Planning Department (`�`2����� Omaha/Douglas Civic Center u v r fi.' r cz ro : 2 1819 Farnam Street,Suite 1100 : r 1 � t Omaha,Nebraska 68183 o�A �='' ry ,.�, (402)444-5150 op'T ���4 , 'f + - '`t�" ��{{ t Telefax(402)444-6140 FD FEBR �l,.i R.E.Cunningham,RA,F.SAME City of Omaha Director Jim Suttle,Mayor . July 13, 2010 • Honorable President and Members of the City Council, The attached Resolution approves a Contract with Tab Construction for the sixth phase of streetscape improvements on North 24th Street, between Lake and Cuming Streets. The FY 2010 Consolidated Submission for Community Planning and Development Programs, approved by the City Council on December 15, 2009, authorizes this work. The engineer's estimate for this project is $566,462.00. The following bids were received March 25, 2010. The bid tabulation is attached. CONTRACTOR BASE BID TAB CONSTRUCTION $377,604.35 (LOW BID) Swain Construction $354,528.70 (Non-compliant) Prudent Tech. $420,786.38 Daedalus Construction $436,169.85 U.S. Asphalt Co. $473,404.59 The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will continue to review the Contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is •authorized to pay the cost of OPW 51948 North 24th Street Streetscape Phase VI in the amount of $150,000.00 from the 2010 Community Development Block Grant Fund 12186, Organization 129131 and $277,604.35 from the 2006 Street and Highway Bond, Fund No. 13182, Organization No. 117111. D iD 0 mD rpi C c>iiO4D p1ni V'-fom°tao0id a � .- 5 5 i X Armin- v. y3 < N; �; rA r.. m r',g 'S�=mA 5� -.miAP �m Ed mEt W_ W_ = z 2 z ox zr2'10 y 9� 9� ; QN y tip NN- OmA 2 • O ° m m m ° ZOA Sta �O SO `�O 53.4 z ��o og Zzp v1 �zmAA o�m1 om m oo r �a o0 -91 ° ti. %'.3 _uzi4woL�,l p 07,EYZ2M;r5`g V A" 'mR $ a4 5 4 rxi�ii rO i '! �" C^ �P m^1��pp xCico n'10 v1 vl° m�z0 �. ° m ro.1 r°i o O -O ,O °O ot+f 2 i zxr°oF,c>-4 �mx �1 �n °'vn rn o�) o,� o o E.F., z omr^- z o .0+o G o 'o 0 o ioo3 �zr�1'S m '±-m Am (mC� e; 0 "F.t0' imo2° >oz c� g O . m1e1 O Flo S.A' - >-1C' 0'0[� -I ZI°i1042D`ym4 Cm Cm f ;1�=.11 I2rI t;21 AS mx A` N"j Omy Oy i Sys- A l=.1. !=.1V N N N 0, - yA� 10 E >;' cO p S'.', 00+1pj k2 z OI-D-•A �m[1�p'"0.=22A O`^ OO i-, U 6 Z CQOD .iONO mi. A O m o0 2°A In O 4,51Mi99. oAm FI.1 Fm nl " p °CI;g1 r5 Om O fy �" F3' mzP1 °> amAz�z p" ' z cSa 0r-7 ^� ra `�' m ymo .j„_,- ....77 v -gem A vocInz2 o E1 0o un �nA � �ii< �D z o1e3 m�� vx O � zo0c>c°mc N°.. Fz �z z a £ o�om � .�,' a0 a tat tnS o z O= y S xa �mm ncm ±( ±� z OVIC y> v < l�170 p1^ o off- > mz n i> m v z z> .y �iZ F. mC A7 N 2 Itn 'E % 20 2yOOZC003'-1D p {A6 § I O V A. 2 .111r. y1�1 till �j2 >[^ ,>5 N�h6 mm�., p o� 000�o t z2 o1' S 9 , .m-= .p-I Ir•i M mL A mn m 2 vn m O(n2A-g0v� y1mm�' 8 mV 0, P m 42,1 y1= SS.vJ $� m oy8 i yx S� PA o tzvm°i=zo�'p ElPD Am rr'' { 2 x.Ar2 ,;.., • c 'JO N mWmy Am�pzFF°iiI m zN m u o m m1 ° �„1 po(pon C o xop` i' i''" 0-'0'c,�� gWn—y r', rxl E =c=imm 3� rn ci, m -0 tpi p it mp v7°`� Ac'zm"�'`='i �� Nzo22 ^� m^� ra .3 ,.91.2, 8m� �I� >2 t 2 0 �l01 T¢ 9m > A -9,-.Wt*s.zy> y� r �Ii G y � ONN >�N > E C m mzS im.i• ;'01EZZO Sz m0 A.OL 1Z•15 C C °,, ('p0, (19, - m 2 3 °° m f�C� pO� 4ari,y°4) mF -1°v 4 0 O p 0 O mm °i DOLT x p pr•1 8. 022 m ro - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e • Honorable President and Members of the City Council Page 2 The Planning Department recommends acceptance of the bid from Tab Construction in the amount of$377,604.35, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: lX/2//1n 23Jqv /a E. ham, RA, F. SAME Date Mayor's ice/Title Date 4ov Planning Director d), Approved as to Funding: Approved: ~ 1 Z ---,PS—Jo Vik.- Pam Spaccarotella Date To arfisi Date Finance Director vL1-it Human Rights and Relations Department Approved: bert G. tubbe, P.E. Date Public Works Director pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • • A y o `• v e'lN � J d co = � � 1 . in 4 Ao • O d v� � " . o a A z e ara • rev ' a , ''N t‘s c'1., • '''' - - 1:4-- w gE 2 '- -0 , , . - a e 44 Q U W W O e L G o T.::, E* A l z a -- '' - `0 - ' wo - I U a p4 - Pam Spaccarotella Date To arfisi Date Finance Director vL1-it Human Rights and Relations Department Approved: bert G. tubbe, P.E. Date Public Works Director pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • Planning Department �,, �� Omaha/Douglas Civic Center tr4 ; ,r^ 1819 Farnam Street,Suite 1100 z ft ' Omaha,Nebraska 68183 oy �F�_ ' yA ry, (402)444-5150 ��TFD FEBRVr . Telefax(402)411 6140 R.E. Cunningham,RA,F.SAME City of Omaha Director Jim Suttle,Mayor June 1, 2010 • Linda Swain Swain Construction Company 6002 North 89th Street Omaha, NE 68134 RE: Project#: OPW 51948-ST, PD, SP North 24th Street Streetscape—Phase VI Dear Ms. Swain: Section 10-110 of the Omaha Municipal Code allows a Department Director to reject bids because items on the bid received were non-compliant with the specifications. This letter is to serve as written notice that your bid for the above referenced City of Omaha project is rejected because it is not compliant with the Emerging Small Business/Small Business specification for the project. Section 10-110 OMC also provides: "Within ten days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all the reasons for the objection." Sincerely, R.E. Cunningha !'' , F. SAME go Director, Planning Department City of Omaha c: Buster Brown, City Clerk Michelle Peters, City Attorney Pat Burke, Douglas County Purchasing ce Report Form (CC-1). As is City policy, the Human Relations Director will continue to review the Contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is •authorized to pay the cost of OPW 51948 North 24th Street Streetscape Phase VI in the amount of $150,000.00 from the 2010 Community Development Block Grant Fund 12186, Organization 129131 and $277,604.35 from the 2006 Street and Highway Bond, Fund No. 13182, Organization No. 117111. D iD 0 mD rpi C c>iiO4D p1ni V'-fom°tao0id a � .- 5 5 i X Armin- v. y3 < N; �; rA r.. m r',g 'S�=mA 5� -.miAP �m Ed mEt W_ W_ = z 2 z ox zr2'10 y 9� 9� ; QN y tip NN- OmA 2 • O ° m m m ° ZOA Sta �O SO `�O 53.4 z ��o og Zzp v1 �zmAA o�m1 om m oo r �a o0 -91 ° ti. %'.3 _uzi4woL�,l p 07,EYZ2M;r5`g V A" 'mR $ a4 5 4 rxi�ii rO i '! �" C^ �P m^1��pp xCico n'10 v1 vl° m�z0 �. ° m ro.1 r°i o O -O ,O °O ot+f 2 i zxr°oF,c>-4 �mx �1 �n °'vn rn o�) o,� o o E.F., z omr^- z o .0+o G o 'o 0 o ioo3 �zr�1'S m '±-m Am (mC� e; 0 "F.t0' imo2° >oz c� g O . m1e1 O Flo S.A' - >-1C' 0'0[� -I ZI°i1042D`ym4 Cm Cm f ;1�=.11 I2rI t;21 AS mx A` N"j Omy Oy i Sys- A l=.1. !=.1V N N N 0, - yA� 10 E >;' cO p S'.', 00+1pj k2 z OI-D-•A �m[1�p'"0.=22A O`^ OO i-, U 6 Z CQOD .iONO mi. A O m o0 2°A In O 4,51Mi99. oAm FI.1 Fm nl " p °CI;g1 r5 Om O fy �" F3' mzP1 °> amAz�z p" ' z cSa 0r-7 ^� ra `�' m ymo .j„_,- ....77 v -gem A vocInz2 o E1 0o un �nA � �ii< �D z o1e3 m�� vx O � zo0c>c°mc N°.. Fz �z z a £ o�om � .�,' a0 a tat tnS o z O= y S xa �mm ncm ±( ±� z OVIC y> v < l�170 p1^ o off- > mz n i> m v z z> .y �iZ F. mC A7 N 2 Itn 'E % 20 2yOOZC003'-1D p {A6 § I O V A. 2 .111r. y1�1 till �j2 >[^ ,>5 N�h6 mm�., p o� 000�o t z2 o1' S 9 , .m-= .p-I Ir•i M mL A mn m 2 vn m O(n2A-g0v� y1mm�' 8 mV 0, P m 42,1 y1= SS.vJ $� m oy8 i yx S� PA o tzvm°i=zo�'p ElPD Am rr'' { 2 x.Ar2 ,;.., • c 'JO N mWmy Am�pzFF°iiI m zN m u o m m1 ° �„1 po(pon C o xop` i' i''" 0-'0'c,�� gWn—y r', rxl E =c=imm 3� rn ci, m -0 tpi p it mp v7°`� Ac'zm"�'`='i �� Nzo22 ^� m^� ra .3 ,.91.2, 8m� �I� >2 t 2 0 �l01 T¢ 9m > A -9,-.Wt*s.zy> y� r �Ii G y � ONN >�N > E C m mzS im.i• ;'01EZZO Sz m0 A.OL 1Z•15 C C °,, ('p0, (19, - m 2 3 °° m f�C� pO� 4ari,y°4) mF -1°v 4 0 O p 0 O mm °i DOLT x p pr•1 8. 022 m ro - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I CITY OF OMAHA PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS AND SPECIAL PROVISIONS I PROJECT NO. 51948-ST,PD,SP NORTH 24TH STREET. STREETSCAPE PHASE VI _.......,t P.CIVIL 4,114, ft envai � • s DER 10 4, q' ••� ••E•�P�x 0 1 Bids received until 11:00 o'clock A.M. MAY 26, 2010. Contract Award t 20 Resolution No. Contractor: 1 - ' wo - I U a p4 - Pam Spaccarotella Date To arfisi Date Finance Director vL1-it Human Rights and Relations Department Approved: bert G. tubbe, P.E. Date Public Works Director pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • 07/06/2010 16:03 FAX 402331124 TAB CONSTRUCTION IA 002/002 - eit •' �co� �CERT` ATE OF LIABILITY IN ciRANCE DATE(MM/DD/YYYY) /21/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If tfia certificate holder Is en ADDITIONAL INSURED,the polloy(Ias)must be endorsed, If SUBROGATION IS WAIVED, subject to the tests and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s): PRODUCER corltI(uT NAME: Jill Aldreda? silverStone Group PHONE FAX 11516 Miracle Hills Drive I o.e>n);902.9E9_5575 IA/c,N051:402.537.6325 Omaha NE 68159 ADDRESS: jaldsedge@_tigi.com CUSTOMER wit:TABCO-1 INSURERS)AFFORDING COVERAGE NAIC INSURED INSURER A:Employ9rE Mutual CasuaitV cQ, 21915 TA3 Construction, Inc. Etal INSURER B; 4153 South 67th Street Omaha NE 68117 INSURERC: INSURER D: INSURER E: INSURER F: CCIVERAGES CERTIFICATE NUMBER:680190964 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD HICH THIS CERTIFICATEMAY BE ISSUED OR TANDING ANY MAY PERTAIN,THE IINSURANCE AFFFORDED BCONTRACT THE POLICIES DESCRIBED HEREINVIS WITH TO TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSII ADDL"SUER POLICYEFF POLICY EXP TYPE OF INSURANCE INSR WVD POLICY NUMBER J.MM/OD/YYYY) (MMIDD/YYYY) LIMITS A GENERAL LIABILITY 3367950 4/1/2010 4/1/2011 EACH OCCUNRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY "'DAMAGE TO REN i EU 300 000 PRFMISE81Feaccurrencel , 9 r CLAIMS-MADE E OCCUR MED EXP(Any one person) SO,000 PERSONALa ADVINJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENT,AGGREGATE LIMIT APPLIES PER: PRODUCTS•COMP/OP AGQ 52,D0o,000 POLICY Ti ijref n Lac $ A AUTOMOBILE LIABILITY 3E67050 4/1/2010 4/1/2011 COMBINED SINGLE LIMIT $1,000,000 — X ANY AUTO (Ea aocldmltl) BODILY INJURY(Per portion) $ ALL OWNED AUTOS -- BODILY INJURY(Par acoloonl) S SCHEDULED AUTOS PROPERTY DAMAGE —w MIRED AUTOS (Par amypni) $ NON-OWNED AUTOS $ - $ 1 A X UMBRELLA LIAB X OCCUR 30'67850 • 4/1/2010 4/1/2011 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMB•MADE AGGREGATE 55,000,000 _ DEDUCTIBLE - S X RETENTION V10,000 s A WORKERS COMPENSATION 3867850 4/1/2010 4/1/2011 X WegTAT(� orH• AND EMPLOYERS'LIABILITY y,N TOR,LIMITS FT9 ANY PIDPRIETOR/PARTNER/EXECUTIVE^ EL,EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? u N/A (Mandatory In NH) E.L.DISEASE•BA EMPLOYEE gl,000,000 Ilya',describe uncial OE SCR iPTION OF OPERATIONS nebw EL DISEASE-POLICY LIMIT 91,000,000 A Hired Egvipmant 3C67E5010 4/1/2010 4/1/2011 Limit $250,000 Doductiblo S500 DESCRIPTION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I TABLE OF CONTENTS NOTICE TO BIDDERS NB-1 TO NB-3 • PROPOSAL P-1 TO P-5 CERTIFICATE 111 SHOP DRAWING TRANSMITTAL FORM' SDTF-1 CONTRACT C-1 TO C-4 IPERFORMANCE, PAYMENT&GUARANTEE BOND B-1 TO B-4 EQUAL OPPORTUNITY EMPLOYMENT CLAUSE A-1 UTILIZATION OF SMALL AND EMERGING SMALL BUSINESSES A-2 EXHIBIT"A"-SMALL AND/OR EMERGING SMALL BUSINESS . DISCLOSURE PARTICIPATION FORM A-3 SPECIAL PROVISIONS INDEX SP-1 I 1 NOTE: ALL "P" PAGES MUST BE FILLED OUT AND SUBMITTED WITH THE BID. I I To arfisi Date Finance Director vL1-it Human Rights and Relations Department Approved: bert G. tubbe, P.E. Date Public Works Director pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • I NOTICE TO BIDDERS Sealed Proposals will be received by the City of Omaha, at the City Clerk's Office,L/C 1, Omaha/Douglas Civic ICenter, until 11:00 a.m. on the 26TH day of May, 2010 , for the construction of OPW51948-ST, PD, SP being NORTH 24TH STREET STREETSCAPE PHASE VI. 111 INSTRUCTIONS TO BIDDERS PROPOSALS: Each Proposal shall be legibly written or printed in ink on the form provided in this bound copy 1 of proposed contract documents. Alterations in the Proposal by interlineation, by interpolation, or otherwise, will not be acceptable. Alteration of the bid by erasure must be signed or initialed by the bidder; if initialed, the City may require the bidder to identify any alteration so initialed.No alteration in any Proposal shall be made after the IProposal has been submitted. The bidder must bid on each item. If an item is bid at no cost, the words, "No Charge" shall be written in the appropriate space. All addenda to the contract documents shall be acknowledged in the Proposal, properly signed by the bidder and attached to the Proposal when submitted. IEach Proposal shall be enclosed in a sealed envelope or wrapping, addressed to the "City Council, City of Omaha, Nebraska" and identified on the outside with the words "Proposal for the Construction of PROJECT NO. OPW51948-ST, PD, SP ," the bidder's name and the bidder's address; and filed with the City Clerk, L/C 1, IIOmaha/Douglas Civic Center 68183. Proposals must be based upon the Specifications and/or plans for the work bid upon as prepared by the City I Engineer and filed in his office. Bidders should familiarize themselves with the work herein contemplated by personally visiting the location of the work, in order that the true spirit and intent of the Specifications and/or plans may be fulfilled. INo bidder may submit more than one Proposal except when no bid is received within the Engineer's Estimate as provided on Page NB-2. Multiple Proposals under different names will not be accepted from one firm or 11 association. PROPOSAL GUARANTEE: Each Proposal shall be accompanied by a cashier's check, a certified check, United States Government Bond (negotiable), or a bidder's bond, for five(5) percent of the total amount bid, but in no case be less than One Hundred Dollars($100.00). The Proposal Guarantee shall be made payable without condition to the City of Omaha, Nebraska, hereinafter I referred to as City. The Proposal Guarantee may be retained by and shall be forfeited to the City as liquidated damages if the Proposal is accepted and a contract based thereon is awarded and the bidder should fail to enter into a contract in the form prescribed, with legally responsible sureties, within ten (10) days after such award is made by the City. i I Construction NB-1 6/97 I I I ALL OWNED AUTOS -- BODILY INJURY(Par acoloonl) S SCHEDULED AUTOS PROPERTY DAMAGE —w MIRED AUTOS (Par amypni) $ NON-OWNED AUTOS $ - $ 1 A X UMBRELLA LIAB X OCCUR 30'67850 • 4/1/2010 4/1/2011 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMB•MADE AGGREGATE 55,000,000 _ DEDUCTIBLE - S X RETENTION V10,000 s A WORKERS COMPENSATION 3867850 4/1/2010 4/1/2011 X WegTAT(� orH• AND EMPLOYERS'LIABILITY y,N TOR,LIMITS FT9 ANY PIDPRIETOR/PARTNER/EXECUTIVE^ EL,EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? u N/A (Mandatory In NH) E.L.DISEASE•BA EMPLOYEE gl,000,000 Ilya',describe uncial OE SCR iPTION OF OPERATIONS nebw EL DISEASE-POLICY LIMIT 91,000,000 A Hired Egvipmant 3C67E5010 4/1/2010 4/1/2011 Limit $250,000 Doductiblo S500 DESCRIPTION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I ACCEPTANCE AND REJECTION OF BIDS: Bids will be compared on the basis of unit bid prices and the schedule of prices on file in the Office of the City Engineer. The lowest bid will be determined on the basis of the total cost. If no bid is received within the Engineer's Estimate, no award shall be made upon any bids received until after fifteen calendar days have elapsed from the time of the original bid date. Within the fifteen calendar days anyone desiring to may file a bid with the Public Works Director, providing such be within his estimate and be accompanied by a deposit or other guaranty of performance similar to that required by bidders upon the work111 under the advertisement calling for bids. The City reserves the right to accept the lowest base bid; to consider deductive alternatives; to reject any or all bids; and to waive irregularities or informalities in any bid. Bids received after the specified time of closing will be returned unopened. THE CITY RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS IN THEIR ENTIRETY; BIDDERS HAVE THE RIGHT TO APPEAL ANY REJECTION DECISION TO THE CITY COUNCIL. 1 AWARD OF CONTRACT: The City Council will award the contract as early as practicable after the tabulation of said bids to the lowest responsible bidder, whereupon all other bids will stand rejected, and the Proposal Guarantee of all bidders not successful will be returned. The Proposal Guarantee of the successful bidder will be returned upon approval of the contract and bond by the City Council. SIGNATURE OF BIDDER: Each bidder shall sign his Proposal using his usual signature and giving his full business address. Bids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. Bids by corporations shall be signed with the name of the corporation followed by the signature and designation of the president, secretary or other person authorized to bind the corporation. Anyone signing a Proposal as agent for another, or otherwise, must file with the Proposal, evidence acceptable to the City of his authority to do so. INTERPRETATION OF CONTRACT DOCUMENTS: If any person who contemplates submitting a bid is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the City Engineer a written request for an interpretation thereof. The person submitting the request shall be responsible for its prompt delivery. Interpretation of the proposed contract documents will be made only by addendum. A copy of each addendum will be mailed or delivered to each person obtaining a set of contract documents from the City Engineer. The City will not be responsible for any other explanations or interpretations of the proposed contract documents. LOCAL CONDITIONS AFFECTING WORK: Each bidder shall visit the site of the work and shall 1 completely inform himself relative to construction hazards and procedure, labor and all other conditions and factors, local and otherwise, which would affect prosecution and completion of the work and its cost. Such considerations shall include the arrangement and condition of existing structures and facilities, the availability and cost of labor, and facilities for transportation, handling and storage of materials and equipment. All such factors shall be properly investigated and considered in the preparation of the bidder's proposal. There will be no subsequent financial adjustment for lack of such prior information. I 1 I Construction NB-2 6/97 r OYEE gl,000,000 Ilya',describe uncial OE SCR iPTION OF OPERATIONS nebw EL DISEASE-POLICY LIMIT 91,000,000 A Hired Egvipmant 3C67E5010 4/1/2010 4/1/2011 Limit $250,000 Doductiblo S500 DESCRIPTION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 TIME OF COMPLETION: The time of completion is an essential part of the contract and it will be necessary for each bidder to satisfy the City of his ability to complete the work within the allowable time set forth in the Proposal. In this connection, attention is directed to the Special Provisions and the City of Omaha Standard Specifications for Public Works Construction,2003 Edition of the City of Omaha relative to delays, extensions of time and liquidated damages. STATE SALES TAX: The City of Omaha will furnish the successful contractor with a "Purchasing Agent I Appointment and Exempt Sale Certificate" Form No. 92, for all items which are considered by the State of Nebraska to be exempt from the State Sales Tax. 1 NEBRASKA LEGAL REQUIREMENTS: The successful bidder must be qualified to do business in the State of Nebraska before performing the contract; all as required by Nebraska State Statutes and amendments thereto. PERFORMANCE BOND: The successful bidder shall furnish within ten (10) days after the award, a Contract and a Performance, Payment and Guarantee Bond on forms required by the City, in the full amount of the contract as security for the faithful performance of the contract and the payment of all persons performing labor or furnishing materials in connection with the contract. This security shall also cover the guarantee required by Ithe contract for the period of guarantee stated in the Proposal (See Section 3.05). SURETY: The surety on the Contract and the Performance, Payment and Guarantee Bond shall be a duly Iauthorized surety company, licensed to do business in the State of Nebraska,satisfactory to the City of Omaha. No surety company will be acceptable as bondsman that has no permanent agent or representative in the City of Omaha,Nebraska, Douglas County or Sarpy County upon whom notices may be served;.service of said notice on I said agent or representative in the City of Omaha shall be equal to service of notice on the president or such other officer of the surety company as maybe be concerned. I Should the surety company acting as bondsman remove its permanent agent or representative from the City of Omaha, Douglas County or Sarpy County, the contractor shall then furnish the City of Omaha with a new surety bond conforming to the above described requirements. IBOUND COPY OF CONTRACT DOCUMENT: The Proposal or other bidding forms shall not be removed from the bound copy of contract documents. The copy of contract documents filed with each bid shall be complete and shall include all items listed in the Table of Contents and all addenda. EFFECT OF SUBMITTAL OF BID: The bidder's submittal of necessary proposal or other bidding forms, signed by the bidder shall constitute agreement by the bidder to all of the contract documents. ICOPIES OF SPECIFICATIONS AND/OR PLANS: Copies of the specifications and/or plans for use in preparing bids may be obtained from the Public Works Department, 6th Floor, General Services Division, Omaha/Douglas Civic Center, 1819 Farnam Street,Omaha,Nebraska 68183. The contractor to whom a contract is awarded will be furnished, without cost to him, seven (7) copies of the specifications and/or plans, together with all addenda thereto. Additional specifications and/or plans may be IIobtained from the City Engineer at cost. I I Construction NB-3 2/2010 I I factors shall be properly investigated and considered in the preparation of the bidder's proposal. There will be no subsequent financial adjustment for lack of such prior information. I 1 I Construction NB-2 6/97 r OYEE gl,000,000 Ilya',describe uncial OE SCR iPTION OF OPERATIONS nebw EL DISEASE-POLICY LIMIT 91,000,000 A Hired Egvipmant 3C67E5010 4/1/2010 4/1/2011 Limit $250,000 Doductiblo S500 DESCRIPTION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Proposal for Project No: OPW51948-ST,PD, SP Omaha, Nebraska Bid Opening Date: MAY 26,2010 Mayor and City Council City of Omaha Omaha,Nebraska The undersigned, having carefully examined the plans, specifications and all addenda thereto, and other contract documents, for the construction of: OPW51948-ST,PD, SP being NORTH 24TH STREET STREETSCAPE PHASE VI and having carefully examined the site of work and become familiar with all local conditions including labor affecting the cost thereof, do thereby propose to furnish all labor, mechanics, superintendence, tools, material, equipment and all utilities, transportation and services necessary to perform and complete said work, and work incidental thereto, in a workmanlike manner, as described in said plans, specifications and other contract documents, including Addenda Numbers a. issued thereto for the base bid sum /4.4. no-94% -p Sew) TAoc,aA.x,-0 Sim- 44cArAteli DOLLARS and —� eut CENTS ($ 377 /oy, 3r- ) The undersigned further certifies that he has personally inspected the actual location of the work, together with the local sources of supply, and that he understands the conditions under which the work is to be performed, or that if he has not so inspected the site and conditions of the work, that he waives all right to plead any misunderstanding regarding the work required or conditions peculiar to the same. The undersigned understands that the "QUANTITY" called for in the "SCHEDULE OF PRICES" is subject to increase or decrease, and hereby proposes to perform all quantities of work, as increased or decreased, in accordance with the plans and the provisions of the specifications at the unit price bid. The following is the itemized proposal: Construction P-I 8/97 the City of Omaha shall be equal to service of notice on the president or such other officer of the surety company as maybe be concerned. I Should the surety company acting as bondsman remove its permanent agent or representative from the City of Omaha, Douglas County or Sarpy County, the contractor shall then furnish the City of Omaha with a new surety bond conforming to the above described requirements. IBOUND COPY OF CONTRACT DOCUMENT: The Proposal or other bidding forms shall not be removed from the bound copy of contract documents. The copy of contract documents filed with each bid shall be complete and shall include all items listed in the Table of Contents and all addenda. EFFECT OF SUBMITTAL OF BID: The bidder's submittal of necessary proposal or other bidding forms, signed by the bidder shall constitute agreement by the bidder to all of the contract documents. ICOPIES OF SPECIFICATIONS AND/OR PLANS: Copies of the specifications and/or plans for use in preparing bids may be obtained from the Public Works Department, 6th Floor, General Services Division, Omaha/Douglas Civic Center, 1819 Farnam Street,Omaha,Nebraska 68183. The contractor to whom a contract is awarded will be furnished, without cost to him, seven (7) copies of the specifications and/or plans, together with all addenda thereto. Additional specifications and/or plans may be IIobtained from the City Engineer at cost. I I Construction NB-3 2/2010 I I factors shall be properly investigated and considered in the preparation of the bidder's proposal. There will be no subsequent financial adjustment for lack of such prior information. I 1 I Construction NB-2 6/97 r OYEE gl,000,000 Ilya',describe uncial OE SCR iPTION OF OPERATIONS nebw EL DISEASE-POLICY LIMIT 91,000,000 A Hired Egvipmant 3C67E5010 4/1/2010 4/1/2011 Limit $250,000 Doductiblo S500 DESCRIPTION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e • . eel . z2 2 d©o- . ���\% � $"C) tj't' Ate , / . t/4.'®~ ORMANCE, PAYMENT&GUARANTEE BOND B-1 TO B-4 EQUAL OPPORTUNITY EMPLOYMENT CLAUSE A-1 UTILIZATION OF SMALL AND EMERGING SMALL BUSINESSES A-2 EXHIBIT"A"-SMALL AND/OR EMERGING SMALL BUSINESS . DISCLOSURE PARTICIPATION FORM A-3 SPECIAL PROVISIONS INDEX SP-1 I 1 NOTE: ALL "P" PAGES MUST BE FILLED OUT AND SUBMITTED WITH THE BID. I I To arfisi Date Finance Director vL1-it Human Rights and Relations Department Approved: bert G. tubbe, P.E. Date Public Works Director pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • YE r1 N M d' U) t0 N CO O 0 .-I N m. d• U1 lO N CO 0 H .-I N O 0 0 0 0 0 0 0 0 0 0 .-I HiHiH H ti Hi '-I H .-I N N 0 0 0 0 HO O O O O O O O O O O O O O O O O O O O O O O O O O 0 O O 0 O O O 0 O 0 0 O •O 0 0 O (6 0 0 O 0 0 0 0 V 01 01 01 01 01 01 01 0) 01 01 01 01 01 0) 0) 01 Cr) 01 01 0) 01 HI H v-1 HI 0 0 a t Q •H �, P �+► % 0 6 p O. i b 1 0 p _ $ 0, o o, i� E. • N� • a0 NO. S °% ° a & 6 $ � 1.$ N � 8 0 a • v N IN �. N � �� ,`M M M1 r(1 '� %,r � N,�. �. i CIA p 9 Q o. 0 c -H� �4 6 A 0 o 0 o B o c to pp hi fz, S ? ♦ 1 �7 ei h b (. $ N 2 III": • 1 ep + cv� �nM MN o M ` � N ,, ` N. . r11- y `�` V) U v) V) V) -1 W W w U -J U)i -I w w a < < V) >- V) V) o 0 0 co O o 0 0 0 0 0 0 0 0 o O o O o 0 00 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 o O o E ++ Lei) N N lN0 ~ N ~1 v-I fn rsi d• N to •-i .-i ri 10 O O O In d N ID I)) U) IDm TY H O IC Hi Hi n Ul N M N L H a • 0. . Q M N LL a0 U W > U W ' L W J V ce 0 W z > Q O W a O a z o > > CO Q ce z _I N a U w j V)) a z a) ¢ O LU Q oc= Z I— U U N N in a W a.Y W ce O p Q Ce U O Luce U) Z > z _ Q > < W W CO U Q w a a > _I 0Q 0 a p I W Lu U Y a O W n w Q U F > J S C to Z m U ¢ 0 W •w aa. o cL Lu a 0 O a Cr g W m F Z g ¢ Q mQ 2 r _ N i- _ xC m z =a' (� > w mce 0 Q m ( a p W f, O c d O O i U > Z Z U Ce W 0 CO W U w O z 0 ma co > W Z Z mH. w ¢ Z J p a 0 0 N a vzi w U W ¢ w p ¢ w W m a CC a E N Q '-. ad w U iIll LU W U) p w cc z U c w p to Lu Q Q in W a. W Z m V) W U1 J O OZ a Luin W _ Zp ¢ m9OI OJO WO IF- OQ Q W CQWWr . m f U U a a - - J Z (9 U) V) Ul U) I l0 f- coa (.7 V) LL. a CXce W U. E • 0 0 3 O/ O .-i N M d' Li) 0 N CO m 0 '-I N M V U) 10 N CO al 0 .-I N M [t U) CO 0. 0 H Z .i .-1 .-I .-I .-1 '-I ~ 1-..-1 1 N N N N N N ON OF OPERATIONS nebw EL DISEASE-POLICY LIMIT 91,000,000 A Hired Egvipmant 3C67E5010 4/1/2010 4/1/2011 Limit $250,000 Doductiblo S500 DESCRIPTION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e • (-1 N .-1 O) 0 0 N 1,- 0) 1f1 0 0 Lf) 0 0 d• N M 0 0 .-i '-. N 01 0 (-4 N r) 0 N 0 N 0 0 M 0 0 0 0 0 0 0 0 0 V [Y 0 0 0 0 0 d' lf) LE) Lh Lf) O O O O O O O N N O r1 .-1 L0 O O O O O O O O O O O O O O O CO O O) O O r1 O M O N 4 4 .; 4 M O O O O O O .-1 4 O O O O O O O O O O O O O O O O O O O 0. O O O t0 O Lb N N O O O O O (-1 O) (-I 0) .-I (-1 O) N N N N N M�N M M 0) O) N N. N ti' cp 0) O) Cl) 01 0) 0 rLJ O 9 o• .\n M • p o ° 0 �. O .1 0 0 Q 0 0• ♦• ° O• p 0 p c b tel 8 VI ° 4 • V 0 9 0 U1 rs .4 a•t N h 0 • avi leIAN4IN tv) 3• N40ft i '" MjM A $ N NAM E1 } } } Z . >- LLLL U1) ULLl LLJ Q W } }) >U J LLU) LL O ) U) U a Q Q Q Q Q }Q o p o 0 o0 ce Z m m H O O O O O O 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O .1 O O -1 -1 O 0 O 1 . (-4 O O tf1 N Vl to c. O O O O O 0 . t0 (-i lf) .--4 p 0.- 0) 10 r d- N N O O .-1 Lf O O O M l0 O N M Cl) h. M (-11 CO O 1/40 'ct Lf) .-i O O O 0) ... N (4 O .--i N L•'1 M N .-1 N LL L a0 ' N ?<' V co N \ ‘ aS=,V+- 0 o f J p it .irl; 0 p w U z W .iP' . ce ~p LLu Z O W Q 0 LU C7 I- =a H g2 ?r (9 1W- Lu r O ~ O w O 0 w a w 0 3 OU 0Q > 17 tj O F. O V2 Q a- E U w OU J J Q Q > Q L• ~!) W w W w IY g 2' n' O o O 1 J Z w J }a} a O w ¢¢ U ru 0 ,. ^ o 1- O 1- U cc 09 cc to C7 J Lu o d -J tr) o U w C9 Z 1 Y 0 Q C7 U U) 1 ' O U U H Q -i "" Z J J z z z o >- F .. p J = W W g l7 O z �p O Z 0 W O Q D D z W uj ? ce I _ N W W < I- O -J a m O n al w !n Q o z O� (9 C7 ce E `ya Q Z co Z Z Q 'I?) Q " _J _J -I > }W} ow}. O > Q V CI w W U E Z Z z W W< 00_ O O. O iV W Z D F='- O > Il F F" W c ° p z Q Q 0 L G G G G t� z L` G a a Q a G G G Q Q m o W LOLf LLI0 W Z z W 0 U = _ _ _ 0 -i ~ = I- I- I- 3 = _ = U m m > > > > '�' > Z Z H H H H Z n- u H IT N LA v~) H H H = � 0 J 00 00 00 0 W Q 0 0 0 Ln If) Ln W 0 o Ln O > > N N Ln Ln w w z Q Lo Lid 5 U U Z Z Z Z U J Z W LU W W J J W . _ 0 0 0 0 . O Q 0 z 0 0 0 O 0 0 _D >>-- >°-' H 0 R' d' a' iY U 0 ce N in U U U U in U Cr) U - < Q Q U U U Li. I- I- Ln I- t0 N co O) O r-1 N M C L) LO N CO Cl) O r1 N M d' U) )0 N CO CA 0 rI N M N N N N 01 01 M M 01 01 01 01 01 01 'i• d• V Ci'. a- V d- d- a' - Lf) If) Lf) Lf) TION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e The City of Omaha will furnish the successful contractor with Form No. 92, PURCHASING AGENT APPOINTMENT AND EXEMPT SALE CERTIFICATE, for all material items required in the construction of this project, which the State of Nebraska considers to be exempt from the State Sales Tax. For each bid item, the bidder shall quote a TOTAL UNIT PRICE. The UNIT PRICE shall include all costs, including material, necessary to complete the UNIT item of work. Failure to quote a TOTAL UNIT PRICE may be cause for rejection of the proposal. In the event of discrepancy between the TOTAL PRICE quoted in the proposal and a correct summation of the products of QUANTITY and TOTAL UNIT PRICES the latter shall control. The undersigned hereby agrees to furnish the required bonds and to sign the contract within ten (10) calendar days from and after the acceptance of this proposal, and further agrees to begin and complete all work covered by the plans and specifications within the time limits set forth herein. Accompanying this proposal, as a guaranty that the undersigned will execute the contract agreement and furnish a satisfactory bond in accordance with the terms and requirements of the specifications, is a cashier's check, a certified check, United States Government Bond (negotiable)or a bidder's bond for $ r ' _ Zf/1 It is hereby agreed that in case of failure of the undersigned either to execute the contract agreement or to furnish satisfactory contract bond within ten (10) days after receipt of NOTICE TO AWARD, the amount of this proposal guaranty will be retained by the City of Omaha,Nebraska, as liquidated damages arising out of the failure of the undersigned either to execute the contract agreement or to furnish bonds as proposed. It is understood that in case the undersigned is not awarded the work, the proposal guaranty will be returned as provided in the specifications. The undersigned agrees to accomplish the work in its entirety by November 30, 2010 and shall be prepared to begin within ten (10)days of notice to proceed and to forfeit liquidated damages as set forth in Section 8.09 of the Specifications in the event of over-run of time. The undersigned also agrees, if awarded the Contract, to furnish bonds as required by the specifications for the faithful performance of the work and guarantee workmanship and material under Contract for a period of two(2) years from the date of final acceptance of the work. • Construction P-3 3/20/03 Q -i "" Z J J z z z o >- F .. p J = W W g l7 O z �p O Z 0 W O Q D D z W uj ? ce I _ N W W < I- O -J a m O n al w !n Q o z O� (9 C7 ce E `ya Q Z co Z Z Q 'I?) Q " _J _J -I > }W} ow}. O > Q V CI w W U E Z Z z W W< 00_ O O. O iV W Z D F='- O > Il F F" W c ° p z Q Q 0 L G G G G t� z L` G a a Q a G G G Q Q m o W LOLf LLI0 W Z z W 0 U = _ _ _ 0 -i ~ = I- I- I- 3 = _ = U m m > > > > '�' > Z Z H H H H Z n- u H IT N LA v~) H H H = � 0 J 00 00 00 0 W Q 0 0 0 Ln If) Ln W 0 o Ln O > > N N Ln Ln w w z Q Lo Lid 5 U U Z Z Z Z U J Z W LU W W J J W . _ 0 0 0 0 . O Q 0 z 0 0 0 O 0 0 _D >>-- >°-' H 0 R' d' a' iY U 0 ce N in U U U U in U Cr) U - < Q Q U U U Li. I- I- Ln I- t0 N co O) O r-1 N M C L) LO N CO Cl) O r1 N M d' U) )0 N CO CA 0 rI N M N N N N 01 01 M M 01 01 01 01 01 01 'i• d• V Ci'. a- V d- d- a' - Lf) If) Lf) Lf) TION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e If awarded the Contract, our Surety will be Zeit40./7S 2'So�e/ass evoktt#tVJC (Name of Surety Company) of be% Mobv r /if Respectfully submitted, Signature of•Bidder: (a) If an individual doing. business as: (b) If a Partnership: Member of Firm Member of Firm (c) If a Corporation: 64, ucno.,v Name of Corporation Officer Title Witness ATTEST: Business Address and Telephone No,: V/53 s 4,777' sT 40= 01541itfst, ,tie l98// 7 .-,` °Oe'Pw • ` , • 3l`'• Construction P-4 8/97 Public Works Director pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • "CERTIFICATE " A Corporate Contractor, in submitting this Proposal, hereby represents that the Corporation has complied with all Nebraska Statutory requirements, which are prerequisite to its being qualified to do business in the State of Nebraska, or that it will take all steps necessary to so qualify, if the successful bidder. /ems 6A.M7124.4�:71.1N e0,1.AP Name of Corporation Officer Title If Foreign Corporation: Nebraska Resident Agent Construction P-5 8/97 and Telephone No,: V/53 s 4,777' sT 40= 01541itfst, ,tie l98// 7 .-,` °Oe'Pw • ` , • 3l`'• Construction P-4 8/97 Public Works Director pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • I TO THE CITY OF OMAHA: CERTIFICATE Undersigned hereby certifies that all equipment to be used by undersigned in the performance of the contract Ipertaining to the project for: OPW51948-ST,PD,SP being NORTH 24TH STREET STREETSCAPE PHASE VI Iand pursuant to Contract between undersigned and the City of Omaha has been assessed for taxation for the current year, except as to equipment acquired since the assessment date. Said equipment has been assessed in Des c.lt.- s County ►.4 E State. I The Certificate above is submitted pursuant to the requirements of Section 77-1323, Reissue Revised Statutes of Nebraska. 1943, as amended. IThe Contractor further certifies that all non-salvaged material removed from the project will be disposed of at the p following approved and permitted locations(s): Ive* arm' The City must be informed of any additions or changes in such location(s). I 7-A-G /iv3ts2LeGizoW 60 A(n) �art�. Contractor's Name (Specify: Corporation, Partnership, or Individual) IBy: '40 a)Coil- (Title, specify: President, Partner, or Owner) Attest: �yn Secretary(if core or tion) I STATE OF NEBRASKA ) . ) SS. ` COUNTY OF DOUGLAS ) I 4 ik,„ 1 g. ,6,5,„,6,74 and EbedtAy Ali. MIJD being first duly sworn on oath depose and say that they are President and Secretary, respectively, of ITge Co/2 s r-f?&, rimy a 6Y/52R9/q/9770�/ ; that they have read the foregoing Certificate, know its l g g contents, and the same are true. SUBSCRIBED and sworn to before me this G/ Er day � �V A.D. 20 10 . 2)/PZ-te...4-1.. a My Commission Expires 44- ad' 0V/d 1 Notary Public Er (OWL NOTARY-State of Nebraska m. MARCIA A. GOMEZ Ij N{ My Comm.Exp.Nov.28,2010 1 • The undersigned agrees to accomplish the work in its entirety by November 30, 2010 and shall be prepared to begin within ten (10)days of notice to proceed and to forfeit liquidated damages as set forth in Section 8.09 of the Specifications in the event of over-run of time. The undersigned also agrees, if awarded the Contract, to furnish bonds as required by the specifications for the faithful performance of the work and guarantee workmanship and material under Contract for a period of two(2) years from the date of final acceptance of the work. • Construction P-3 3/20/03 Q -i "" Z J J z z z o >- F .. p J = W W g l7 O z �p O Z 0 W O Q D D z W uj ? ce I _ N W W < I- O -J a m O n al w !n Q o z O� (9 C7 ce E `ya Q Z co Z Z Q 'I?) Q " _J _J -I > }W} ow}. O > Q V CI w W U E Z Z z W W< 00_ O O. O iV W Z D F='- O > Il F F" W c ° p z Q Q 0 L G G G G t� z L` G a a Q a G G G Q Q m o W LOLf LLI0 W Z z W 0 U = _ _ _ 0 -i ~ = I- I- I- 3 = _ = U m m > > > > '�' > Z Z H H H H Z n- u H IT N LA v~) H H H = � 0 J 00 00 00 0 W Q 0 0 0 Ln If) Ln W 0 o Ln O > > N N Ln Ln w w z Q Lo Lid 5 U U Z Z Z Z U J Z W LU W W J J W . _ 0 0 0 0 . O Q 0 z 0 0 0 O 0 0 _D >>-- >°-' H 0 R' d' a' iY U 0 ce N in U U U U in U Cr) U - < Q Q U U U Li. I- I- Ln I- t0 N co O) O r-1 N M C L) LO N CO Cl) O r1 N M d' U) )0 N CO CA 0 rI N M N N N N 01 01 M M 01 01 01 01 01 01 'i• d• V Ci'. a- V d- d- a' - Lf) If) Lf) Lf) TION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 SHOP DRAWING TRANSMITTAL FORM City of Omaha General Services Division Public Works Department, 6" Floor Omaha/Douglas Civic Center I 819 Farnam Street Omaha.Nebraska 68183 Date: Transmittal Number 1st Submittal Resubmittal (Previous Transmittal Number ) Project Location Specification Section Number 1 Paragraph Drawing or Action No. Description of Equipment Manufacturer Data No. Taken I I Contractor Mailing Address (THIS SPACE FOR ARCHITECT-ENGINEER) Date: The above drawings are returned with action as designated above in accordance with the following legend: A - No Exception Taken City of Omaha B Maker Corrections Noted Public Works Department C Revise and Resubmit D - Rejected E - Submit Specified Item By SDTF-1 6/97 I I ractor's Name (Specify: Corporation, Partnership, or Individual) IBy: '40 a)Coil- (Title, specify: President, Partner, or Owner) Attest: �yn Secretary(if core or tion) I STATE OF NEBRASKA ) . ) SS. ` COUNTY OF DOUGLAS ) I 4 ik,„ 1 g. ,6,5,„,6,74 and EbedtAy Ali. MIJD being first duly sworn on oath depose and say that they are President and Secretary, respectively, of ITge Co/2 s r-f?&, rimy a 6Y/52R9/q/9770�/ ; that they have read the foregoing Certificate, know its l g g contents, and the same are true. SUBSCRIBED and sworn to before me this G/ Er day � �V A.D. 20 10 . 2)/PZ-te...4-1.. a My Commission Expires 44- ad' 0V/d 1 Notary Public Er (OWL NOTARY-State of Nebraska m. MARCIA A. GOMEZ Ij N{ My Comm.Exp.Nov.28,2010 1 • The undersigned agrees to accomplish the work in its entirety by November 30, 2010 and shall be prepared to begin within ten (10)days of notice to proceed and to forfeit liquidated damages as set forth in Section 8.09 of the Specifications in the event of over-run of time. The undersigned also agrees, if awarded the Contract, to furnish bonds as required by the specifications for the faithful performance of the work and guarantee workmanship and material under Contract for a period of two(2) years from the date of final acceptance of the work. • Construction P-3 3/20/03 Q -i "" Z J J z z z o >- F .. p J = W W g l7 O z �p O Z 0 W O Q D D z W uj ? ce I _ N W W < I- O -J a m O n al w !n Q o z O� (9 C7 ce E `ya Q Z co Z Z Q 'I?) Q " _J _J -I > }W} ow}. O > Q V CI w W U E Z Z z W W< 00_ O O. O iV W Z D F='- O > Il F F" W c ° p z Q Q 0 L G G G G t� z L` G a a Q a G G G Q Q m o W LOLf LLI0 W Z z W 0 U = _ _ _ 0 -i ~ = I- I- I- 3 = _ = U m m > > > > '�' > Z Z H H H H Z n- u H IT N LA v~) H H H = � 0 J 00 00 00 0 W Q 0 0 0 Ln If) Ln W 0 o Ln O > > N N Ln Ln w w z Q Lo Lid 5 U U Z Z Z Z U J Z W LU W W J J W . _ 0 0 0 0 . O Q 0 z 0 0 0 O 0 0 _D >>-- >°-' H 0 R' d' a' iY U 0 ce N in U U U U in U Cr) U - < Q Q U U U Li. I- I- Ln I- t0 N co O) O r-1 N M C L) LO N CO Cl) O r1 N M d' U) )0 N CO CA 0 rI N M N N N N 01 01 M M 01 01 01 01 01 01 'i• d• V Ci'. a- V d- d- a' - Lf) If) Lf) Lf) TION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I CONTRACT THIS CONTRACT is made and entered into in TRIPLICATE by and between the City of Omaha, a Municipal Corporation of the Metropolitan Class in Nebraska,hereinafter called City, and TAB Construction 4153 South 67th Street, Omaha, NE 68117 hereinafter called Contractor. In consideration of the following mutual agreements and covenants, it is understood and agreed by the Parties hereto that: 1. Contractor does hereby agree and undertake to construct OPW51948-ST,PD,SP being NORTH 24TH STREET STREETSCAPE PHASE VI also referred to hereinafter as work, in accordance with the terms and provisions hereof and subject to the quantity provisions in the accepted Proposal of Contractor for the sum of Three Hundred Seventy—Seven Thousand Six Hundred Four Dollars and Thirty—Five Cents Dollars ($377, 604 . 35 ) under penalty of Performance, Payment and Guarantee Bond. 2. Contractor shall conform with the applicable specifications and/or plans, applicable Special Provisions and any applicable Change Order or Addenda pertaining thereto or to this Contract, all of which by reference thereto are made a part hereof. Applicable Notice to Bidders, Instruction to Bidders, Bid or Proposal of Contractor, Resolution awarding this Contract, the Performance, Payment and Guarantee Bond, and all proceedings by the governing body of the City relating.to the aforesaid work are made a part hereof by reference thereto. 3. The Contractor shall furnish all tools, labor, mechanics for labor, equipment and materials to construct said work in accordance with the provisions of this Contract and all applicable specifications and/or plans and provisions herein referred to, 4. The City agrees to pay the Contractor in accordance with the provisions of the specifications and/or plans, the accepted Proposal of the Contractor,and the Provisions of this Contract. 5. All provisions of each document and item referred to in Paragraph 2 above shall be strictly complied with the same as if rewritten herein, and no substitution or change shall be made except upon written direction, the form of which shall be by written "Change Order" of the City; and substitution or change shall in no manner be construed to release either party from any specified or implied obligation of this Contract except as specifically provided for in the Change Order. 6. Contractor does hereby state, warrant and covenant that he or it has not retained or employed any company, or person, other than bona fide employees working for said Contractor to solicit or secure this Contract, and that he or it has not paid or agreed to pay any company or person, other than bona fide employees working solely for the Contractor, any fee commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this statement, warrant and covenant, the City of Omaha shall have the right to annul this Contract without liability. I Construction C-1 6/97 I Q m o W LOLf LLI0 W Z z W 0 U = _ _ _ 0 -i ~ = I- I- I- 3 = _ = U m m > > > > '�' > Z Z H H H H Z n- u H IT N LA v~) H H H = � 0 J 00 00 00 0 W Q 0 0 0 Ln If) Ln W 0 o Ln O > > N N Ln Ln w w z Q Lo Lid 5 U U Z Z Z Z U J Z W LU W W J J W . _ 0 0 0 0 . O Q 0 z 0 0 0 O 0 0 _D >>-- >°-' H 0 R' d' a' iY U 0 ce N in U U U U in U Cr) U - < Q Q U U U Li. I- I- Ln I- t0 N co O) O r-1 N M C L) LO N CO Cl) O r1 N M d' U) )0 N CO CA 0 rI N M N N N N 01 01 M M 01 01 01 01 01 01 'i• d• V Ci'. a- V d- d- a' - Lf) If) Lf) Lf) TION OF OPERATIONS I LOCATIONS/VGMICL69 (Attach ACORD 1a1.Addlllonal Remark,$ohadule,If Irmo apnea la required) Project: 51945-ST,PD,SP North 24th Street streetscaps Phase VI Ci'Cy of Omaha i3 additional insured as regards work performed by tho named insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I7. Contractor shall conform with all applicable City Ordinances, with all applicable State and Federal Laws, and with all applicable Rules and Regulations. 8. Contractor shall furnish Performance, Payment and Guarantee Bond in an amount at least equal to one hundred percent(100%)of the Contract Price. 9. City, its officers employees, agents and representatives, at all times shall have access to the work whenever it is in preparation of progress, and the Contractor shall provide proper facilities for such access and inspection by them. 10. Contractor shall indemnify and save harmless the City of Omaha, its officers, employees, agents andII representatives from all claims, suits or actions of every kind and character made upon or brought against the said City of Omaha, its officers, employees, agents and representatives for or on account of any injuries or damages received or sustained by any party or parties by or from the acts of the said Contractor or its servants, agents, representatives, and subcontractors, in doing the work herein contracted for, or by or in consequence of any negligence in guarding the same or any improper material used in its construction, or by or on account of any act or omission of said Contractor or its servants, agents, representatives, and subcontractors, and also from all claims of damage for infringement of any patent in fulfilling this Contract. 11. The Contractor shall carry public liability insurance to indemnify the public for injuries sustained by reason of carrying on the work. The coverage shall provide the following minimum limits: I Bodily Injury $200,000 or Under Over$200,000 Each Person $ 500,000 $1,000,000 Each Occurrence $1,000,000 $5,000,000 Aggregate Products and Completed Operations $1,000,000 $5,000,000 Property Damage $200,000 or Under Over$200,000 I Each Occurrence $ 500,000 $ 500,000 Aggregate $1,000,000 $1,000,000 and shall name the City as additional insured with the Contractor. Attention is drawn to the City of Omaha Standard Specifications for Public Works Construction,2003 Edition for further details. 12. Contractor shall pay to the Unemployment Compensation Fund of the State of Nebraska, II 1 unemployment contributions and interest due under the laws of the State of Nebraska on wages paid to individuals employed in the performance of this Contract, and shall submit to the City of Omaha a written clearance from the Commissioner of Labor of the State of Nebraska certifying that all payment due of contributions and interest which may have arisen under this Contract have been paid by the Contractor, or his subcontractor, to the State of Nebraska Unemployment Compensation Fund. Payment of the final three percent (3%) of the total amount of the Contract shall be withheld until this provision has been complied with as required by Section 48-657 R.R.S. 1943, as amended. 13. Contractor shall submit, when requested, evidence satisfactory to the City that all payrolls, material I bills, and other indebtedness pertaining to the aforesaid work have been paid. 14. The Contractor shall not, in the performance of this Contract discriminate or permit discrimination I against any person because of race, sex, age, or political or religious opinions or affiliations or disability in violation of Federal or State Statutes or Local Ordinances and further the Contractor shall comply with Article V of Chapter 10 of the Omaha Municipal Code pertaining to Civil Rights and Human Relations. 15. Contractor shall procure a policy, or policies, or insurance which shall guarantee payment of compensation according to the Workmen's Compensation Laws of Nebraska for all workmen injured in the scope of employment; and further agrees to keep said policy, or policies, in full force and effect throughout the terms of this Contract. In addition, all other insurance in any way required of Contractor shall be procured by the Contractor and kept in force by Contractor throughout the term of this Contract. Certificate or Construction C-2 10/2009 insured- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 certificates of insurance, or copies ofpolicies, if required p q d by any Department of the City, shall be filed by the Contractor with the Public Works Department of the City of Omaha. 16. Except as may otherwise be required by applicable law, payment of any balance due Contractor under this Contract shall be made by the City to the Contractor upon completion of Contractor's work and obligations in accordance with the Contract, upon acceptance thereof by the City, and upon submission of certificate by Contractor in accordance with Paragraph 11 above. No payment by City shall in any way constitute any waiver of any rights of City. 17. Pursuant to Section 8.05 of the Home Rule Charter of the City of Omaha, no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City contract. A violation of that section with the knowledge of the Contractor, in addition to constituting employee malfeasance, shall be cause for the City to unilaterally terminate or void this Agreement. 18. Contractor shall pay all just claims due for the payment of all employees and mechanics for labor that shall be performed, for the payment of all material and equipment furnished, and for the payment of material and equipment rental which is actually used or rented in the performance of the Contract. 19. In accordance with the provisions of Legislative Bill 126 of the Seventy-Third Session of the Legislature of Nebraska (1963) and amendments, if any, every person, partnership, association, or corporation furnishing labor or material in the repair, alteration, improvement, erection or construction of any-public improvement shall furnish a certified statement to be attached to the Contract that all equipment to be used on the project, except that acquired since the assessment date, has been assessed for taxation for the current year, giving the county were assessed. It shall be the duty of the Contractor to comply with the foregoing requirements and to assure compliance therewith by all others required to comply therewith for labor or material furnished in the performance undertaken hereunder by the Contractor. 20. The parties hereto acknowledge that, as of the date of the execution of this Agreement, Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increases the original bid price as awarded (a) by ten percent, if the original bid price is one hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. 21. LB 403 Contract Provisions-NEW EMPLOYEE WORK ELIGIBILITY STATUS-The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E- Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1) The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.u.s 2) If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 3) The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I The originally approved scope and primary features of a contract or purchase will not be significantly revised as g Y I a result of amendments not approved in advance by the City Council. The provisions of this Section will be quoted in all future City contracts. Nothingin this Section is intended to alter the authorityof the Mayor under Section 5.16 of the City Charter to approve immediate purchases. Dated at Omaha,Nebraska this / day of J , 20 // . I ATTEST: CITY OF AHA,A MUNICIPAL CORPORATION II ',42,-_--,.._ By lif c..- City Clerk Mayor 7 II 1 `. - Ordinance/Resolution No. passed on SEAL OF THE CITY OFbMAHA: 20 TAB Construction 1 Contractor 4153 South 67th Street I Street Address Omaha, NE 68117 1 ATTEST: City State Zip Code i Secretary of (Corpor )Contractor y Wi 11 ' am G. R�i,n0 s orf CORPORATE SEAL: Title: President I 1 STIPULATIONS: CORPORATE CONTRACTOR: (I) Attach certified copy of resolution authorizing execution of this Contract; (2) Submit certificate showing corporation is qualified to do business in Nebraska. I NON-CORPORATE CONTRACTOR: State Identity: Sole Owner(s); Partnership. If a Partnership, state names and addresses of all. I I Construction C-4 6/97 I I e used on the project, except that acquired since the assessment date, has been assessed for taxation for the current year, giving the county were assessed. It shall be the duty of the Contractor to comply with the foregoing requirements and to assure compliance therewith by all others required to comply therewith for labor or material furnished in the performance undertaken hereunder by the Contractor. 20. The parties hereto acknowledge that, as of the date of the execution of this Agreement, Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increases the original bid price as awarded (a) by ten percent, if the original bid price is one hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. 21. LB 403 Contract Provisions-NEW EMPLOYEE WORK ELIGIBILITY STATUS-The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E- Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1) The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.u.s 2) If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 3) The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Bond #NEC44891 IPERFORMANCE,PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS: That we U TAB Holding Company; Inc. dba TAB Construction hereinafter called Principal,and Merchants Bonding Company I 2100 Fleur Drive, Des Moines, IA 50321 hereinafter called Surety, are held and firmly bound to the City of Omaha and hereby jointly and severally bind I ourselves, executors, administrators, representative, successors, and assigns to the City of Omaha, a Municipal Corporation of the Metropolitan Class in the State of Nebraska, hereinafter called City, in the penal Isum of Three Hundred Seventy—Seven Thousand Six Hundred Four And 35.100 Dollars($ 377,604.35 ) I lawful money of the United States of America,to be paid to the City for the payment whereof the Principal and Surety hold themselves, their heirs, executors, administrators, personal representatives, successors and assigns jointly and severally by these presents. IWHEREAS, The Principal is about to enter, or has entered, into a written Contract with the City for the Iconstruction by the Principal of NORTH 24TH STREET STREETSCAPE PHASE VI also referred to as Project No. OPW51948-ST, PD, SP which Contract is made a part hereof by reference thereto the same as though fully set forth herein; I NOW,THEREFORE,the conditions of this obligation are such that: IFIRST: If the Principal shall faithfully perform the Contract on his or its part, shall satisfy all claims and demands incurred for the same, shall fully indemnify and save harmless the City from all cost and damage Iwhich said City may suffer by reason of failure so to do,and shall fully reimburse and repay said City all outlay and expense which said City may incur in making good any such default; and, I I I Construction B-1 6/97 I I the county were assessed. It shall be the duty of the Contractor to comply with the foregoing requirements and to assure compliance therewith by all others required to comply therewith for labor or material furnished in the performance undertaken hereunder by the Contractor. 20. The parties hereto acknowledge that, as of the date of the execution of this Agreement, Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increases the original bid price as awarded (a) by ten percent, if the original bid price is one hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. 21. LB 403 Contract Provisions-NEW EMPLOYEE WORK ELIGIBILITY STATUS-The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E- Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1) The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.u.s 2) If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 3) The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e SECOND: The Principal shall indemnify and save harmless the City of Omaha, its officers, employees, and agents from all claims, suits, or actions of every kind and character made upon or brought against the said City of Omaha, its officers, employees and agents, for or on account of any injuries and damages received or sustained by any party or parties by or from the acts or omissions of the said Contractor or his or its servants, agents, and subcontractors, in performing under said Contract, or by or in consequence, or by or on account of I any act or omission of said Contractor or his or its servants, agents, and subcontractors, and also from all claims of damage for infringement of any patent in fulfilling said Contract; and, THIRD: The Principal and Surety on this Bond he reby agree to pay all persons, firms or corporations having contracts directly with the Principal or with subcontractors, all just claims due them for the payment of all ' laborers and mechanics for labor that shall be performed, for the payment of all material and equipment furnished, and for the payment of material and equipment rental which is actually used or rented in the performance of the Contract on account of which this Bond is given;and, FOURTH: Principal and Surety are jointly and severally liable under the provisions hereof and action against either or both may proceed without prior action against the other, and both may be joined in one action; and, FIFTH: Work constructed for the City of Omaha under the specifications of the Contract of which this is a part hereof,shall be guaranteed as hereinafter more specifically set forth for the full number of years specified as set forth below. The term of guarantee shall be dated from the date of acceptance and as regards the ' respective projects shall be no less than the following: a. Permanent Paving Projects 2 years b. Sewer Projects 2 years c. Street Resurfacing Projects 2 years - d. Seal Coating Application Projects t year ' e. Sidewalk Projects 2 years f. Traffic Signals 2 years g. Bridges&Structures 2 years ' h. Seeding&Sodding 1 year I. II -1 Construction B-2 7/29/04 ch taken alone increases the original bid price as awarded (a) by ten percent, if the original bid price is one hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. 21. LB 403 Contract Provisions-NEW EMPLOYEE WORK ELIGIBILITY STATUS-The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E- Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1) The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.u.s 2) If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 3) The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I IIIThe Principal hereby y binds himself and his heirs and assigns for the entire expense of the guarantee I- and for all repairs or reconstruction which may, from any imperfection in the said work or material, become necessary within the term of guarantee. The Principal further agrees to correct and repair promptly during that time all failures of whatsoever description and all settlements and irregularities of trenches, sidewalks, Ipaving, other surfacing, sewers, drains or other structures caused by any imperfections in his workmanship or material and shall deliver the work in all respects in good condition at the end of that time; IIf, at any time within the period of guarantee after the completion and acceptance of the work contract for, the work shall, in the judgment of the Engineer, require such repairs of reconstruction as above Iset out, he shall notify the Principal by certified mail and, should the Principal refuse or neglect to begin to make such repairs within twenty (20) days from the date of the service of such notice,then the City Engineer I shall have the right to cause such repairs or reconstruction to be made in such manner as he shall deem best; and the cost thereof shall be paid by the Principal or his sureties; Then this obligation shall be null and void; otherwise it shall remain in full force and effect. IAny Surety on this Bond shall be deemed and held, any Contract to the contrary notwithstanding,to consent without notice; '- I. To anyextension of time to the Principal in which p to perform the Contract. I 2. To any change in the Plans, Specifications or Contract, when such change does not involve an increase of more than twenty percent(20%)of the total Contract Price, and shall then be released only as to such excess increase. I3. That no provision of this Bond or of any other contract shall be valid which limits to less than five years from time of acceptance of the work the right to sue on this Bond for defects in workmanship or material not I ' discovered or known to the obligee at the time such work was accepted. I I- IConstruction - B-3 3/20/03 I- I Seeding&Sodding 1 year I. II -1 Construction B-2 7/29/04 ch taken alone increases the original bid price as awarded (a) by ten percent, if the original bid price is one hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. 21. LB 403 Contract Provisions-NEW EMPLOYEE WORK ELIGIBILITY STATUS-The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E- Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1) The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.u.s 2) If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 3) The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e SIGNED AND SEALED THIS 24th DAY OF June A.D.,2010 • IN THE PRESENCE OF: TAB Holding Company., Inc. dba TAB Construction Principal 111 te____ ,/\,( Name* V�ye /.t,cctaQ�� _i B o Jo- 14E3 ,SerA / 14 "'4 y Address �tN 04-io j�e (o25/(7. Title: FGes(d ca..r'�; ' COUNTERSIGNED: (Attach Corporate Resolution of Principal Authorizing Execution) Resident Agent* Shannon Klein Merchants Bonding Company Surety SilverStone Group _ Company Name ' 11516 Miracle Hills Drive Address (Attorney 'n-Fact ) Marcy L Overman • Omaha, NE 68154 , City State Zip Code - APPROVED AS TO FORM: -' City Attor y * Instructions: Type name of persons • under signature of each. - I Construction B-4 6/97 I ruction to be made in such manner as he shall deem best; and the cost thereof shall be paid by the Principal or his sureties; Then this obligation shall be null and void; otherwise it shall remain in full force and effect. IAny Surety on this Bond shall be deemed and held, any Contract to the contrary notwithstanding,to consent without notice; '- I. To anyextension of time to the Principal in which p to perform the Contract. I 2. To any change in the Plans, Specifications or Contract, when such change does not involve an increase of more than twenty percent(20%)of the total Contract Price, and shall then be released only as to such excess increase. I3. That no provision of this Bond or of any other contract shall be valid which limits to less than five years from time of acceptance of the work the right to sue on this Bond for defects in workmanship or material not I ' discovered or known to the obligee at the time such work was accepted. I I- IConstruction - B-3 3/20/03 I- I Seeding&Sodding 1 year I. II -1 Construction B-2 7/29/04 ch taken alone increases the original bid price as awarded (a) by ten percent, if the original bid price is one hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. 21. LB 403 Contract Provisions-NEW EMPLOYEE WORK ELIGIBILITY STATUS-The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E- Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1) The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.u.s 2) If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 3) The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1VI ERCHANT�S �ORN I BONDINPOWER OF G ATCOTMPANYEY Bona#: NEC 44891 Know All Persons By These Presents,that the MERCHANTS BONDING COMPANY(MUTUAL),a corporation duly organized under I the laws of the State of Iowa,and having its principal office in the City of Des Moines,County of Polk,State of Iowa,hath made, constituted and appointed,and does by these presents make,constitute and appoint Marcy L Overman I of Omaha and State of NE its true and lawful Attorney-in-Fact,with full power and authority hereby conferred in its name, place and stead,to sign, execute, acknowledge and deliver in its behalf as surety any I and all bonds, undertakings, recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: FIFTEEN MILLION($15,000,000.00)DOLLARS I and to bind the MERCHANTS BONDING COMPANY(MUTUAL)thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY(MUTUAL),and all the acts of said Attorney-in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- I Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY(MUTUAL)on November 16,2002. ARTICLE II,SECTION 8-The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. I ARTICLE II,SECTION 9-The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. I In Witness Whereof,MERCHANTS BONDING COMPANY(MUTUAL)has caused these presents to be signed by its President and its corporate seal to be hereto affixed,this 15th day of April , 2009 .':NOG CO.. MERCHANTS BONDING COMPANY(MUTUAL) I ;4•o?OFtP09. .09.• • G 9J•:yc• . •a'I ....64. 1933** \•4 c' 74* %0.• ` ;. �' STATE OF IOWA President COUNTY OF POLK ss. I On this 15th day of April , 2009 .before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL), the corporation described in the foregoing instrument,and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. I In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa,the day and year first above written. 6,46. i _ � CINDmY SMYTH an Number 1T3t�3 owl. MjQmrissiian Bosires Mardi 16,2012 Notary Public,Polk County,Iowa I STATE OF IOWA COUNTY OF POLK ss. I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL),do hereby certify that the above and foregoing I is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY(MUTUAL),which is still in full force and effect and has not been amended or revoked. In Wttness Whereof,I have hereunto set my hand and affixed the seal of the Company on this 23rd day of June 2010 �/, y,��G^G !� �, I • a P o 99•c> 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Sec. 10-192. Equal employment opportunity clause. All contracts hereafter entered into by the city shall incorporate an equal employment opportunity clause, which shall read as follows: During the performance of this contract, the contractor agrees as follows: 1. The contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex,age, disability or national origin. The contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex or national origin. As used herein,the word "treated" shall mean and include, without limitation, the following: recruited, whether by advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2. The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, or national origin. age, disability. 3. The contractor shall send to each representative of workers with which he has a collective bargaining I agreement or other contract or understanding a notice advising the labor union or workers' representative of the contractor's commitments under the equal employment opportunity clause of the city and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The contractor shall furnish to the human rights and relations director all federal forms containing the information and reports required by the federal government for federal contracts under federal rules and regulations, including the information required by sections 10-192 to 10-194, inclusive, and shall permit reasonable access to his records. Records accessible to the human rights and relations director shall be those which are related to paragraphs(1)through (7)of this subsection and only after reasonable notice is given the contractor. The purpose of this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5. The contractor shall take such actions with respect to any subcontractor as the city may direct as a means of enforcing the provisions of paragraphs (1)through (7) herein, including penalties and sanctions for noncompliance; however, in the event the contractor becomes involved in or is threatened with litigation as the result of such directions by the city, the city will enter into such litigation as is necessary to protect the interests of the city and to effectuate the provisions of this division; and, in the case of contracts receiving federal assistance, the contractor or the city may request the United States to enter into such litigation to protect the interests of the United States. 6. The contractor shall file and shall cause his subcontractors, if any,to file compliance reports with the contractor in the same form and to the same extent as required by the federal government for federal contracts under federal rules and regulations. Such compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Utilization of Small and Emerging Small Businesses It is the policy of the City of Omaha that Small and Emerging Small Businesses shall have the 111 maximum practicable opportunity to participate in City of Omaha projects. Consequently, the requirements of the Small and Emerging Small Business Program ordinance apply to this ' solicitation. For questions on certification, including a listing of what firms are certified under the Small and Emerging Small Business Program, please see the City of Omaha website at www.ci.omaha.ne.us or contact the Human Rights and Relations Department at 444-5055. With regard to this solicitation, the City has determined that a sufficient number of companies exist within the following CERTIFIED GROUP(S): [ Tier I Emerging Small Business [✓J Tier II Emerging Small Business [ ] Tier I Small Business [ ] Tier II Small Business firm to fulfill [ ] this entire contract [✓, a portion of this contract as defined below: F R- T 1F S — 5i A E.-t/ G, C0 n,s-r(14./c iT !E--ll- 1 �S L) O R- i i E eLir 6 Lecri :cAz ffµ p wia-Z xt t,— Ti /► T c oN-r20 L *Please note: in order to be considered for this solicitation your firm must ust be CERTIFIED in the above-referenced category PRIOR TO the bid opening date of this solicitation. Pursuant to Omaha Municipal Code Section 10-203(d), the above-referenced category of bidders will be given preference in the selection of this bid. Submittals by non-certified bidders or the failure of a prime contractor to utilize a certified subcontractor in the above-designated portion of this contract shall be deemed non-responsive and rejected. Bidders must complete Exhibit"A" and submit it with their bid to be considered. i A-2 2/2010 I available to employees and applicants for employment. 4. The contractor shall furnish to the human rights and relations director all federal forms containing the information and reports required by the federal government for federal contracts under federal rules and regulations, including the information required by sections 10-192 to 10-194, inclusive, and shall permit reasonable access to his records. Records accessible to the human rights and relations director shall be those which are related to paragraphs(1)through (7)of this subsection and only after reasonable notice is given the contractor. The purpose of this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5. The contractor shall take such actions with respect to any subcontractor as the city may direct as a means of enforcing the provisions of paragraphs (1)through (7) herein, including penalties and sanctions for noncompliance; however, in the event the contractor becomes involved in or is threatened with litigation as the result of such directions by the city, the city will enter into such litigation as is necessary to protect the interests of the city and to effectuate the provisions of this division; and, in the case of contracts receiving federal assistance, the contractor or the city may request the United States to enter into such litigation to protect the interests of the United States. 6. The contractor shall file and shall cause his subcontractors, if any,to file compliance reports with the contractor in the same form and to the same extent as required by the federal government for federal contracts under federal rules and regulations. Such compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e EXHIBIT "A" SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM THIS FORM MUST BE SUBMITTED WITH THE BID In the performance of this contract, the contractor proposes and agrees to make good faith efforts to contract with eligible City of Omaha certified small and/or emerging small businesses. Should the below listed small or emerging small business subcontractor be determined to be unable to perform successfully or is not performing satisfactorily, the contractor shall obtain prior approval from the Public Works Department Director or a designee, for substitution of the below listed subcontractor with a City of Omaha certified small or emerging small business. By submitting this form, the bidder is certifying that it has afforded subcontractors participating in the program the opportunity to submit bids on this project. Type of work and Projected contract item or commencement Name of small or parts thereof to be and completion Agreed price with emerging small Address performed date of work SB/ESB Percentage(%) business 8a>;Q Cyr: .► , ( ; l.�fc.�T,�1GEtL- • Ze,og?- S y4! Zyea— 6.) o 4 k. - fv '1"t ic. G0Arrn0G- 9 LSO.` ' 2. sZ COG 67M9 1# - )J 5% _e d 4cif N /oZ,-rya" 2 7"gyp Totals /3/I577 35.4 x CERTIFICATION The undersigned/contractor certifies that he/she has read, understands, and agrees to be bound by small and/or emerging small business participation contract specifications, and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the bidder to make the statements and representations in the small and/or emerging small business participation contract specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with small and/or emerging small businesses (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the contract specifications at the price(s) set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false, or if there is a failure by the successful bidder (i.e. the Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I SPECIAL PROVISIONS I INDEX SPECIAL PROVISIONS INDEX S.P.-1 ICONTRACT CONTROL S.P.-2 INDEX TO STANDARD PLATES S.P.-3 I CONTRACT COMPLIANCE S.P.-4 IHAZARDOUS MATERIALS S.P.-5 GENERAL REQUIREMENTS 5 pages S.P.-6 ITRAFFIC CONTROL 2 pages S.P.-8 CONCRETE PAVEMENT 5 pages S.P.-9 I SITE PREPARATION 6 pages S.P.-201 ITOPSOIL AND FINE GRADING 7 pages S.P.-202 BRICK PAVERS 5 pages S.P.-500 IIRRIGATION 12 pages S.P.-712 PLANTING 11 pages S.P.-800 ISEEDING AND SODDING 10 pages S.P.-802 IMAINTENANCE 9 pages S.P.-803 SITE FURNISHINGS 5 pages S.P.-804 ISIGNS 9 pages S.P.-10425 NPDES CERTIFICATION STATEMENT 1 page IMINORITY BUSINESS & WOMEN BUSINESS 9 pages HUD 410 FEDERAL LABOR STANDARDS 3 pages IDAVIS-BACON RATES 6 pages SECTION 3 CLAUSE 12 pages ICIRCULAR A-110 35 pages 1 1t I Construction S.P.-1 3/20/03 ; l.�fc.�T,�1GEtL- • Ze,og?- S y4! Zyea— 6.) o 4 k. - fv '1"t ic. G0Arrn0G- 9 LSO.` ' 2. sZ COG 67M9 1# - )J 5% _e d 4cif N /oZ,-rya" 2 7"gyp Totals /3/I577 35.4 x CERTIFICATION The undersigned/contractor certifies that he/she has read, understands, and agrees to be bound by small and/or emerging small business participation contract specifications, and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the bidder to make the statements and representations in the small and/or emerging small business participation contract specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with small and/or emerging small businesses (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the contract specifications at the price(s) set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false, or if there is a failure by the successful bidder (i.e. the Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I SPECIAL PROVISIONS CONTRACT CONTROL: 1. All work, material, guarantees and bonds shall conform with: (a) All applicable Federal and State laws and all applicable ordinances and City of Omaha regulations; (b) The plans and all notations shown and specified on the plans; (c) The Special Provisions herein contained; (d) The City of Omaha Standard Specifications for Public Works Construction, ' 2003 Edition. 2. In case of conflict between or among: (a) The notations shown and specified on the plans; (b) The Special Provisions herein contained; 1 (c) The City of Omaha Standard Specifications for Public Works Construction, 2003 Edition; then the conditions shall control and prevail in accordance with the sequence above enumerated in this paragraph. Copies of the CITY OF OMAHA STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 2003 Edition are available from the General Services Division of the Public Works Department(6th Floor), Omaha/Douglas Civic Center, 1819 Farnam Street,Omaha,Nebraska 68183. The Specifications can be downloaded from: www.ci.omaha.ne.us/publicworks/PublicWorks.htm. 1 1 1 Construction S.P.-2 3/20/03 I I SO.` ' 2. sZ COG 67M9 1# - )J 5% _e d 4cif N /oZ,-rya" 2 7"gyp Totals /3/I577 35.4 x CERTIFICATION The undersigned/contractor certifies that he/she has read, understands, and agrees to be bound by small and/or emerging small business participation contract specifications, and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the bidder to make the statements and representations in the small and/or emerging small business participation contract specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with small and/or emerging small businesses (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the contract specifications at the price(s) set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false, or if there is a failure by the successful bidder (i.e. the Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e • I S T A N D A R D PLATE ISSUE NUMBER STANDARD PLATES DATE SECTION 1 -PAVEMENTS AND APPURTENANCES 1 1-01 CONCRETE ALLEY PAVEMENT 3/26/2003 1-10R1 25'...RESIDENTIAL CONCRETE PAVEMENT 3/27/2006 1-12 25'... RESIDENTIAL ASPHALTIC CONCRETE PAVEMENT SECTIONS 3/26/2003 1-13 25'... RESIDENTIAL GRADING SECTIONS WITHOUT SIDEWALK 3/26/2003 11-16R1 30'... INDUSTRIAL CONCRETE PAVEMENT 3/27/2006 1-20R1 38'... 3 LANE CONCRETE PAVEMENT 3/27/2006 I1-30R1 50'... 4 LANE CONCRETE PAVEMENT 3/27/2006 1-32R1 62'... 5 LANE CONCRETE PAVEMENT 3/27/2006 I1-40R1 66'... 4 LANE DIVIDED CONCRETE PAVEMENT 3/27/2006 1-42R1 68'... 4 LANE DIVIDED CONCRETE PAVEMENT 3/27/2006 11-50 CONCRETE PAVEMENT JOINT DETAILS 3/26/2003 1-52 CONCRETE CURB DETAILS 3/26/2003 1-54 CONCRETE MEDIAN DETAILS 3/26/2003 1160 MISCELLANEOUS CONCRETE PAVEMENT DETAILS 3/26/2003 1-70 CONCRETE DRIVEWAY DETAILS 3/26/2003 '1-82-1R1 CURB RAMP DETAILS, 10' & 12' RADII 4/7/2006 1-82-2R1 CURB RAMP DETAILS, 15' & 20' RADII 4/7/2006 I1-82-3R1 CURB RAMP DETAILS, 25' RADIUS 4/7/2006 1-82-4R1 CURB RAMP DETAILS, 30' RADIUS 4/7/2006 I1-82-5R1 CURB RAMP DETAILS, 35' THRU 50' RADII 4/7/2006 1-82-6R1 CURB RAMP DETAILS, CENTRAL BUSINESS DISTRICT 4/7/2006 I1-82-7R1 CURB RAMP DETAILS, COMBINATION CURB RAMPS 4/7/2006 1-82-8R1 CURB RAMP DETAILS, CURB RAMP MEASUREMENT 4/7/2006 I I S.P. 3 1 Standard Plate Index Updated 4-26-06 1 of 4 I s legally authorized by the bidder to make the statements and representations in the small and/or emerging small business participation contract specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with small and/or emerging small businesses (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the contract specifications at the price(s) set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false, or if there is a failure by the successful bidder (i.e. the Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 SECTION 2 -BITUMINOUS RESURFACING I STANDARD PLATE ISSUE NUMBER STANDARD PLATES DATE I 2-01R1 PAVEMENT WIDENING, REPAIR AND SURFACING DETAILS 3/27/2006 2-10R1 ASPHALT RESURFACING ADJUSTMENT DETAILS 3/27/2006 , SECTION 3 -SEWERS I 3-01 SEWER BEDDING DETAILS 10/6/2003 3-18-1 SAMPLING MANHOLES (1 of 2 Sheets) 6/27/2003 I 3-18-2 SAMPLING MANHOLES (2 of 2 Sheets) 3/26/2003 3-30 REINFORCED CONCRETE CURB INLET COVER 4/19/2006 I 3-70 FLARED END SECTIONS AND BAR GRATES 3/26/2003 3-72 TIMBER PILE PIPE SUPPORT 3/26/2003 3-75 REINFORCED CONCRETE IMPACT STILLING BASIN 3/26/2003 I 3-83 REINFORCED CONCRETE PIPE COUPLERS 3/26/2003 3-90-1 CAST IRON MANHOLE RINGS, COVERS, MANHOLE STEPS (1 of 2 Sheets) 6/27/2003 I 3-90-2 CAST IRON MANHOLE RINGS, COVERS, MANHOLE STEPS (2 of 2 Sheets) 3/26/2003 3-92 TYPE "A" FLAT CAST IRON GRATE, FRAME AND CURB INLET 3/26/2003 I 3-93 TYPE "V" CAST IRON VANE GRATE, FRAME AND CURB INLET 3/26/2003 3-94 TYPE "SC"CAST IRON GRATE AND FRAME 3/26/2003 1 SECTION 4 -STRUCTURAL 4-01 CHAIN LINK FENCES AND CHAIN LINK FENCE GATE DETAILS 3/26/2003 , SECTION 5 - EROSION CONTROL - LANDSCAPING I 5-01 GEOTEXTILE FABRIC SILT FENCE 3/26/2003 5-02 HAY BALE SILT CHECK 3/26/2003 1 5-10 CHANNEL AND SLOPE SOIL STABILIZATION MAT DETAILS 3/26/2003 I S.P. 3 I Standard Plate Index Updated 4-26-06 2 of 4 I I i e the statements and representations in the small and/or emerging small business participation contract specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with small and/or emerging small businesses (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the contract specifications at the price(s) set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false, or if there is a failure by the successful bidder (i.e. the Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I STPLATEANDARD ISSUE NUMBER STANDARD PLATES DATE ISECTION 6—TRAFFIC SIGNALIZATION I 6-01R1 PULL BOX DETAILS 4/26/2006 111 6-04 CONCRETE PAD DETAIL FOR PAD MOUNTED CONTROLLER CABINET 3/26/2003 in 6-10 PEDESTAL POLE DETAILS 3/26/2003 6-20 MAST ARM POLE DETAILS 3/26/2003 6-22 MAST ARM POLE FOUNDATION DETAILS 3/26/2003 111 6-23 MAST ARM TRANSFORMER BASE DETAILS 3/26/2003 6-24 MAST ARM SIGNAL MOUNTING 3/26/2003 6-30-1 WOOD POLE SPAN WIRE DETAILS (1 of 2 Sheets) 3/26/2003 6-30-2 WOOD POLE SPAN WIRE DETAILS (2 of 2 Sheets) 3/26/2003 I6-32 SPAN WIRE MOUNTING DETAILS 3/26/2003 6-40 POLE BRACKET INSTALLATION DETAILS 3/26/2003 1 6-50 STREET LIGHT POLE DETAILS 3/26/2003 6-60 STANDARD SIGNAL FACE ARRANGEMENTS 3/26/2003 • 6-70 INDUCTIVE LOOP DETECTORS 3/26/2003 111 6-72 MAGNETIC DETECTOR INSTALLATION DETAIL 3/26/2003 I 6-74 STANDARD TRAFFIC SIGNAL WIRING CODES 3/26/2003 6-76R1 ELECTRIC SERVICE PEDESTAL 4/19/2006 6-78 POWER SERVICE DETAILS 3/26/2003 1 6-80-1 STREET NAME SIGN LAYOUTS (1 of 2 Sheets) 3/26/2003 6-80-2 STREET NAME SIGN LAYOUTS (2 of 2 Sheets) 3/26/2003 I6-82 OVERHEAD MOUNTED SIGNS 3/26/2003 6-84 POST MOUNTED SIGNS 3/26/2003 I6-85R1 SIGN POST ANCHORING SYSTEMS 3/27/2006 6-88 CONSTRUCTION SIGN 3/26/2003 1 6-90-1R1 ASPHALT SPEED BUMP DETAILS 4/26/2006 6-90-2R1 CONCRETE SPEED BUMP DETAILS 4/26/2006 I6-91-1 R1 ASPHALT SPEED TABLE DETAILS 4/26/2006 6-91-2R1 CONCRETE SPEED TABLE DETAILS 4/26/2006 6-91-3R1 IMPRINTED CONCRETE SPEED TABLE DETAILS 4/26/2006 1 S.P. 3 111 Standard Plate Index Updated 4-26-06 3 of 4 I . he best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with small and/or emerging small businesses (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the contract specifications at the price(s) set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false, or if there is a failure by the successful bidder (i.e. the Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 I STANDARD PLATE ISSUE I NUMBER STANDARD PLATES DATE EXISTING STANDARD PLATES I 320 SIDEWALK CONSTRUCTION DETAILS 4/1/1983 321 SIDEWALK LOCATION STANDARD 3/1/1970 1 401-1 STEP DETAIL (1 OF 2 SHEETS) 3/17/1970 401-2 STEP DETAIL (2 OF 2 SHEETS) 3/17/1970 684 CURB WALL DETAIL 3/13/1973 I 703 TYPE "A" SINGLE INLET 2/1/1970 704 TYPE "AA" DOUBLE INLET 2/1/1970 I 705 TYPE "AA" DOUBLE INLET (ALTERNATE) 1/1/1968 707 TYPE "SADDLE CREEK"SINGLE INLET 1/1/1968 I 708 MANHOLE DETAIL 1/1/1968 710 TYPE "C" DOUBLE INLET 1/1/1968 I 712 TYPE "B-B"SINGLE BASIN GRATE 1/1/1968 715 TYPICAL RISER DETAIL 12/1/1974 111 716 RING AND BEEHIVE GRATE 11/14/1969 717-1 AREA INLET(1 of 2 SHEETS) 11/22/1976 ' 717-2 AREA INLET (2 of 2 SHEETS) 11/22/1976 721-1 CURB INLET-TYPE I (1 of 5 SHEETS) 4/20/1983 721-2 CURB INLET-TYPE II (2 of 5 SHEETS) 4/20/1983 I 721-3 CURB INLET-TYPE III (3 of 5 SHEETS) 4/20/1983 721-4 CURB INLET-TYPE IV(4 of 5 SHEETS) 4/20/1983 1 721-5 CURB INLET BLOCKOUT AND TEMPLATE DETAILS (5 of 5 SHEETS) 4/1/1983 723 CONCRETE COLLAR - SEWER TAP 3/13/1970 1 724 PIPE PLUG DETAIL 3/13/1970 725 SANITARY SEWER/WATER MAIN DETAIL 3/13/1970 I 739 SANITARY MANHOLE 2/19/1973 I I S.P. 3 Standard Plate Index Updated 4-26-06 4 of 4 1 TABLE DETAILS 4/26/2006 1 S.P. 3 111 Standard Plate Index Updated 4-26-06 3 of 4 I . he best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with small and/or emerging small businesses (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the contract specifications at the price(s) set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false, or if there is a failure by the successful bidder (i.e. the Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 I 1 CONTRACT COMPLIANCE 1 The successful bidder must have a current Contract Compliance (CC-1) on file with the Human Rights and Relations Department prior to award of the contract. • I I 1 1 1 S.P.-4 5/15/09 I necessary to so qualify, if the successful bidder. /ems 6A.M7124.4�:71.1N e0,1.AP Name of Corporation Officer Title If Foreign Corporation: Nebraska Resident Agent Construction P-5 8/97 and Telephone No,: V/53 s 4,777' sT 40= 01541itfst, ,tie l98// 7 .-,` °Oe'Pw • ` , • 3l`'• Construction P-4 8/97 Public Works Director pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • 1 1 111 HAZARDOUS MATERIALS IThe following applies to all projects advertised by the City of Omaha: 1 A. Presence of Hazardous Materials or Hazardous Waste See Section 7.20, Hazardous Materials, in the City of Omaha Standard I Specifications for Public Works Construction, 2003 or Later Edition, including all Addenda. I I IIn addition, the following applies to those projects advertised by the City of Omaha where any portion of the project lies within the EPA defined boundaries of 1 the potential lead-site contamination in Omaha, Nebraska: 1 B. Excess Material Disposal All excess materials removed from this project site or sites shall be disposed I of at locations acceptable to the City of Omaha. The Contractor shall provide this information at the pre-construction meeting. During the project construction, the Contractor shall keep a log AND keep the City's Project I Engineer (or designated representative) informed of each disposal date, excess material source location, material description, disposal location, and approximate material quantity. I I IS.P.-5 I CURB INLET-TYPE I (1 of 5 SHEETS) 4/20/1983 721-2 CURB INLET-TYPE II (2 of 5 SHEETS) 4/20/1983 I 721-3 CURB INLET-TYPE III (3 of 5 SHEETS) 4/20/1983 721-4 CURB INLET-TYPE IV(4 of 5 SHEETS) 4/20/1983 1 721-5 CURB INLET BLOCKOUT AND TEMPLATE DETAILS (5 of 5 SHEETS) 4/1/1983 723 CONCRETE COLLAR - SEWER TAP 3/13/1970 1 724 PIPE PLUG DETAIL 3/13/1970 725 SANITARY SEWER/WATER MAIN DETAIL 3/13/1970 I 739 SANITARY MANHOLE 2/19/1973 I I S.P. 3 Standard Plate Index Updated 4-26-06 4 of 4 1 TABLE DETAILS 4/26/2006 1 S.P. 3 111 Standard Plate Index Updated 4-26-06 3 of 4 I . he best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with small and/or emerging small businesses (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the contract specifications at the price(s) set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false, or if there is a failure by the successful bidder (i.e. the Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e GEN ERAL REQUIREMENTS ' 1. SCOPE OF WORK The scope of work described in these SPECIFICATIONS shall consist of the construction of 1 landscaping improvements, street pavement, storm sewers,sidewalk and all related appurtenances as shown on the DRAWINGS and as described herein. The full extent of this work is shown on the PLANS. 2. PROJECT SPECIFICATIONS All work shall be done in accordance with the City of Omaha Standard Specifications for Public Works Construction, 2003 Edition and current revisions except those modified by these SPECIAL PROVISIONS. If a conflict exists between the City of Omaha Standard Specifications and these SPECIAL PROVISIONS the more stringent of the two will apply. 3. STANDARD PLATES ' Certain items of work shall be constructed in accordance with the City of Omaha Public Works Department"Standard Plates" and NDOR Special Plans or Standard Plans. A copy of the index to City of Omaha Standard Plates is included with these SPECIAL PROVISIONS. Copies of the Standard Plates are available from the Public Works Department, Room 631,Omaha/Douglas Civic Center. 4. PRE-BID MEETING A Pre-Bid Meeting shall be held on May 14, 2010 at 2:00 PM. The location of the meeting will be ' on the project site located at the intersection of 24th Street and Hamilton Street, Omaha, NE. Questions regarding the PLANS and these SPECIAL PROVISIONS can be addressed at the meeting. 111 5. FORCE ACCOUNT WORK All force account work shall be paid for on a time and materials basis and shall be determined as ' follows: 1. LABOR: Base rate plus liability and workman's compensations insurance plus fringe benefits. 2. MATERIALS: Actual cost delivered to the work site, including freight and handling ' costs as shown by original receipt invoices. 3. SMALL TOOLS AND SUPPLIES: 5% of labor (above). ' 4. OVERHEAD AND PROFIT: 15%of the total of labor(above) plus materials(above) plus small tools and supplies (above). ' 5. EQUIPMENT COST: 77% of the "Blue Book" hourly rate plus operating. S.P.- 6 1 of 5 I d/or emerging small businesses (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the contract specifications at the price(s) set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false, or if there is a failure by the successful bidder (i.e. the Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 1 6. NOTICE TO UTILITY COMPANIES The CONTRACTOR shall give at least 72 hours notice to affected utility companies prior to digging by calling One Call: 344-3565 or 1-800-336-9193. In addition the CONTRACTOR shall notify all applicable utility companies, including, but not limited to the following: , Qwest Communications - 575-3896 Omaha Public Power District - 636-2000 111 Metropolitan Utilities District- 554-7921 City of Omaha - Sewers - 444-5332 City of Omaha - Streets - 444-4919 MCI Telecommunications - 573-2010 Cox Cable - 933-3000 The CONTRACTOR shall be fully responsible for the protection of all existing surface and ' underground facilities during all phases of work. Existing underground facilities shown on the DRAWINGS are for the CONTRACTOR'S guidance only. The CONTRACTOR shall note that there may be existing utilities that are not shown on the PLANS. The CONTRACTOR shall repair at his expense, any damages to existing facilities caused directly or indirectly by his operations. In all cases with no exception, the CONTRACTOR, before beginning construction of any new underground facilities, shall locate, uncover, and determine the horizontal and vertical location of all existing underground facilities which may potentially conflict with his work or are to be incorporated into the new work. Before proceeding, the CONTRACTOR shall satisfy himself that a conflict does not exist and that the underground work can be performed as shown on the PLANS. If, in the opinion of the CONTRACTOR, a conflict does exist, he shall immediately notify the ENGINEER who will make the final determination for resolving the conflict. The CONTRACTOR will receive no additional compensation for any delays or work resulting from a conflict which was not thoroughly investigated prior to proceeding with his work. The CONTRACTOR may request additional compensation for additional work performed to directly resolve the conflict as directed in writing by the ENGINEER. I 7. NOTICE TO STAKE The CONTRACTOR shall notify the ENGINEER at least 48 hours prior to the time he expects to ' begin construction to request line and grade stakes as required. 8. REPAIR OF DAMAGE ' The CONTRACTOR shall be responsible for the repair of damage caused by his operations to 111 public and private streets, sidewalks, and property that are not designated for removal under this contract. The CONTRACTOR shall promptly clean up all mud and debris along haul routes. 9. SHOP DRAWINGS AND CERTIFICATIONS SHOP DRAWINGS and certifications shall be submitted to the ENGINEER for review. The number of copies of SHOP DRAWINGS and certifications shall consist of the quantity required for the CONTRACTORS use, including the distribution to subcontractors, fabricators and/or suppliers, in S.P.- 6 I 2 of 5 F be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Iaddition to five copies to be retained p by the ENGINEER. SHOP DRAWINGS and/or certifications shall be provided as requested under the Special Provisions. I10. GEOTECHNICAL REPORT 111 The Geotechnical Engineering Report titled"24th&Lake Street Area, Omaha Nebraska"dated April 21, 2004, is available for review at the office of Ehrhart Griffin and Associates. The CONTRACTOR is encouraged to review this report for information regarding soils conditions at the site and existing Ipavement information. 11. PROJECT SCHEDULE 1 The following dates shall be considered calendar milestones for completion of the project items. Completion dates is subject to liquidated damages as specified in Table 8.01 of the project specifications. Substantial completion shall be defined as all contract activities I November 30, 2010—All construction activities completed. I12. MOBILIZATION I Payment for contractors' mobilization shall be made at the contract lump sum unit price. Payment shall be full compensation for all labor, equipment, materials, transportation and incidentals necessary to complete the item. I13. COORDINATION WITH OTHER CONTRACTORS I The CONTRACTOR shall coordinate his work with other contractors working at the site to minimize conflict and allow for access to other areas of work. Lane closure,if necessary shall be coordinated by the Contractor through the Engineer. I14. PRE-CONSTRUCTION CONFERENCE Prior to the beginning of construction, a Pre-construction Conference shall be held with the I ENGINEER, a representative of the CITY, the Contractor's representative (including the on-site superintendent who will be assigned to the project), and representatives of major subcontractors and suppliers. The CONTRACTOR shall submit a Construction Schedule at this conference. The IENGINEER shall notify the CONTRACTOR of the date, time and location of the conference. 15. PROGRESS MEETINGS IProgress Meetings will be scheduled throughout the work period on a weekly basis. 16. DAMAGE TO EXISTING STRUCTURES IThe CONTRACTOR shall be responsible for any damage to structures or existing sewers. If any damage is incurred, the proposed method of repair shall be submitted to the ENGINEER who will I forward copies to the City of Omaha for their approval before any remedial activities are undertaken. If dire consequence will result as part of the review and submittal process,the CONTRACTOR shall I S.P.-6 3 of 5 I designated for removal under this contract. The CONTRACTOR shall promptly clean up all mud and debris along haul routes. 9. SHOP DRAWINGS AND CERTIFICATIONS SHOP DRAWINGS and certifications shall be submitted to the ENGINEER for review. The number of copies of SHOP DRAWINGS and certifications shall consist of the quantity required for the CONTRACTORS use, including the distribution to subcontractors, fabricators and/or suppliers, in S.P.- 6 I 2 of 5 F be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 contact the ENGINEER and attempt to correct the problem immediately. Repairs will be made at the CONTRACTOR'S expense. ' 17. HAZARDOUS MATERIALS Presence of Hazardous Materials or Hazardous Waste 1 A. In the event the Contractor encounters material on site reasonably believed to be a CERCLA hazardous substance in concentrations that may constitute a substantial hazardous waste as defined in 40 CFR Part 261 that has not been rendered harmless, the Contractor may test (at the Contractor's expense) the suspected material using the appropriate EPA technology. If the material is determined to be hazardous, the Contractor shall immediately stop work in the affected area, safely secure the work site, and immediately notify the City's Project Engineer, their designated representative, and/or other appropriate City personnel. B. Hazardous materials shall be disposed to an approved off-site location based on the current EPA and State of Nebraska Department of Environmental Quality regulations. All work required to complete this operation including importing suitable backfill material shall be measured in cubic feet in place and shall be paid at the contract unit price for"Remove Contaminated Soil". The unit price shall include all excavation, hauling, permitting, materials, equipment and labor required to complete this operation including importing suitable backfill materials. C. All such hazardous material or hazardous waste, not mentioned in the contract documents, shall be considered outside of the scope of this contract and outside the responsibility of the Contractor. Any additional costs due to the encountering of hazardous waste or materials will constitute "Extra Work" under Section 104.03 of the Standard Specifications and Contractor shall be compensated accordingly. , D. The City of Omaha shall not consider the Contractor the "Generator, Owner, or Responsible Party" for any hazardous waste or hazardous material discovered in the normal performance of work associated with this contract, nor during the performance of any"Extra Work" pursuant to Section 104.03 unless brought to the site by the Contractor. I E. The Contractor shall maintain sole responsibility for workers health and safety including, but not necessarily limited to, interpreting monitoring or sampling results provided by the City or any another governmental agency, or performing Contractor's own monitoring or sampling to ensure worker health and safety. 18. EXCESS MATERIAL DISPOSAL A. All excess materials removed from this project site or sites shall be disposed of at locations acceptable to the City of Omaha. The Contractor shall provide this information at the pre-construction meeting. During the project construction, the Contractor shall keep a log AND keep the City's Project Engineer or designated representative informed of each disposal date, excess material source location, disposal location, and approximate material quantity. This item shall not be paid for separately but considered incidental to the related items of this project. 19. REMOVE BRICK SIDEWALK S.P.- 6 4of5 1 Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Remove brick sidewalk shall be removed as shown on the PLANS. The removal of brick I sidewalk shall be measured per square foot and paid for at the contract unit price for "Remove Brick Sidewalk". The payment shall be full compensation for all labor, equipment, materials, and incidentals necessary to complete the removal, including legally disposing off-site. 20. IRRIGATION METER MANHOLE AND MAIN TAP IIrrigation meter and tap shall be installed at the location shown on the plan or as directed in the field by the Engineer. Meter manhole, tap, backflow preventer and all related items I shall be measured as a lump sum and paid for at the contract unit price for"Irrigation Meter Manhole and Main Tap". The payment shall be full compensation for all labor, equipment, materials, and incidentals necessary to complete this item as shown on the im plans, as directed by the Engineer and in full compliance with MUD regulations. I 21. REMOVE INLET TOP AND ADJUST INLET TO GRADE IRemove grate and curb portion of the existing curb inlets and adjust inlet box to grade if necessary. The removal of the inlet tops and box adjustment to grade shall be measured as each and paid for at the contract unit price for"Remove Inlet Top and Adjust Inlet to I Grade", The payment shall be full compensation for all labor, equipment, materials, and incidentals necessary to complete the removal, including legally disposing off-site. I22. IMPORT BACKFILL MATERIAL TO GRADE LOW AREAS Import backfill material to grade low areas shall be installed as required by the engineer. Import backfill material to grade low areas shall be measured per cubic yard on the truck I and paid for at the contract unit price for"Import Backfill Material to Grade Low Areas". The payment shall be full compensation for all labor, equipment, materials, and incidentals to complete the work including hauling and compaction. I23. CONSTRUCT EROSION CONTROL INLET PROTECTION 1 Contractor shall provide, install and maintain an acceptable erosion control method for inlet erosion control during construction. Such method and material shall be approved by the Engineer in writing. Contractor shall submit a sample of the proposed material for I approval by the Engineer. Erosion control shall be measured as each and paid for at the contract unit price for"CONSTRUCT EROSION CONTROL INLET PROTECTION". The payment shall be full compensation for all labor, equipment, materials, and incidentals necessary to complete this item including maintenance and removal, including legally disposing off-site. I - END OF SECTION - I IS.P.- 6 5 of 5 to the City of Omaha. The Contractor shall provide this information at the pre-construction meeting. During the project construction, the Contractor shall keep a log AND keep the City's Project Engineer or designated representative informed of each disposal date, excess material source location, disposal location, and approximate material quantity. This item shall not be paid for separately but considered incidental to the related items of this project. 19. REMOVE BRICK SIDEWALK S.P.- 6 4of5 1 Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I TRAFFIC CONTROL Construction of this j roect sha p II be conducted under traffic. Barricades, traffic signs, temporary pavement markings and other temporary traffic control devices shall be ' installed and maintained as shown on the PLANS or as directed by the ENGINEER. The CONTRACTOR shall conduct his operations in such a manner as to leave all streets and access roads open to traffic at all times. Unobstructed hard surface access to all buildings along 24th Street or within the construction area shall be maintained at all times. Contractor shall coordinate all work in front of the access points to adjacent buildings and businesses with the impacted property owners. The Contractor shall give at least one week of advance notice to the ' impacted property owners. Storage and work space within the parking area shall be minimized and limited to one side of each block only. • 111 Access to local businesses and residents shall be allowed at all times. The Contractor shall place and maintain proper barricades, lights, and other required safeguards ' around obstructions in or adjacent to existing streets. All barricades, lights, and warning signs shall conform to the Omaha Public Works "Barricading Standards, Specifications, Methods and Materials" and the "Manual on Uniform Traffic Control Devices 2003 edition". ' METHOD OF MEASUREMENT a. Type II Barricade - Shall be measured as barricade day. ' b. Type III Barricade - Shall be measured as barricade day. c. Signs - Shall be measured as sign day. d. Flashing Arrow Panel —Shall be measured in days. BASIS OF PAYMENT ' a. Type II Barricade - Will be paid for by the barricade days at the contract unit price. The items measured for payment under this item shall be limited to Type II barricades, drums and grabber cones. All other required traffic control items, shall not ' be paid for separately but considered incidental to the measured items. Lane delineators shall be drums except for head to head traffic separation when grabber cones can be used. The payment shall be full compensation for work related to supplying, installing, maintaining, relocating and removing of temporary traffic control ' devices and any other incidentals necessary to complete this work. b. Type III Barricade -Will be paid for by the barricade days at the contract unit price. ' The items measured for payment under this item shall be limited to Type III S.P.-8 1 of 2 SECTION - I IS.P.- 6 5 of 5 to the City of Omaha. The Contractor shall provide this information at the pre-construction meeting. During the project construction, the Contractor shall keep a log AND keep the City's Project Engineer or designated representative informed of each disposal date, excess material source location, disposal location, and approximate material quantity. This item shall not be paid for separately but considered incidental to the related items of this project. 19. REMOVE BRICK SIDEWALK S.P.- 6 4of5 1 Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 barricades. All other required traffic control items, shall not be paid for separately but considered incidental to the measured items. The payment shall be full compensation for work related to supplying, installing, maintaining, relocating and removing of temporary traffic control devices and any other incidentals necessary to complete this work. • ' c. Temporary Traffic Control Signs - Will be paid for by the sign days at the contract unit price. The items measured for payment under this item shall be limited to temporary stand-alone trafficsigns p ry and traffic signs on barricades, The a 9 payment I shall be full compensation for work related to supplying, installing, maintaining, relocating and removing of temporary traffic control devices and any other incidentals necessary to complete this work. d. Flashing Arrow Panel - Will be paid for by days at the contract unit price. The payment shall be full compensation for work related to supplying, installing, maintaining, relocating and removing of the flashing arrow panel and any other incidentals necessary to complete this work. - END OF SECTION - 1 I 1 1 1 S.P.-8 2of2 n". ' METHOD OF MEASUREMENT a. Type II Barricade - Shall be measured as barricade day. ' b. Type III Barricade - Shall be measured as barricade day. c. Signs - Shall be measured as sign day. d. Flashing Arrow Panel —Shall be measured in days. BASIS OF PAYMENT ' a. Type II Barricade - Will be paid for by the barricade days at the contract unit price. The items measured for payment under this item shall be limited to Type II barricades, drums and grabber cones. All other required traffic control items, shall not ' be paid for separately but considered incidental to the measured items. Lane delineators shall be drums except for head to head traffic separation when grabber cones can be used. The payment shall be full compensation for work related to supplying, installing, maintaining, relocating and removing of temporary traffic control ' devices and any other incidentals necessary to complete this work. b. Type III Barricade -Will be paid for by the barricade days at the contract unit price. ' The items measured for payment under this item shall be limited to Type III S.P.-8 1 of 2 SECTION - I IS.P.- 6 5 of 5 to the City of Omaha. The Contractor shall provide this information at the pre-construction meeting. During the project construction, the Contractor shall keep a log AND keep the City's Project Engineer or designated representative informed of each disposal date, excess material source location, disposal location, and approximate material quantity. This item shall not be paid for separately but considered incidental to the related items of this project. 19. REMOVE BRICK SIDEWALK S.P.- 6 4of5 1 Signature Title Date of Signing 5' Z • 7t9 Firm or Corporate Name /,726 6./v 57-le 1G770.J e Rit Address W1!53 S. G7 ' sr Telephone Number 33/-,Zy1f A-3 2/2010 compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e i CONCRETE PAVEMENT 1. COMPOSITION OF CONCRETE: Concrete shall be proportioned in accordance with the PROJECT SPECIFICATIONS with portland cement meeting g the requirements of ASTM C- 150, Type I. Concrete for pavement placed using self-propelled concrete spreaders shall be FL 60 Air- Entrained or FL 65 Air-Entrained,for sidewalk, and FL-65 for street pavement, as indicated in ' the PLANS. Concrete for pavement to be placed using hand-finishing methods shall be FL 65 Air-Entrained. Concrete mixes, including cement types, shall not be changed during a continuous placement. Prior to any concrete placement,the CONTRACTOR shall submit the ' mix proportions for the concrete to be supplied and a certification by the concrete supplier that the proposed mix(es) conform to City of Omaha specifications. ' 2. PLANT CHECKS: Plant checks of the concrete batching plant will generally be performed prior to large pours, especially if adverse weather conditions prevail, or at any other time deemed appropriate. The ENGINEER will determine when a plant check is required and will so notify the testing laboratory, who may make a no-notice plant check. The plant check will ' be in general compliance with the State of Nebraska, Department of Roads, Plant Check Form and will include the collection of a cement sample. If the materials or plant operation are found to be in non-conformance with the PROJECT SPECIFICATIONS,no additional concrete ' shall be batched or placed until the problem(s) is(are) corrected. 3. FIELD TESTING OF P.C.C.: The types of tests required and the frequency of testing for P.C.C. shall be as specified below. a. Slump tests shall be conducted according to the requirements of ASTM C 143. Slump ' tests shall be made for each set of cylinders or as required by the Engineer. Concrete to be placed inside forms shall have a slump between 1 and 3 inches. Concrete to be placed using slip-form construction shall have a slump between 1 and 2-1/2 inches. b. Air content tests shall be conducted according to the requirements of ASTM C 231, or ASTM C 173, if necessary. Air content tests shall be made for each set of cylinders or as required by the Engineer. Air content shall be 6% + 1%. c. Compressive test specimens shall be made and cured according to the requirements of ASTM C 31. Three cylinders shall be made for each day's pour or for each 150 cubic ' yards or portion thereof of concrete placed each day by each crew. Compressive strength tests shall be made according to the requirements of ASTM C 78. One compressive strength test shall be made on the 7th day after concrete placement. The remaining two cylinders shall be tested on the 28th day after concrete placement. The concrete paving represented by the cylinders shall be considered acceptable if the average strength of the two 28-day cylinders is greater than the strengths listed in Table 1 below. If an anomaly resulting from casting a cylinder is visible in the cylinder, or if an anomaly is observed during the breaking of a cylinder, the results of that cylinder's test shall be discarded. If a cylinder's test results are discarded due to either the described anomalies or an out of tolerance break location per ASTM C 78, then the paving ' represented by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I disturbed in the field, then the procedures described for"Investigation of Low- Stren th Test Results" shall be followed to determine the acceptability of the pavement. I TABLE 1. - COMPRESSIVE STRENGTH REQUIREMENTS CLASS MINIMUM 28-DAY I OF CONCRETE COMPRESSIVE STRENGTH FL 60 3500 psi FL 65 4000 psi I d. Tests of Field-Cured Specimens. I (1) The Engineer may require compressive strength tests of cylinders cured under field conditions to check adequacy of curing and protection of concrete. Field-cured test cylinders will be molded at the same time and from the same samples as laboratory-cured test cylinders but cured in the same manner that the slab is cured. (2) Procedures for protecting and curing concrete shall be improved when the compressive 111 strength of field-cured cylinders at the test age designated is less than 92 percent of that of companion laboratory-cured cylinders. When laboratory-cured cylinder compressive strengths exceed the limit listed in Table 2 below,field-cured cylinder strengths need not , exceed those listed in Table 2, even though the 92 percent criteria is not met. TABLE 2. - LABORATORY VERSUS FIELD CURED CYLINDERS I LABORATORY-CURED MAXIMUM REQUIRED CLASS OF CYLINDER COMPRESSIVE FIELD-CURED I CYLINDER CONCRETE STRENGTH LIMIT COMPRESSIVE STRENGTH FL 60 4000 psi 3700 psi I FL 65 4600 psi 4300 psi e. Investigation of Low-Strength Test Results. I (1) If any strength test of laboratory-cured cylinders falls below required strength, or if tests ,,, ' of field-cured cylinders indicate deficiencies in protection and curing, or if all cylinder test I results have been discarded due to anomalies or disturbed cylinders,two cores shall be taken within ten feet(10') of the station of the cylinder test being replaced and tested in accordance with ASTM C 42 at 42 or 56 days after placement of the concrete in I question. The 42 day test shall be the primary goal of the core testing and the core breaks shall not be delayed to a 56-day age unless field conditions or the number of cores required prevent obtaining the cores by the 35th day. (2) Concrete in an area represented by core tests shall be considered structurally adequate I if the core tests meet the requirements of Table 3. Cores containing a visible anomaly, or core breaks deemed to be low due to an anomaly, shall be discarded and replaced by I an additional core. I S.P.- 9 2of5 1 gth of the two 28-day cylinders is greater than the strengths listed in Table 1 below. If an anomaly resulting from casting a cylinder is visible in the cylinder, or if an anomaly is observed during the breaking of a cylinder, the results of that cylinder's test shall be discarded. If a cylinder's test results are discarded due to either the described anomalies or an out of tolerance break location per ASTM C 78, then the paving ' represented by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I TABLE 3. - MINIMUM COMPRESSIVE STRENGTH 1 CLASS OF AGE OF (AVERAGE OF TWO CORES) CONCRETE CONCRETE FOR FULL PAYMENT FOR REDUCED PAYMENT IFL 60 42 days 3130 psi 2975 psi FL 60 56 days 3230 psi 3070 psi IFL 65 42 days 3575 psi 3400 psi FL 65 56 days 3690 psi 3510 psi I (3) If the above full payment criteria are not met, the concrete represented by the low- strength core tests will be accepted at a reduced unit price or will be removed and replaced with concrete meeting these specifications, as appropriate, in accordance with I the following criteria. When the average strength of two cores falls between the strength listed in Table 3 for reduced payment and the strength listed in Table 3 for full payment, then the represented pavement will be accepted at a reduced unit price. When the 1 average strength of two cores is less than the minimum strength for reduced payment as listed in Table 3, the pavement represented by the cores will be removed and replaced. I (4) Reduced unit prices for pavement represented by deficient strength core tests shall be computed using the following formula: I A3 x Unit Bid Price = Reduced Unit Price: B3 where: I A = Actual average compressive strength of two cores tested as described above, and IB = Minimum compressive strength for full payment as listed in Table 3 above. I (5) The area represented by a cylinder or core test shall be the full width of pavement extending along the centerline in both directions from the subject test, halfway to the next test. This area will be the area of pavement to be accepted, paid for at reduced price or removed and replaced, as applicable, for each test set. Removal and replacement shall be to the next transverse joint beyond the halfway point from the under strength test. II (6) If the ENGINEER believes cylinder and core test results are indicative of a concrete materials problem, he may order chemical and petrographic testing of samples of the in- place concrete and of any samples collected during the plant check. 1 (7) Payment for concrete pavement tests will be non-standard in that the OWNER will pay for all cylinder tests whether they pass or fail. Any follow-on testing performed as a I result of failing cylinder tests will be paid for by the OWNER, but the costs of such tests will be deducted from the CONTRACTOR'S final payment. I S.P.- 9 I 3 of 5 • visible anomaly, or core breaks deemed to be low due to an anomaly, shall be discarded and replaced by I an additional core. I S.P.- 9 2of5 1 gth of the two 28-day cylinders is greater than the strengths listed in Table 1 below. If an anomaly resulting from casting a cylinder is visible in the cylinder, or if an anomaly is observed during the breaking of a cylinder, the results of that cylinder's test shall be discarded. If a cylinder's test results are discarded due to either the described anomalies or an out of tolerance break location per ASTM C 78, then the paving ' represented by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 I 4. PROTECTING AND CURING COMPRESSIVE TEST SPECIMENS: The CONTRACTOR shall be responsible for protecting and curing of the compressive test specimens for the 24 hours that they remain in the field. If the CONTRACTOR is not satisfied with the standard procedures employed by the testing laboratory to control the curing environment,it shall be the CONTRACTOR'S responsibility to accomplish the following: a. Notify the ENGINEER within 24 hours; b. Arrange for other than the standard curing precautions; and c. Pay any additional costs associated with the non-standard curing precautions. II 5. HOT WEATHER CONCRETING: In addition to the requirements of the PROJECT SPECIFICATIONS, the CONTRACTOR shall comply with the following: I a. Concrete batched during hot weather will likely require more than standard amounts of water to maintain slump within the specified range. This is due to a known correlation between concrete temperatures and water requirements. The maximum water-cement ratio of 0.45 specified in the PROJECT SPECIFICATIONS shall be adhered to under all weather conditions, even if this requirement results in more cement per cubic yard than is specified in the PROJECT SPECIFICATIONS. b. The CONTRACTOR shall monitor the weather conditions forecast for the planned time of concrete placement, compute an estimated evaporation rate from the pavement j surface and inform the ENGINEER. When the evaporation rate as determined in accordance with Figure 2.1.5 in ACI 305R is expected to be greater than or equal to 0.18 gallonsper square footper hour,the CONTRACTOR q shall take precautionary measures as necessaryto reduce the evaporation p rate. Precautionary measures shall include but are not limited to: (1) The use of an evaporation retardant(E-CON or approved substitute)sprayed on the I burlapdrag, 9, (2) The use of an evaporation retardant sprayed directly on the slab surface. Care shall be taken to avoid puddling of the evaporation retardant, and (3) The use of windscreens. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the CONTRACTOR shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of windscreens, more effective fog sprays,and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving 9 p g operation shall be immediately stopped. 6. OPENING OF PAVEMENT TO TRAFFIC: Pavement may be opened to construction traffic 7 days after placement of the concrete. Pavement may be opened to traffic sooner than 7 days after placement if the compressive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 8. WA TER FOR FINISHING: In no case shall water be added to the surface of the concrete for finishing. Addition of water for finishing is cause for removal and replacement of the concrete at the CONTRACTOR'S expense. 9. BOXOUT FOR STREET RETURNS: For slip-form paving of streets with a longitudinal slope of 2% or less, the boxouts for intersecting streets, and other areas as designated by the ENGINEER, shall extend from end of return to end of return. Short boxouts at the returns with an intervening tied keyed joint will not be permitted when the longitudinal street grade is 2%or I less. 10. MEASUREMENT AND PAYMENT FOR CONCRETE PAVEMENT: The quantity of each thickness of concrete pavement to be paid for will be the number of square yards of pavement completed and accepted. No additional payment will be made for pavement required to have FL 65 concrete. The square yards will be computed using the horizontal street lengths and the edge-of-slab to edge-of-slab widths,with slab widths greater than plan width being counted as plan width. Payment for the pavement areas computed as described above will be made at the contract unit price as adjusted for deficient thicknesses and/or deficient strengths. Where pavement is deficient in both thickness and strength, the reduction factors (A3/B )from each equation will be multiplied together and then multiplied times the bid unit price. 11. INTEGRAL CURB Integral curb shall be constructed as shown on the PLANS. Integral curb shall not be measured and paid for separately, but shall be considered incidental to "9" Concrete Pavement—Type L65". 12. CONSTRUCT THICKENED EDGE PAVEMENT Thickened edge pavement shall be constructed as shown on the PLANS. Thickened edge pavement shall be measured in linear feet and paid for at the contract unit price for"Construct Thickened Edge Pavement." The payment shall be full compensation for all labor,equipment, materials and incidentals necessary to complete the work. I - END OF SECTION - I I S.P.- 9 5of5 ddling of the evaporation retardant, and (3) The use of windscreens. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the CONTRACTOR shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of windscreens, more effective fog sprays,and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving 9 p g operation shall be immediately stopped. 6. OPENING OF PAVEMENT TO TRAFFIC: Pavement may be opened to construction traffic 7 days after placement of the concrete. Pavement may be opened to traffic sooner than 7 days after placement if the compressive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I SP-201 . SITE PREPARATION PART 1 -GENERAL I 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply pply to this Section. 1.2 SUMMARY A. This Section includes the following: i1. Protecting existing trees to remain. 2. Clearing and grubbing. 1 3. Working on private property i1.3 DEFINITIONS A. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand,silt,and clay particles;friable,pervious,and black or a darker shade of brown,gray,or red underlying I subsoil;reasonably free of subsoil,clay lumps,gravel,and other objects more than 2 inches in diameter; and free of weeds, roots, and other deleterious materials. 1.4 MATERIALS OWNERSHIP A. Except for materials indicated to be stockpiled or to remain Owner's property, cleared Imaterials shall become Contractor's property and shall be removed from the site. 1.5 SUBMITTALS IA. Photographs sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. I B. Record drawings accordingto Division 1. I1. Identify and accurately locate capped utilities and other subsurface structural, electrical, and mechanical conditions. C. Document schedule for working on private property and proof of contract for each private I property owner. 1 Omaha N. 24th Street Phase VI SITE PREPARATION SP-201-1 AECOM 04/22/10 I NS. Thickened edge pavement shall be measured in linear feet and paid for at the contract unit price for"Construct Thickened Edge Pavement." The payment shall be full compensation for all labor,equipment, materials and incidentals necessary to complete the work. I - END OF SECTION - I I S.P.- 9 5of5 ddling of the evaporation retardant, and (3) The use of windscreens. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the CONTRACTOR shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of windscreens, more effective fog sprays,and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving 9 p g operation shall be immediately stopped. 6. OPENING OF PAVEMENT TO TRAFFIC: Pavement may be opened to construction traffic 7 days after placement of the concrete. Pavement may be opened to traffic sooner than 7 days after placement if the compressive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I 1.6 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project site to comply with requirements I in Division 1 Section "Project Meetings." I 1.7 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent I occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities I without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by J authorities having jurisdiction. B. Improvements on Adjoining Property: Authority for performing indicated removal and a alteration work on property adjoining Owner's property will be obtained by Owner before award of Contract. C. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated. D. Notify utility locator service for area where Project is located before site clearing. J PART 2- PRODUCTS 1 2.1 SOIL MATERIALS A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in I Division 2. 1. Obtain approved borrow soil materials off-site when satisfactory soil materials are not I available on-site. PART 3- EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and surveycontrolpoints from disturbance during construction. B. Provide erosion-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. C. Locate and clear ly flag trees to remain. Omaha N. 24`" Street Phase VI SITE PREPARATION SP-201-2 I AECOM 04/22/10 i S.P.- 9 5of5 ddling of the evaporation retardant, and (3) The use of windscreens. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the CONTRACTOR shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of windscreens, more effective fog sprays,and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving 9 p g operation shall be immediately stopped. 6. OPENING OF PAVEMENT TO TRAFFIC: Pavement may be opened to construction traffic 7 days after placement of the concrete. Pavement may be opened to traffic sooner than 7 days after placement if the compressive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I D. Protect existing s g site improvements to remain from damage during construction. 1 1. Restore damaged improvements to their original condition,as acceptable to Owner. II 3.2 TREE PROTECTION A. Erect 4-foot high orange PVC netting supported on 6-foot long steel drive stakes driven two (2)feet into existing grade around drip line of individual trees or around perimeter drip line of groups of trees to remain. Place stakes six (6) feet on center. Remove fence when construction is complete. I 1. Do not store construction materials,debris,or excavated material within drip line of remaining trees. 2. Do not permit vehicles,equipment,or foot traffic within drip line of remaining trees. IB. Do not excavate within drip line of trees, unless otherwise indicated. C. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow-tine spading forks,comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 1. Cover exposed roots with wet burlap to prevent roots from drying out. Backfill with Isoil as soon as possible. D. The Contractor shall be liable for all damage and/or disturbance to existing trees and shrubs not otherwise designated for removal. Actual charges for damage to plants shall be in accordance with the schedules defined herein, with assessed charges to be deducted from sums payable under the Construction Contract. 1 1. Damage which, in the Owner's Representative's opinion, can be remedied by corrective maintenance shall be repaired immediately Employ a qualified arborist, licensed in jurisdiction where Project is located,to submit details of proposed repairs and to repair damage to trees and shrubs. I 2. Replace trees that cannot be repaired and restored to full-growth status,as determined Iby the qualified arborist. 3.3 UTILITIES IA. Owner will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing when requested by Contractor. I1. Verify that utilities have been disconnected and capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. IOmaha N. 24`11 Street Phase VI SITE PREPARATION SP-201-3 AECOM 04/22/10 I ng immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving 9 p g operation shall be immediately stopped. 6. OPENING OF PAVEMENT TO TRAFFIC: Pavement may be opened to construction traffic 7 days after placement of the concrete. Pavement may be opened to traffic sooner than 7 days after placement if the compressive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I 1. Owner will arrange to shut off indicated utilities when requested by Contractor. 2. Arrange to shut off indicated utilities with utility companies. I 3.4 CLEARING AND GRUBBING I A. Remove obstructions, trees,shrubs,grass,and other vegetation to permit installation of new construction. Removal includes digging out stumps and obstructions and grubbing roots. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Completely remove stumps,roots,obstructions,and debris extending to a depth of 18 inches below exposed subgrade. A 4. Use only hand methods for grubbing within drip line of remaining trees. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, II unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding 8-inch loose depth,and compact each layer to a density equal to adjacent original ground. 3.5 SITE IMPROVEMENTS I A. Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. I 3.6 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished I materials, and waste materials, including trash and debris, and legally dispose of them off is 1 Owner's property.. II I PART 3-EXECUTION Omaha N. 24th Street Phase VI SITE PREPARATION SP-201-4 AECOM 04/22/10 etermined Iby the qualified arborist. 3.3 UTILITIES IA. Owner will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing when requested by Contractor. I1. Verify that utilities have been disconnected and capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. IOmaha N. 24`11 Street Phase VI SITE PREPARATION SP-201-3 AECOM 04/22/10 I ng immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving 9 p g operation shall be immediately stopped. 6. OPENING OF PAVEMENT TO TRAFFIC: Pavement may be opened to construction traffic 7 days after placement of the concrete. Pavement may be opened to traffic sooner than 7 days after placement if the compressive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 111 3.01 TREE PROTECTION FENCING 1 A. Install tree protection fencing in a closed circle at least 3 feet from the trunk of all existing trees to remain that are located within the project limits.Maintain fencing in place throughout length of construction period and as directed by the Owner's Representative.After completion IIof construction, take down fencing and remove from the site. B. Do not damage trees to remain by burning, pumping water, cutting roots or branches,or by any other means. No trees to be saved shall be used for crane stays,guys or other fastenings. Vehicles shall not be allowed within 10 feet of trees and construction materials shall not be stored beneath trees to be saved. I C. The Contractor shall be liable for all damage and/or disturbance to existing trees and shrubs not otherwise designated for removal. Actual charges for damage to plants shall be in accordance with the schedules defined herein, with assessed charges to be deducted I from sums payable under the Construction Contract. i 1. Da mage which, in the Owner's Representative's opinion, can be remedied by corrective maintenance shall be repaired immediately. I2. Trees under 4 inches in caliper which are damaged irreparably shall P g p y be replaced with new trees of the same size and type at no cost to the Owner. i3. Trees over 4 inches in caliper which are damaged irreparably shall be paid for by assessing the Contractor's account at a minimum value of one hundred and fifty I dollars($150.00)per caliper inch, or greater in accordance with the "Guide for Establishing Values of Trees and Other Plants" ICOMPENSATION i4.01 METHOD OF MEASUREMENT A. Comply with the requirements of Section 109 of the Standard Specifications. Work under each I item will be measured according to the contract unit prices for each item listed in the itemized schedule contained under the following headings in the contract: CLEAR AND GRUB LANDSCAPE AREAS SQUARE FOOT I I 4.02 BASIS OF PAYMENT I Omaha N. 24th Street Phase VI SITE PREPARATION SP-201-5 AECOM 04/22/10 I d capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. IOmaha N. 24`11 Street Phase VI SITE PREPARATION SP-201-3 AECOM 04/22/10 I ng immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving 9 p g operation shall be immediately stopped. 6. OPENING OF PAVEMENT TO TRAFFIC: Pavement may be opened to construction traffic 7 days after placement of the concrete. Pavement may be opened to traffic sooner than 7 days after placement if the compressive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e i I A. Payment will be made according to the contract unit price for each item and shall constitute full compensation for complete compliance with requirements of this item, including all labor, equipment, materials, tools, incidental work and construction methods. END OF SECTION 1 • 1 I 111 II I I 1 II: I I I 1 I Omaha N. 24th Street Phase VI SITE PREPARATION SP-201-6 AECOM 04/22/10 i 8/97 Public Works Director pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • I I SP-202 i TOPSOIL AND FINE GRADING PART 1. DESCRIPTION I1.01 SCOPE A. The work of this Section consists of placing topsoil fill. B. All work will also include the preservation from injury or defacement of all vegetation and objects designated to remain as shown on the Drawings or as directed by the Owner's I Representative. 1.02 RELATED WORK UNDER OTHER SECTIONS 1 A. The following items of related work are specified and included in other Sections of the ISpecifications: SP-712 Irrigation SP-800 Planting 1.03 STANDARDS AND DEFINITIONS: The following standard(s)as referenced herein are applicable in their entirety to work of this Section. IA. ASTM: American Society for Testing and Materials. B. AASHTO: American Association of State Highway and Transportation Officials. IC. City of Omaha Standard Specifications for Public Works Construction, 1989 edition. 1.04 EXAMINATION OF SITE AND DOCUMENTS IA. Inspect the site prior to beginning work and request clarification regarding the disposition of any conditions that are not shown on the Drawings. 1.05 SAMPLES AND SUBMITTALS IA. Topsoil: Provide three 1 cubic foot samples of proposed topsoil for agricultural suitability analysis,each from a separate area of the soil source, for testing, analysis, and approval. Contractor shall deliver samples to testing laboratories, and have the testing report sent directly to the Owner's Representative and pay all costs. Testing sample materials and areas 11, at the source from which they were taken shall be clearly labeled with number 1,2, and 3. Testing samples and reports will have the appropriate corresponding numbers printed on them. Reports shall include the following tests and recommendations. 1. Mechanical gradation (sieve analysis)shall be performed and compared to the USDA Soil Classification System. A hydrometer shall be used to determine the Ipercentage each of clay and silt. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-1 AECOM Il04/22/10 e VI SITE PREPARATION SP-201-5 AECOM 04/22/10 I d capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. IOmaha N. 24`11 Street Phase VI SITE PREPARATION SP-201-3 AECOM 04/22/10 I ng immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving 9 p g operation shall be immediately stopped. 6. OPENING OF PAVEMENT TO TRAFFIC: Pavement may be opened to construction traffic 7 days after placement of the concrete. Pavement may be opened to traffic sooner than 7 days after placement if the compressive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I 2. Percent of organics shall be determined by the loss on ignition of oven-dried samples. Test samples shall be oven-dried to a constant weight at a temperature of 230 degrees F, plus or minus 9 degrees. B. Chemical analysis shall be undertaken for Nitrate Nitrogen, Ammonium Nitrogen, Phosphorus, Potassium,Calcium, Magnesium,extractable Aluminum, Soluble Salts, and acidity(pH)and buffer(pH). C. Tests,as specified,for gradation,organics,soil chemistry and pH shall be performed by a public extension service or a private testing laboratory approved by the Owner's Representative. D. Soil analysis tests shall show recommendations for soil additives to correct soils deficiencies as necessary, and for additives necessary to accomplish particular lawns and planting objectives noted. 111, E. All tests shall be performed in accordance with the current standards of the Association of Official Analytical Chemists. 1.06 PERMITS, CODES,AND SAFETY REQUIREMENTS A. Comply with all rules, regulations, laws and ordinances of the City and State, and all other authorities having jurisdiction over the project site. All labor, materials, equipment and services necessary to make the work comply with such requirements shall be provided by the Contractor B. Comply with the provisions of the Manual for Accident Prevention in Construction of the Associated General Contractors of America,Inc.,and the requirements of the Occupational Safety and Health Administration, United States Department of Labor. C. Ensure that the Owner's Representative has acquired all permits and licenses required to I complete work specified herein and shown on the Drawings. D. Do not close or obstruct any street,sidewalk,or passageway without permission from the Owner's Representative. 1.07 LAYOUT AND GRADES I A. The Contractor will survey and layout work required to begin construction.Notify the Owner's Representative at least 48 hours before survey work is required so that survey can be complete in time for construction. Ensure that lines and grades have been established by the Owner's Representative's surveyor prior to beginning work. B. The words "finished grade" as used herein shall mean final grade elevations indicated on the 1 Drawings. Project site areas shall be given uniform slope between points for which finished grades are indicated or between such points and existing established grades except at the top and toe of slopes where curving,smooth and continuous slopes will be established. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING AECOM SP-202-2 04/22/10 sive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I 1.08 PROTECTION OF EXISTING CONDITIONS A. All rules and regulations governing the respective utilities shall be observed during the execution of the work under this Section. All work shall be executed in such a manner as to prevent any damage to existing buildings,streets,curbs, paving,service utility lines, 111 structures and adjoining property. B. Locate and mark underground utilities to remain in service before beginning work. C. Protect all existing utilities to remain during operations. Do not interrupt existing utilities except when authorized in writing by authorities having jurisdiction. IPART 2: PRODUCTS I2.01 MATERIALS A. General 111 1. Fill materials shall conform to the following material descriptions. AASHTO TI 1, T27 and AASHTO M145 shall determine gradation requirements. IB. TOPSOIL:shall comply with the following specifications.Topsoil shall be"fine sandy loam" or "sandy loam" determined by mechanical analysis (ASTM D-422) and based on the "USDA Classification System". Topsoil shall have the following mechanical analysis: IPercentage Average Textural Class of Total Weight Percentage ISand 45 - 75 60 (0.05 -2.0 mm dia. range) I Silt 15 -35 25 (0.002-0.05 mm dia. range) Clay 5 - 20 15 (less than 0.002 mm dia. range) C. The maximum retained on a Number 10 sieve shall be 15 percent by weight, 20 percent by a. volume of the total sample. D. Topsoil shall not contain less than 3 percent nor more than 8 percent organic matter as determined by the loss on ignition of oven-dried samples. I E. The acidity range of the topsoil shall be pH 6.0 to 7.5 except as noted in this Section and on the Plans and Details. III F. Topsoil shall be free of debris and other extraneous matter. It shall be uncontaminated by salt water, foreign matter and substances harmful to plant growth. The electrical conductivity I (EC2)of a 1:2 soil-water suspension shall be equal to or less than 1.0 millimhos/cm. (Test minus sieve Number 10 material). Soils shall not have levels of Aluminum greater than 200 parts per million. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-3 AECOM 11 04/22/10 nal grade elevations indicated on the 1 Drawings. Project site areas shall be given uniform slope between points for which finished grades are indicated or between such points and existing established grades except at the top and toe of slopes where curving,smooth and continuous slopes will be established. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING AECOM SP-202-2 04/22/10 sive strength of a cylinder representing the pavement exceeds 3250 psi. Any additional cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I G. No topsoil shall be delivered to the site until the review and approval of loam test results and recommendations by the Landscape Architect, but such approval shall not constitute final acceptance. The Landscape Architect will reject any material delivered to the site which,after on-site,post-delivery testing, does not meet these specifications. 2.02 SOIL ADDITIVES A. Sulphur for adjustment of topsoil pH shall be commercial or flour Sulphur, unadulterated, and shall be delivered in containers with the name of the manufacturer, material, analysis and net weight appearing on each container. B. Ground limestone for adjustment of topsoil pH shall contain not less than eighty five percent of total carbonates. Forty percent will pass through 100-mesh sieve and ninety five percent will pass through a 20-mesh sieve. Contractor shall be aware of topsoil pH and the amount I of lime needed to adjust pH to specification in accordance with testing lab recommendations. C. Organic soil additives shall be natural humus,free from excessive amounts of zinc, low in _ wood content,free from hard lumps and in a shredded or granular form. According to the methods of testing of A.O.A.C., latest edition,the acidity range shall be approximately 5.5 pH to 7.6 pH and the organic matter shall be not less than 85%. The minimum water absorbing ability shall be 200% by weight on an oven-dry basis. D. Fine Sand I 1. Physical Properties(dry weight basis): at least 95 percent will pass a no. 20 sieve and no more than 20 percent will pass a no. 200 sieve. Sand will be round in111 shape,washed and free of extraneous matter. Angular sand will not be accepted. 2. Chemical Properties: a. Salinity: The saturation extract conductivity shall not exceed 3.0 milliohms/cm @ 25 degrees C. b. Boron: The concentration in the saturation extract shall not exceed 1.0 ppm. c. Sodium: The sodium absorption ratio(SAR)as calculated from analysis of the saturation extract shall not exceed 6.0. E. Gypsum: Agricultural grade product containing 80% minimum calcium sulfate. F. Iron Sulfate(Ferric or Ferrous): Supplied by a commercial fertilizer supplier, containing 20%to 30% iron and 35%to 40% Sulfur. G. Sulfate of Potash: Agricultural grade containing 50%to 53% of water-soluble potash. H. Single Superphosphate: Commercial product containing 20% to 25% available phosphoric rig acid. 1111 I. Ammonium Sulfate: Commercial product containing approximately 21% ammonia. J. Ammonium Nitrate: Commercial product containing approximately 34% ammonia. Omaha N. 24`f'Street Phase VI TOPSOIL AND FINE GRADING AECOM SP 202-4 04/22/10 onal cylinders that are made and tested to determine if the pavement can be opened to traffic sooner than 7 days after placement shall be requested and paid for by the CONTRACTOR. 7. PAVEMENT THICKNESS: Concrete pavement shall have a uniform thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I K. Calcium c um Nitrate: Agricultural grade containing I S-1/2% nitrogen. L. Urea Formaldehyde: Granular commercial product containing 38% nitrogen. M. I.B.D.U. (Iso-Butyldiene Diurea): Commercial product containing 31% nitrogen. N. Iron Sequestrene: Geigy Iron Sequestrene 330 Fe. O. Bone meal shall be fine ground,steam-cooked, packinghouse bone with a minimum analysis Iof twenty three percent(23%) phosphoric acid and one percent(1.0%)of nitrogen. it 111 PART 3: EXECUTION 3.01 GRADES AND ELEVATIONS I. A. The Drawings indicate alignments, grade elevations and invert elevations. Establish the lines and grades in conformity with the Drawings. The Landscape Architect, however,will make 1 such adjustments in the field as are found necessary in order to avoid interference with any special conditions encountered. B. Project areas shall be given uniform slopes between points for which finished grades are I indicated or between such points and existing established grades. All lawns and planting areas shall slope at a minimum of 2%. Round the tops and toes of all slopes as directed by ill Owner's Representative.Notify Landscape Architect of any conditions are encountered that will not allow adequate surface slope and request direction before proceeding. C. Coordinate with the Owner's representative so that suitable grade stakes are located and I maintained until finish grade is accepted. Maintain sufficient reference points at all times during construction to properly perform the contract installation. 1 3.02 FILLING, BACKFILLING AND COMPACTION IA. Placing Topsoil and Compacting: 1. All areas to be filled as shown on Drawings,shall be free of construction debris, I refuse, compressible or decayable materials and standing water. Do not place fill when fill materials or material below it are frozen. No fill materials containing ice or frozen lumps shall be used. I 2. Compacted subgrade shall be the graded surface prior to any fills. Rough grade shall be the top surface of subgrade ready to receive topsoil or paving. 3. At the completion of excavation and before placing any fills, compact subgrades that are determined to be unconsolidated,to the same compaction levels required for Iplaced fills as required hereinafter. 4. Do not place fill that is too wet or too dry to be compacted to the required density. De-water or add water as required to comply with specifications. I 5. Compaction of each lift shall be as specified herein and as determined by ASTM Test,Designation D1556. Fill shall be placed in successive horizontal lifts no thicker than eight inches and compacted to the required density as specified herein. I Maximum dry density shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I a. Within lawn and planting areas: 1) All fills to within eighteen inches of finished subgrade 90% 2) Top eighteen inches to finished grade 80-85% 6. In the case of lawn and planting areas,compaction requirements for subgrades and fills shall be considered minimums and maximums within the density percentages called for,and any over-compaction of subgrades or fills which does not allow for the free percolation of surface water shall be corrected by loosening subgrades or fills through tilling or other means and re-compacting to specified compaction limits. 3.03 FINISH GRADING A. General: 1. Grade smooth all planting areas after weeding, topsoil spreading, soil preparation, I and soil conditioning have been completed and soil has been thoroughly compacted. 2. Provide all grades for natural runoff of water without low spots or pockets. Accurately set flow line grades at 2%minimum gradient unless otherwise noted in Drawings. 3. Finish grades shall be smooth,even and on a uniform plane with no abrupt changes of surface. Slope uniformly between given spot elevations. Minimum slope on lawn areas will be 2 percent, and maximum slope in lawn areas will be 33 percent. 4. Grades not otherwise indicated shall be uniform levels or slopes between points where elevations are given,or between points established by walks,paving,curbs or catch basins except at tops and toes of slopes. 5. Tops and toes of all slopes shall be rounded to produce a gradual and natural- appearing transition between relatively level areas and slopes. B. Grades: 1. Tolerance: All planting areas, including lawn areas, shall be true to grade within 1 in. when tested in any direction with a 10 ft. straightedge. 2. Finished Grades of Topsoil for Shrub, Vine, and Groundcover Areas: 3-1/2 in. below top of adjacent pavement,headers,curbs,or walls unless otherwise indicated on the Drawings: 111 3. Finished Grades of Lawn Areas: 1 in. below top of adjacent pavement, curbs or headers. I 3.04 CLEANUP A. At the end of all filling and grading operations and before acceptance of the work,the Contractor shall remove all debris, rubbish,etc.,from the site. The premises shall be left clean and presentable to the Owner's satisfaction. L Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING - SP-202 6 AECOM 04/22/10 1 e as specified herein and as determined by ASTM Test,Designation D1556. Fill shall be placed in successive horizontal lifts no thicker than eight inches and compacted to the required density as specified herein. I Maximum dry density shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e i PART 4: COMPENSATION 4.01 MEASUREMENT A. Comply with the requirements of Section 109 of the Standard Specifications. Work under each item will be measured according to the contract unit prices for each item listed in the itemized schedule under the following headings: TOPSOIL CUBIC YARD 1 FINE GRADING SQUARE FOOT Topsoil payment quantities shall be measured in place. Fine Grading shall be measured as the actual square feet of lawn and planting area that has been fine graded and accepted prior to planting. 4.02 BASIS OF PAYMENT A. Comply with the requirements of Section 109 of the Standard Specifications.Payment will be made according to the contract unit price and shall constitute full compensation for complete compliance with requirements of this item, including all labor, equipment, materials, tools, incidental work,and construction methods. END OF SECTION I I I I I I 1 Omaha N. 24`h Street Phase VI TOPSOIL AND FINE GRADING SP-202-7 AECOM 04/22/10 lane with no abrupt changes of surface. Slope uniformly between given spot elevations. Minimum slope on lawn areas will be 2 percent, and maximum slope in lawn areas will be 33 percent. 4. Grades not otherwise indicated shall be uniform levels or slopes between points where elevations are given,or between points established by walks,paving,curbs or catch basins except at tops and toes of slopes. 5. Tops and toes of all slopes shall be rounded to produce a gradual and natural- appearing transition between relatively level areas and slopes. B. Grades: 1. Tolerance: All planting areas, including lawn areas, shall be true to grade within 1 in. when tested in any direction with a 10 ft. straightedge. 2. Finished Grades of Topsoil for Shrub, Vine, and Groundcover Areas: 3-1/2 in. below top of adjacent pavement,headers,curbs,or walls unless otherwise indicated on the Drawings: 111 3. Finished Grades of Lawn Areas: 1 in. below top of adjacent pavement, curbs or headers. I 3.04 CLEANUP A. At the end of all filling and grading operations and before acceptance of the work,the Contractor shall remove all debris, rubbish,etc.,from the site. The premises shall be left clean and presentable to the Owner's satisfaction. L Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING - SP-202 6 AECOM 04/22/10 1 e as specified herein and as determined by ASTM Test,Designation D1556. Fill shall be placed in successive horizontal lifts no thicker than eight inches and compacted to the required density as specified herein. I Maximum dry density shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I ISP-500 BRICK PAVERS IDESCRIPTION I1.01 GENERAL A. Related Documents: City of Omaha Standard Specifications for Public Works Construction, latest I edition, Drawings and general provisions of the contract, including General and Supplementary conditions and division 1 —Specification sections, apply to work of this section. B. Work Included: Provide all products and execute all labor to complete installation of subgrade preparation, concrete subbase, bituminous setting bed, neoprene tack coat, and brick pavers, complete as shown and as specified. C. This Section specifies requirements for brick pavers and related items including: 1. Brick pavers 2. Steel edging 3. Silica Sand Joint Filler 4. Working in private property 1 1.02 RELATED WORK UNDER OTHER SECTIONS The following items of related work are described in other Sections of the Specifications: IA. SP-202 Topsoil and Fine Grading 1 1.03 SUBMITTALS A. At least thirty days prior to intended use,the Contractor will provide the following samples, Shop Drawings, and submittals in conformance with the General Requirements and Covenants and as stated I herein. Contractor will not order materials until Landscape Architect's review of samples, certification, or test results. Delivered materials will closely match the approved samples. IB. Samples and manufacturer's product literature, and certified test reports. 1. Silica Sand: Submit certified test report sieve analysis. III C. Mock Up Panel Ii. Construct one 4 foot x 4 foot sample panel of brick pavers complete as detailed including silica sand setting bed and silica sand joint to replicate existing paving pattern on site. Sample panel will be edged with steel edging as specified under Planting Section 800. Ia. Schedule field sample construction so that field samples can be accepted by the Landscape Architect a minimum of 7 days prior to installation of paving surfaces represented by field samples. Omaha N. 24th Street Phase VI BRICK PAVERS SP-500-1 I AECOM 04/22/10 I eaders. I 3.04 CLEANUP A. At the end of all filling and grading operations and before acceptance of the work,the Contractor shall remove all debris, rubbish,etc.,from the site. The premises shall be left clean and presentable to the Owner's satisfaction. L Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING - SP-202 6 AECOM 04/22/10 1 e as specified herein and as determined by ASTM Test,Designation D1556. Fill shall be placed in successive horizontal lifts no thicker than eight inches and compacted to the required density as specified herein. I Maximum dry density shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 b. Locate field sample panel as directed by the Landscape Architect. Sample panel may be placed in a permanent location adjacent to a concrete curb but it will be removed and reconstructed as many times as necessary to gain approval from the Landscape Architect. c. Continue to construct field sample panels until acceptable. Unaccepted samples will be removed from the site. d. Accepted sample panel will remain undisturbed and will be maintained for the I duration of construction, becoming the standard for acceptance of all proposed paving. Sample will show all aspects of finish paving appearance including surface texture, color,jointing, edge treatment, and cleanliness. I 1.04 REMOVAL, HANDLING, AND STORAGE A. Brick pavers within the limit of work will be removed and cleaned prior to replacement. Pavers I, damaged in any manner will be rejected and will be replaced with new material at no additional cost to the Owner. B. Store all paving units on raised platforms in a secure specified location. p Storage piles or stacks will be located to avoid or be protected from heavy or unnecessary traffic. Materials will be stored under an approved roof or covered with waterproof tarpaulins, at all times, except when materials are being installed. Contractor is responsible for all stockpiled materials to deter damage and theft, and to ensure that the storage area does not present a physical potential safety hazard. C. Deliver silica sand in a dry condition. Store on a waterproof tarpaulin and cover with same. MATERIALS I 2.01 BRICK PAVERS Brick pavers will comply with the following requirements: A. Brick pavers used in replacement area, as shown on drawings, will be salvaged from existing site. Contractor will store pavers in a dry and covered condition until such time as they will be installed. B. All salvaged pavers to be reused must be cleaned prior to installation. 1 2.02 SILICA SAND OR SILICA SAND JOINT FILLER A. Silica sand for use in setting bed and in vertical paver joints will consist of inert materials that are hard, durable stone or sand free from surface coatings and deleterious materials. Submit samples for Landscape Architect's approval. Gradation requirements will be as follows: I Omaha N. 24th Street Phase VI BRICK PAVERS SP-500-2 AECOM 04/22/10111 I SP-202 6 AECOM 04/22/10 1 e as specified herein and as determined by ASTM Test,Designation D1556. Fill shall be placed in successive horizontal lifts no thicker than eight inches and compacted to the required density as specified herein. I Maximum dry density shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 Sieve Percent Passing (Square Openings) (By Weight) INo. 4 100 No. 8 95-100 I No. 16 60-75 No. 30 35-50 No. 50 25-35 I No. 100 15-20 No. 200 0-10 ICONSTRUCTION METHODS 3.01 BRICK PAVERS A. Installer will present verification to the Landscape Architect for approval which demonstrates at least 5 years of experience installing the specified pavers in the manner matching existing Ipaving pattern on site. B. No pavers will be laid in inclement weather or when the temperature is 36 degrees F.,or lower. 11 3.02 AGGREGATE BASE AND SAND SETTING BED IA. Place and compact aggregate base course to 8"depth. Smooth base course to correct grade. B. Place sand setting bed and roll with a power roller to a nominal depth of one inch (1"). This I thickness will be adjusted so that when the blocks are placed and rolled,the top surface of the pavers will be at the required finished grade. C. The brick pavers will be carefully placed by hand in straight or radial courses as shown on the Drawings with hand tight joints and uniform top surface. Good alignment will be kept, and the pattern will match that existing on site. The Landscape Architect will approve the start of paving layouts. I D. Pavers will be brought to the finish grade as shown on the plan. There will be no deviation from a true grade greater than one-quarter inch (1/4") in ten feet(10'). All finish-paved areas Iwill slope to drain at a minimum of one-eighth inch (1/8")per foot. E. All cutting and patching required to complete the work will be done(including the filling and I closing of all openings) with water-cooled radial cut-off type masonry saws for a sharp, straight edge. F. Newly laid pavers will be protected at all times by panels of plywood. These panels may be advanced as work progresses; however,the plywood protection will be kept in areas,which will be subjected to continued movement of materials and equipment. All necessary Iprecautions will be taken in order to avoid depressions and protect paver alignment. I Omaha N. 24th Street Phase VI BRICK PAVERS SP-500-3 AECOM 04/22/10 I ngs and deleterious materials. Submit samples for Landscape Architect's approval. Gradation requirements will be as follows: I Omaha N. 24th Street Phase VI BRICK PAVERS SP-500-2 AECOM 04/22/10111 I SP-202 6 AECOM 04/22/10 1 e as specified herein and as determined by ASTM Test,Designation D1556. Fill shall be placed in successive horizontal lifts no thicker than eight inches and compacted to the required density as specified herein. I Maximum dry density shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I G. Sweep stonedust or silica sand into paver joints until joints are filled solid. Fog lightly with water and repeat a minimum of three(3)times or until joints are compacted and full. I M. Flood paved areas with water to assure that there are no depressions. Remove and reset pavers as required until surface is true to line and grade. Depressions greater than 1/16 inch deep will not be accepted. II N. Paver installation will be true to the lines and grades shown on Drawings. Finished work will slope evenly between edges. Pavers at edges will be flush with adjacent pavements or tops of curbs as shown on Drawings. Care will be taken during the layout to minimize cutting of pavers . I 1. Starting at a 90 degree corner or straight edge, commence laying the pavers one-eighth inch from the building or paving edge on the undisturbed setting bed in the pattern as shown on the Plans. 2. Pavers will be installed hand tight to achieve butt joints. String lines will be used frequently to hold pattern lines true and accurate,either parallel to the edge restraints or 90 degrees to the edge restraints as shown on Drawings. 3. Full units will be laid first and cuts done subsequently. Cut full units with masonry I saw to insure all cuts fit neatly and accurately without damaged edges. Contractor will pave entire area, leaving no greater than one-eighth inch joints,without using paver pieces of less than two inches in any dimension unless approved by Landscape Architect. 4. Contractor will set subsequent pavers by moving forward on the top of the previously installed units. Work will proceed uphill. 5. Do not transport materials, or drive trucks or machinery over pavers following installation. O. Compaction-After a substantial area of pavers have been installed and at the end of each work day, a plate vibrator fitted with a rubber mat base, with high frequency, low amplitude will be used to tamp the pavers into place. Do not over compact. Take special precautions to eliminate the potential of paver settlement at all pavement edges and intersections. I 1. Silica sand will be spread and broomed over the installed pavers then the silica sand will be fogged using a water spray mist. 2. Remaining silica sand or sand will be swept into the joints of pavers until they are filled flush to the top of the paving stones. Sweep excess silica sand from the paving surface. I I Omaha N. 24th Street Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I P. Completion of Paver Installation: approximately 2 weeks following the placement of filler stonedust or silica sand on top of the pavers, the completed concrete paver surface will be swept clean and washed down with water to provide a clean and neat installation. Any areas where the pavers are not flush with adjacent pavements or where depressions in the paving surface have occurred, remove and reinstall to correct the problem. COMPENSATION 111 4.01 METHOD OF MEASUREMENT A. Comply with the requirements of Section 109 of the Standard Specifications. Brick pavers will be measured per square foot, installed complete-in-place. Work under each item will be measured according to the contract unit prices for each installed item listed in the itemized schedule contained under the following headings in the contract: REMOVE AND SALVAGE BRICK PAVERS SQUARE FOOT RESET SALVAGED BRICK PAVERS SQUARE FOOT STEEL EDGE SQUARE FOOT 4.02 BASIS OF PAYMENT B. Comply with the requirements of Section 109 of the Standard Specifications. Payment for Brick Pavers will include removal of existing brick pavers within the limit of work defined on drawings, cleaning and replacement of pavers in areas as shown on drawings. Payment for brick pavers will constitute full compensation for complete compliance with requirements of this item, including all labor, equipment, materials,tools, incidental work,and construction methods. END OF SECTION I I I I Omaha N. 24th Street Phase VI BRICK PAVERS SP-500-5 AECOM 04/22/10 I mension unless approved by Landscape Architect. 4. Contractor will set subsequent pavers by moving forward on the top of the previously installed units. Work will proceed uphill. 5. Do not transport materials, or drive trucks or machinery over pavers following installation. O. Compaction-After a substantial area of pavers have been installed and at the end of each work day, a plate vibrator fitted with a rubber mat base, with high frequency, low amplitude will be used to tamp the pavers into place. Do not over compact. Take special precautions to eliminate the potential of paver settlement at all pavement edges and intersections. I 1. Silica sand will be spread and broomed over the installed pavers then the silica sand will be fogged using a water spray mist. 2. Remaining silica sand or sand will be swept into the joints of pavers until they are filled flush to the top of the paving stones. Sweep excess silica sand from the paving surface. I I Omaha N. 24th Street Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I SP-7 12 IRRIGATION PART 1: GENERAL 1.1 SCOPE: Furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees B. Coordination of valve wiring C. Connection of irrigation stubs D. Maintenance period E. Installation of backflow prevention device 1.2 WORK NOT INCLUDED: Items of work specifically excluded or covered under other sections are: A. Tap into municipal water line 1.3 SUBMITTALS: A. Submit samples under provisions of Section 01300- Submittals. B. Materials List: Include pipe, fittings, mainline components, water emission components, control system components. Quantities of materials need not be included. C. Manufacturers' Data: Submit manufacturer's catalog cuts, specifications, and operating p g instructions for equipment shown on the materials list. D. Shop Drawings: Submit shop drawings where deviations from design documents are proposed. Shop drawings are to depict proper installation, relative locations, and critical dimensions. Note modifications to the installation detail if necessary. 1.4 RULES AND REGULATIONS: A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association and applicable laws and regulations of the governing authorities. B. When the contract documents call for materials or construction of a better quality or larger size than required by the above-mentioned rules and regulations, provide the quality and size required by the contract documents. I Omaha N 24th Street Phase VI IRRIGATION SP-712-1 AECOM 04/22/10 I igh frequency, low amplitude will be used to tamp the pavers into place. Do not over compact. Take special precautions to eliminate the potential of paver settlement at all pavement edges and intersections. I 1. Silica sand will be spread and broomed over the installed pavers then the silica sand will be fogged using a water spray mist. 2. Remaining silica sand or sand will be swept into the joints of pavers until they are filled flush to the top of the paving stones. Sweep excess silica sand from the paving surface. I I Omaha N. 24th Street Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 I 1.5 TESTING: A. Notify the Owner's Representative three days in advance of testing. B. Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure test at any time after partial completion of backfill. Pipelines jointed with solvent-welded PVC joints shall be allowed to cure at least 24 hours before testing. 11 C. Subsections of mainline pipe may be tested independently, subject to the review of the Owner's Representative. I D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. E. Hydrostatic Pressure Test: 1. Cap risers for hydrostatic pressure tests. Backfill to prevent pipe from moving under pressure. Expose couplings and fittings. 2. Subject mainline pipe to a hydrostatic pressure of 100 psi for two hours. Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe passes test. F. Coverage Test: 1. Activate each remote control valve in sequence. The Owner's Representative will visually observe water application patterns. 2. Adjust or move system components to correct coverage deficiencies. Repeat the test until the system passes test. G. Cement or caulking to seal leaks is prohibited. H. Signal Wire: 1. Test for leaks to ground per manufacturer's recommendations. Test results must meet or exceed manufacturer's guidelines for acceptance. 2. Replace defective wire, underground splices, or appurtenance. Repeat the test until the Owner's Representative reviews the test results. 1.6 REVIEWS: A. System Layout Review: 1. Notify Owner's Representative three days in advance of review. Static pressure at water supply must be verified prior to review. 2. Stake each sprinkler location, remote control valve assembly, gate valve, and all other 111 irrigation system assemblies. Different sprinkler types shall be clearly marked. Revise layout as directed by Owner's Representative. Layout review may be repeated at discretion of Owner's Representative. 3. All landscape edging, plant locations, and other known site features must be staked or clearly marked prior to sprinkler layout review. 4. Where the irrigation system must be modified due to discrepancies between the irrigation plans and actual site conditions, the layout shall be modified per the direction of the Owner's Representative. Omaha N 24th Street Phase VI IRRIGATION SP-712-2 AECOM 04/22/10 1I th Street Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 5. Layout review shall occur prior to installation of irrigation system unless otherwise directed by Owner's Authorized Representative. Failure to comply with the layout review process will result in contractor taking full responsibility for all system component locations. B. Pre-maintenance review will occur at substantial completion of irrigation system, record (as- built) drawings and controller charts. Construction maintenance period will begin at time of substantial completion. Comply with Section 01700-Contract Closeout. C. Final review will be performed at the end of the construction maintenance period in accordance with Section 01700- Contract Closeout. 1.7 GUARANTEE/WARRANTY AND REPLACEMENT: The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. A. For a period of one year from the date of final completion and commencement of the formal maintenance period, guarantee/warranty irrigation materials, equipment, and workmanship against defects. Fill and repair depressions. Restore landscape or structural features damaged by the settlement of irrigation trenches or excavations. Repair damage to the premises caused by a defective item. Make repairs within three days of notification from the Owner's Representative. B. Contract documents govern replacements the same as new work. Make replacements at no cost in contract price. C. Guarantee/warranty applies to originally installed materials and equipment and replacements (from time of replacement) made during the guarantee/warranty period. 1.8.1 EXISTING CONDITIONS A. Contractor shall verify locations of all existing utilities, weather shown on plans or not. Contractor shall notify members of local utilities locating service two (2) working days prior to performing any excavation work. PART 2: PRODUCTS 2.1 QUALITY: A. Materials used in the system shall be new and without flaws or defects of any type, and shall be the best of their class and kind. 2.2 SUBSTITUTIONS: A. Substitutions are not encouraged and as a general rule will not be allowed. B. Submit requests for substitutions within 45 days prior to start of construction. Subsequent requests for substitutions will be considered only when a product becomes unavailable. C. Submit complete data showing compliance with the Contract Documents. Omaha N 24th Street Phase VI AECOM IRRIGATION SP-712-3 ' 04/22/10 I l be modified per the direction of the Owner's Representative. Omaha N 24th Street Phase VI IRRIGATION SP-712-2 AECOM 04/22/10 1I th Street Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 D. In making a request for substitution,the Contractor represents that he: 1. Has investigated the proposed substitution and found that it is of the same or better quality level, capacity, function, or appearance than the specified product. 2. Will coordinate installation and make modifications to the work which may be required for complete installation. 3. Will bear all costs resulting from necessary changes caused by the substitution. E. The Owner's Representative will determine acceptability of proposed substitution and will notify Contractor of acceptance or rejection. I F. Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of the Contractor. 2.3 IRRIGATION WATER SOURCE : A. Connect to irrigation stub provided for irrigation downstream of the meter as shown on the plans. Water meter installed by others. 2.4 SLEEVING: A. Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. B. Sleeving material beneath pedestrian pavements shall be PVC Class 200 pipe with solvent welded joints. 111 C. Sleeving beneath drives and streets shall be PVC Class 200 pipe with solvent welded joints. B. Sleeving diameter: As indicated on the sleeving detail 2.5 PIPE AND FITTINGS: I B. Irrigation Mainline Pipe and Fittings: 1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end. I 2. Use Schedule 40 conforming to the dimensions and tolerances established by ASTM Standard D17853. I 3. Use solvent weld pipe for mainline pipe with a nominal diameter less than four inches or where a pipe connection occurs in a sleeve. , 4. Use Schedule 40, Type 1, PVC solvent weld fittings conforming to ASTM Standards D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564. I Omaha N 24th Street Phase VI IRRIGATION SP-7 12-4 AECOM 04/22/10 ly when a product becomes unavailable. C. Submit complete data showing compliance with the Contract Documents. Omaha N 24th Street Phase VI AECOM IRRIGATION SP-712-3 ' 04/22/10 I l be modified per the direction of the Owner's Representative. Omaha N 24th Street Phase VI IRRIGATION SP-712-2 AECOM 04/22/10 1I th Street Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 I C. Lateral Pipe and Fittings: 1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end suitable for solvent welding. 2. Use Class 200, SDR-21, rated at 200 psi, conforming to the dimensions and tolerances lh ATn t 3. Fittingsestab is fored PVCby S pipeM shallSta be dard Schedule 40, Type I,PVC solvent weld fittings-ASTM Standards D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564, of a type approved by the pipe manufacturer. 4. Where Approved, Flexible polyethylene(PE)pipe. Use SDR-11.5, PE2306, rated at 100 psi, that is National Sanitation Foundation (NSF)approved, conforming to ASTM Standard D2239. Fittings shall be Type I, PVC insert fittings designed for use with flexible pipe, conforming to ASTM Standard D2609. Use stainless steel pinch clamps to join pipe and fittings. D. Specialized Pipe and Fittings: 1 I. Copper pipe: Type "K" rigid conforming to ASTM Standard B88. Fittings shall be wrought copper or cast bronze, soldered or threaded per the installation details. Solder shall be 95% tin and 5%antimony. 2. Galvanized steel pipe: Schedule 40 galvanized steel pipe, ASTM Standard A120. Fittings shall be galvanized, threaded,standard weight, malleable iron fittings. 3. Use a dielectric union wherever a copper based metal (copper, brass, bronze) is joined to an iron-based metal (iron, galvanized steel, stainless steel). ' 4. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples and PVC Schedule 80 threaded fittings. 5. Joint sealant: Use only Teflon-type tape pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe joint sealant formulated for use on water-carrying pipes on metal threaded connections. 2.6 MAINLINE COMPONENTS: A. Isolation Gate Valve Assembly: as presented in the installation details. ' B. Quick Coupling Valve Assembly: double swing joint arrangement as presented in the installation details. 2.7 IRRIGATION COMPONENTS: iA. Remote Control Valve (RCV)Assembly for Sprinkler Laterals: as presented in the installation details. B. Rotary Sprinkler Head Assembly: as presented in the drawings and installation details. 2.8 CONTROL SYSTEM COMPONENTS: 1 A. Irrigation Control Unit: Use irrigation control system as specified on plans and details Omaha N 24th Street Phase VI AECOM IRRIGATION SP-712-5 04/22/10 I RIGATION SP-712-2 AECOM 04/22/10 1I th Street Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e r 1. Wire markers: Pre-numbered or labeled with indelible non-fading ink, made of permanent, non-fading material. 2. Primary surge protection arrestors: As presented in the installation details. 3. Valve output surge protection arrestors: As presented in the installation details. 4. Provide means of power shut-off at each controller location. 5. Each controller to include a "Trouble Shooting Kit" as provided by the controller manufacturer. 111 B. Control Wire: 1. Electric wire from the satellite control unit to each remote control valve shall be American Wire Gauge (AWG) No. 12 solid copper, Type UF cable, UL approved for direct underground burial. Common wire shall be AWG No. 12 solid copper, Type UF cable, UL approved for underground burial. 2. Color: Wire color shall be continuous over its entire length. Use white for common ground wire. Use easily distinguished colors for other control wires. 3. Splices: As presented in installation details. 111 4. Warning tape: Inert plastic film highly resistant to alkalis, acids, or other destructive chemical components likely to be encountered in soils. Three inches wide, colored yellow, and imprinted with "CAUTION: BURIED ELECTRIC LINE BELOW." I 2.9 OTHER COMPONENTS: A. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items, I and spare parts indicated in the General Notes of the drawings. PART 3: EXECUTION I 3.1 INSPECTIONS AND REVIEWS: A. Site Inspections: I 1. Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Owner's Representative prior to beginning work. 2. Beginning work of this section implies acceptance of existing conditions. B. Irrigation System Layout Review: Irrigation system layout review will occur after the layout has been completed. Notify the Owner's Representative two days in advance of review. Modifications will be identified by the Owner's Representative at this review. C. Verify locations of underground utilities. 3.2 LAYOUT OF WORK: A. Stake out the irrigation system. Items staked include: sprinklers, pipe, control valves, manual drains, controller,and isolation valves. 3.3 IRRIGATION WATER SOURCE: A. Connect to irrigation stub provided for irrigation downstream of the meter as shown on the plans. I 3.4 EXCAVATION, TRENCHING, AND BACKFILLING: Omaha N 24`h Street Phase VI IRRIGATION SP-712-6 1 AECOM 04/22/10 I 0 1I th Street Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for 1 installing connections and fittings. B. Minimum cover over all pipe and wire shall be as presented in the installation details. C. Backfill only after lines have been reviewed and tested. I D. Excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable matter, and stones larger than 2 inches in maximum dimension. Remove material not suitable for backfill. Backfill placed next to pipe shall be free of sharp objects which may damage the pipe. IE. Backfill unsleeved pipe in either of the following manners: II. Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the remainder of the trench in 6-inch layers. Compact to density of surrounding soil. 2. Backfill the trench by depositing the backfill material equally on both sides of the Ipipe in 6-inch layers and compacting to the density of surrounding soil. F. Enclose pipe and wiring beneath roadways, walks, curbs, etc., in sleeves. Minimum compaction of backfill for sleeves shall be 95% Standard Proctor Density, ASTM D 698-78. I Conduct one compaction test for each sleeved crossing less than 50 feet long. Conduct two compaction tests for each sleeved crossing greater than 50 feet long. Use of water for compaction around sleeves, "puddling," will not be permitted. I G. Dress backfilled areas to original grade. Incorporate excess backfill into existing site grades. H. Where utilities interfere with irrigation trenching and pipe work, contact the Owner's Representative for trench depth adjustments. 1 3.5 SLEEVING AND BORING: A. Install sleeving at a depth which permits the encased pipe or wiring to remain at the specified I burial depth. B. Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. Mark concrete with a chiseled "X" at sleeve end locations. C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and I methods designed for horizontal boring. 3.6 ASSEMBLING PIPE AND FITTINGS: IA. General: I 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2. Keep ends of assembled pipe capped. Remove caps only when necessary to Icontinue assembly. IB. Mainline Pipe and Fittings: 1. Use only strap-type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: I Omaha N 24th Street Phase VI AECOM IRRIGATION SP-712-7 04/22/10 j I 1 et Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. c. Snake pipe from side to side within the trench. I C. Lateral Pipe and Fittings: I 1. Use only strap-type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. c. Snake pipe from side to side within the trench. 3. Polyethylene(PE) Pipe(Where Approved): a. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. D. Specialized Pipe and Fittings: I 1. Copper Pipe: a. Buff surfaces to be joined to a bright finish. Coat with solder flux. I b. Solder so that a continuous bead shows around the joint circumference. 2. Galvanized Steel Pipe: a. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. b. Use factory-made threads whenever possible. Field- cut threads will be permitted only where absolutely necessary. Cut threads on axis using clean, sharp dies. c. Apply Teflon-type tape or pipe joint compound to the male threads only. 3. Insert a dielectric union wherever a copper-based metal (copper, brass, bronze) and an ' iron-based metal (iron, galvanized steel,stainless steel)are joined. 4. PVC Threaded Connections: I a. Use only factory-formed threads. Field-cut threads are not permitted. b. Use only Teflon-type tape. c. When connection is plastic-to-metal, the plastic component shall have male threads and the metal component shall have female threads. 5. Make metal-to-metal,threaded connections with Teflon-type tape or pipe joint compound I applied to the male threads only. Omaha N 24th Street Phase VI IRRIGATION SP-712-8 AECOM111 04/22/10 I embled pipe capped. Remove caps only when necessary to Icontinue assembly. IB. Mainline Pipe and Fittings: 1. Use only strap-type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: I Omaha N 24th Street Phase VI AECOM IRRIGATION SP-712-7 04/22/10 j I 1 et Phase VI BRICK PAVERS SP-500-4 AECOM 04/22/10 I nsity shall be determined in accordance with ASTM DI557, Method D. The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 6. Size and orientation shall be as shown on the installation details. 3.7 INSTALLATION OF MAINLINE COMPONENTS: A. Install mainline as indicated on the drawings. B. Isolation Gate Valve Assembly: Install where indicated on the drawings. C. Quick Coupling Valve Assembly: Install where indicated on the drawings. ( D. No Valve assembly shall be located within 36"of existing or proposed concrete walks 3.8 INSTALLATION OF IRRIGATION COMPONENTS : A. Remote Control Valve (RCV) Assembly for Sprinkler Laterals: Install where indicated on drawings B. Sprinkler Head Assembly: Install where indicated on drawings 3.9 INSTALLATION OF CONTROL SYSTEM COMPONENTS: A. Irrigation Control Unit: I1. The locations of the control unit as depicted on the drawings are approximate; the Owner's Representative will determine their exact site locations during sprinkler layout review. 2. Install electrical connections between central unit components and valves per manufacturer's recommendations. 3. Lightning protection: Drive an 8-foot copper-clad clad grounding rod into the soil. If rock prevents driving, bury at least four feet deep. A single rod may be used for grouped ' control units. Connect control unit to grounding rod with AWG No. 10 solid conductor copper wire. Secure wire to grounding rod with brass or bronze clamp. Locate the connection in a separate valve box. 4. Attach wire markers to the ends of control wires inside the control unit housing. Label wires with the identification number(see drawings)of the remote control valve or control unit to which the control wire is connected. 5. Connect control wires to the corresponding control unit terminals. 6. Provide means of power shut-off at each controller location. B. Control Wire: 1. Bundle control wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10-foot intervals. 2. Provide a 24-inch excess length of wire in an 8-inch diameter loop at each 90° change of direction, at both ends of sleeves, and at 100-foot intervals along continuous runs of wiring. Do not tie wiring loop. Coil 24-inch length of wire within each remote control valve box. 3. Install common ground wire and one control wire for each remote control valve. Multiple valves on a single control wire are not permitted. 4. Install four spare control wires along the entire length of the mainline. Provide a 24-inch length of wire from each end of the spare control wires coiled in the control enclosure, and provide a 24-inch length of coiled wire for each spare control wire in a 6-inch round valve box at each distal end of the mainline pipe. Omaha N 24th Street Phase VI IRRIGATION SP-712-9 AECOM 04/22/10 I The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 5. If a control wire must be spliced, make splice with wire connectors and waterproof sealant, installed per the manufacturer's instructions. Locate splice in a valve box which contains an irrigation valve assembly, or in a separate 6-inch round valve box. Use same procedure for connection to valves as for in-line splices. 6. Unless noted on plans, install wire parallel with and under PVC mainline pipe. 7. Protect wire not installed with PVC mainline pipe with a continuous run of warning tape placed in the backfill six inches above the wiring. 3.10 INSTALLATION OF OTHER COMPONENTS: I A. Tools and Spare Parts: 1. Prior to the Pre-Maintenance Review, supply to the Owner operating keys, servicing tools,test equipment,and any other items indicated on the drawings. 2. Prior to Final Review, supply to the Owner the spare parts indicated in the General Notes on the drawings. I B. Other Materials: Install other materials or equipment shown on the drawings or installation details to be part of the irrigation system, even though such items may not have been referenced in these specifications. 3.10 PROJECT RECORD DRAWINGS: A. Prior to Pre-Maintenance Review, obtain from the Owner's Representative a reproducible mylar copy of the Drawings. Using technical drafting pen or other standard drafting techniques, duplicate information contained on the Record Drawings maintained on site. I Label each sheet "Record Drawing". On the first sheet, the Contractor or resident superintendent shall execute the following statement: 111 Having reviewed this document and all attachments, I affirm that, to the best of my knowledge,the information presented here is true and accurate. Signed: Date , Position: B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each controller or control unit, each sleeve end, each stub-out for future pipe or wiring connections, and other irrigation components enclosed within a valve box. I 3.11 CONTROLLER CHARTS: I A. Prior to Pre-Maintenance Review, prepare a reduced copy of the record plans, with valve numbering clearly highlighted at the reduced scale. The reduced plan shall be sized to fit flat within the controller, laminated in plastic, and placed in the controller. I Omaha N 24'h' Street Phase VI IRRIGATION SP-712-10 , AECOM 04/22/10 I Omaha N 24th Street Phase VI IRRIGATION SP-712-9 AECOM 04/22/10 I The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I B. Provide controller charts (see attached example) for each controller. Controller charts) should be developed with the highest irrigation water demand for the season (usually peak of the summer) as the basis for the schedule. If repeat cycles are used, note the proper number of repeat operations and the timing of each repeat. 3.12 CLEANUP: A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. PART 4: COMPENSATION 4.01 METHOD OF MEASUREMENT A. Comply with the general requirements of the contract. The IRRIGATION SYSTEM will be measured as LUMP SUM, installed complete-in-place including excavation, base preparation, formwork, reinforcing, concrete placement, and finishing for which price and payment shall constitute full compensation for complete compliance with requirements of this item, including all labor,equipment, materials,tools, incidental work, and construction methods. Also included in the LUMP SUM will be power to the irrigation controller and all associated fees related to power supply. 4.02 BASIS OF PAYMENT A. Comply with the requirements of Section 109 of the Standard Specifications and the following. Payment for the Work of this Section will be included as part of the payment item(s) listed below: IRRIGATION AND BORING LUMP SUM END OF SECTION I I I I ' Omaha N 24th Street Phase VI AECOM IRRIGATION SP-712-11 04/22/10 Label each sheet "Record Drawing". On the first sheet, the Contractor or resident superintendent shall execute the following statement: 111 Having reviewed this document and all attachments, I affirm that, to the best of my knowledge,the information presented here is true and accurate. Signed: Date , Position: B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each controller or control unit, each sleeve end, each stub-out for future pipe or wiring connections, and other irrigation components enclosed within a valve box. I 3.11 CONTROLLER CHARTS: I A. Prior to Pre-Maintenance Review, prepare a reduced copy of the record plans, with valve numbering clearly highlighted at the reduced scale. The reduced plan shall be sized to fit flat within the controller, laminated in plastic, and placed in the controller. I Omaha N 24'h' Street Phase VI IRRIGATION SP-712-10 , AECOM 04/22/10 I Omaha N 24th Street Phase VI IRRIGATION SP-712-9 AECOM 04/22/10 I The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I ZN 00 ¢ 0 � 1ci) cq Q I 4-1 cet ;91 — I ON I 00 1 e I I)H zI 0 0 tN 1 0 O 0 O 0 " N O o U t.. ; Oq .�c aa =a a °'W a .cIs.. cZ O ° N > (/D . W0 t E = '5 was w - z •0 U Wv 0 U ri) v) q .v_)... Z I 111 pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • I SP-800 PLANTING SECTION 1: DESCRIPTION 1.01 SCOPE A. The work of this Section consists of planting trees, shrubs, groundcovers, bulbs, ' grasses, flowering perennials and annuals; and the placement of planting mulch. 1.02 RELATED WORK UNDER OTHER SECTIONS A. The following items of related work are specified and included in other Sections of the Specifications: ' Section 202 Topsoil and Fine Grading Section 712 Irrigation Section 802 Seeding and Sodding 1.03 QUALITY ASSURANCE A. Certificates: 1. Submit certificates of inspection required by law for transportation of each shipment of plants along with invoice. 2. File copies of certificates after acceptance of material. Inspection by Federal or State Governments at place of growth does not preclude rejection of plants at project site. ' B. Applicable Standards: Apply standards for plant materials as described in the following: 1. "American Standard for Nursery Stock," Latest Edition, American Association of Nurserymen, Inc. 2. Hortus III- 1976 Edition, Bailey Horatorium, Cornell University. 1.04 PROJECT CONDITIONS ' A. Protection of Existing Plants to Remain: 1, Operations: Do not store materials or equipment, permit burning, or operate or park equipment under the branches of all existing plants to remain. 2. Barriers: Confirm that all tree protection fencing has been installed. 3. Notification: Give written notification if other construction activities threaten to damage existing plants to remain. I Omaha N 24th Street Phase VI PLANTING SP-800-1 AECOM 04/22/10 my knowledge,the information presented here is true and accurate. Signed: Date , Position: B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each controller or control unit, each sleeve end, each stub-out for future pipe or wiring connections, and other irrigation components enclosed within a valve box. I 3.11 CONTROLLER CHARTS: I A. Prior to Pre-Maintenance Review, prepare a reduced copy of the record plans, with valve numbering clearly highlighted at the reduced scale. The reduced plan shall be sized to fit flat within the controller, laminated in plastic, and placed in the controller. I Omaha N 24'h' Street Phase VI IRRIGATION SP-712-10 , AECOM 04/22/10 I Omaha N 24th Street Phase VI IRRIGATION SP-712-9 AECOM 04/22/10 I The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 1 B. Replacement of Damaged Plants: 1. Replace existing plants to remain, which are damaged during construction with accepted plants of the same species and size as those damaged at no cost to111 Owner. 2. Landscape Architect will determine extent of damage and value of damaged plants. 1.05 WORK SCHEDULE A. Proceed with the work as rapidly as the site becomes available, consistent with normal seasonal limitations for planting work. 1.06 SELECTION,TAGGING AND ORDERING OF PLANT MATERIAL A. Documentation: Coordinate ordering plant materials with construction schedule. I Avoid storing plants through the winter. Arrange procedure for review of plant materials with the Landscape Architect. B. Review: Request for review of plant materials and quantity at place of growth or I from nursery shipment site at least 7 days in advance of shipping to site. C. Transportation: Contractor shall accompany Landscape Architect to all reviews of plant materials at the nursery. Landscape Architect will review and tag plants at place of growth and upon delivery for conformity to specifications. D. Distant Material: Submit photographs of plants that include a person for scale, to the Landscape Architect for preliminary review. Such review shall not impair the right of review and rejection upon delivery to the site. , E. Unavailable Material: If proof is submitted that any plant specified is not obtainable, a proposal will be considered for use of the nearest equivalent size or variety with corresponding adjustment of Contract price. Substantiate such proof in writing. Substitutions are at the sole approval of the Landscape Architect. 1.07 PRODUCT DELIVERY, STORAGE AND HANDLING I A. Labeling: Furnish standard plants bearing original labels legibly genus/species and name of grower. B. Storage: Store plant materials in fully equipped nursery yards. Ball and burlap rootballs will be placed in wood mulch and completely covered. Container plants will be protected from sun scald. All plants will be watered daily be means of an automatic irrigation system. Trees and shrubs will be arranged so as not to crowd the branches, allowing for the natural growth of the plant. I C. Handling: Do not lift or handle container plants by tops, stems or trunks at any time. Do not bind or handle plants with wire or rope at any time. I Omaha N 24`1' Street Phase VI PLAN TING SP-800-2 AECOM 04/22/10 1 n plastic, and placed in the controller. I Omaha N 24'h' Street Phase VI IRRIGATION SP-712-10 , AECOM 04/22/10 I Omaha N 24th Street Phase VI IRRIGATION SP-712-9 AECOM 04/22/10 I The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e D. Anti-Desiccant: At Contractor's option, spray all evergreen or deciduous plant material in full leaf immediately before transporting with anti-desiccant. Apply an adequate film over trunks, branches,twigs and foliage. E. Digging: Dig ball and burlap plants with firm, natural balls of earth of diameter not less than that recommended by USDA Standard for Nursery Stock, and of sufficient depth to include the fibrous and feeding roots. 1.08 MAINTENANCE PERIOD AND FINAL ACCEPTANCE: A. Maintain installed planting until 60 following acceptance. 1.09 WARRANTY PERIOD A. Warranties: 1. Correct Species: Warrant that all plant materials are true to species and variety. 2. Vigor: Warrant that all trees, shrubs planted under this Contract will be healthy and in flourishing condition of active at the completion of the second August following the date of Final Acceptance. ' B. Delays: All delays that extend the planting into more than one planting season shall extend the Warranty Period correspondingly. C. Condition of Plants: Plants shall be free of dead or dying branches and branch tips, with all foliage of a normal density, size and color. ' D. Replacements: As soon as weather conditions permit, and only during approved planting seasons, replace, without cost to Owner all dead plants and all plants not in a vigorous, thriving condition, as determined by Landscape Architect during and at ' the end of Warranty Period. 1.10 REPLACEMENTS A. Guarantee: For the period between the time of final acceptance of planting and the second following August, the Contractor is responsible for up to (2) replacements per plant. Plants that require replacement will be, any new or transplanted plant material that is dead,or that is, in the opinion of the Landscape Architect, in unhealthy or unsightly condition. Including 111 plants that have lost their natural shape, or that have been damaged beyond repair due, in the judgment of the Landscape Architect, to inadequate maintenance and/or protection from animal damage or the natural elements. B. Failed Materials: 1. Plant materials exhibiting conditions which are determined as being unacceptable due to workmanship by the Contractor shall be repaired and/or replaced at no additional cost to the Owner as determined by Landscape Architect. Omaha N 24th Street Phase VI PLANTING SP-800-3 AECOM 04/22/1 0 I Omaha N 24`1' Street Phase VI PLAN TING SP-800-2 AECOM 04/22/10 1 n plastic, and placed in the controller. I Omaha N 24'h' Street Phase VI IRRIGATION SP-712-10 , AECOM 04/22/10 I Omaha N 24th Street Phase VI IRRIGATION SP-712-9 AECOM 04/22/10 I The following percentages of maximum dry densities shall be achieved for fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 2. Closely match replacements to adjacent specimens of the same species. C. Incorrect Materials: I 1. During Warranty Period, replace at no cost to Owner all plants revealed as being untrue to name. 2. Provide replacements of a size and quality to match the planted materials at the time the mistake is discovered. 1.11 SUBMITTALS A. Submit the following to landscape architect for approval prior to delivery to site. Attach , product name, address of manufacturer and/or supplier to each sample. 1. Tree and Shrub Time-Release Fertilizer Tablet or Packet: one sample, manufacturer's description and testing results. 2. Stakes, Anchors, Brace Strap, Guy Wires, Clamps, and Turnbuckles for Trees: one sample of each. 3. Tree Wrap: manufacturer's product literature and 12"long sample. 4. Mulch: one quart sample with product name,product analysis, manufacturer, and manufacturer's address. 5. Anti-desiccant: manufacturer's product literature. 6. Tree ordering and Substitution: submit full plant substitution list indicating scientific name of specified tree, scientific name of substitution tree, and substitution nursery name, address, and contact person for approval prior to ordering plants. Substitutions will be carefully reviewed by landscape architect. Contractor will be required to present documentation of researching all reasonable I sources for supplying the specified plants prior to the acceptance of substitutions. PART 2: PRODUCTS , 2.01 PLANT MATERIALS A. General: Verify that all container stock has been grown in the containers in which delivered for at least 2 months, but not over 2 years for shrubs or 1 year for perennials and groundcovers. Do not install container plants that have cracked or broken balls of earth when taken from container. 1. Growing Conditions: Plants shall be nursery-grown in accordance with good horticultural practices under climatic conditions similar to those of the project for at least two years unless otherwise specifically authorized. 2. Appearance: Superior in form for their species, with regard to number of branches, compactness and symmetry. 3. Vigor: Plants shall be sound, healthy and vigorous, well branched and densely foliated when in leaf. They shall be free of disease, insect pests,eggs, or larvae. They shall have healthy, well-developed root systems. Plants shall be free from physical damage or adverse conditions which would prevent 1 thriving growth. B. Condition of Root System: Samples must prove to be completely free of circling, kinked or girdling trunk surface and center roots and show no evidence of a root- bound condition. Omaha N 24`1' Street Phase VI PLANTING SP-800-4 AECOM 04/22/10 1 or fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 C. Measurements: 1. General: Measure plants when branches are in their normal upright position. Height and spread dimensions specified refer to main body of plant and not branch tip to tip. Take caliper measurement at a point on the trunk 6 in. above natural ground line for trees up to 4 in. in caliper and at a point 12 in. above the natural ground line for trees over 4 in. in caliper. 2. Size Range: If a range of size is given, do not use plant materials less than the minimum size. The measurements specified are the minimum size acceptable and are the measurements after pruning, where pruning is required. Plants that meet the measurements specified, but do not possess a normal balance between height and spread shall be rejected. 3. Substitutions: Substituted plants shall be true to species and variety and shall conform to measurements specified except that plants larger than specified may be used if accepted. Use of such plants shall not increase Contract price. If larger plants are accepted, increase the rootball size in proportion to the size of the plant. D. Pruning: Do not prune plants before delivery. For pruning after installation, see Section 804 Landscape Maintenance. ' E. Condition: Trees which have damaged or crooked leaders, will be rejected. Trees having a main leader shall not have been headed back. Trees with abrasions of the bark, sunscalds, disfiguring knots, or fresh cuts of limbs over 3/4 in. which have not completely calloused,will be rejected. 2.02 PLANTING BACKFILL MIX FOR ON-GRADE PLANT PITS AND PLANT BEDS: A. Backfill Mix: No special backfill mix will be used for trees and shrubs where existing soils meet the specification requirements for"Sandy Loam"per Section 201 Earthwork. Elsewhere backfill mix shall consist of one part sterilized cow manure, one part pulverized peat moss, and four parts of existing soil. Thoroughly mix all ingredients prior to installation in planting pits. 2.03 COMMERCIAL FERTILIZERS A. Tree and Shrub Fertilizer: Complete fertilizer, 50 percent of the nitrogen to be derived from natural organic sources or urea-form. Available phosphoric acid shall be from superphosphate, bone or tankage. Potash shall be derived from muriate of potash containing 60 percent potash: 10%Nitrogen 10%Phosphoric Acid 111 10%Potash 2.04 STAKING MATERIALS A. Tree Stakes: Southern Yellow Pine or Douglas Fir with 10 in. tapered driving point and chamfered top,treated with oil-base stain, brown in color. Omaha N 24th Street Phase VI PLANTING SP-800-5 AECOM 04/22/10 B. Condition of Root System: Samples must prove to be completely free of circling, kinked or girdling trunk surface and center roots and show no evidence of a root- bound condition. Omaha N 24`1' Street Phase VI PLANTING SP-800-4 AECOM 04/22/10 1 or fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 B. Ties: 12" x 2" wide nylon/cotton weave with 3/4" grommet at each end as manufactured by Jeffco Enterprises, Inc. or other tie as accepted by Landscape Architect. 2.05 GUYING MATERIALS 1 A. Anchor: 2" x 2" x 2'-6"treated stake. ' B. Hardware: 1. Tree brace straps shall be 12" x 2" nylon/cotton weave with a 3/4" grommet at each end as manufactured by Jeffco Enterprises, Inc. 2. Turnbuckles: Galvanized or dip-painted and weld-less. 3. Cable Clamps: Galvanized size as required. ' 2.06 TREE WRAPPING MATERIALS A. Tree wrapping material shall be first quality 4" wide, bituminous, impregnated tape, ' corrugated or crepe paper, brown in color, specifically manufactured for tree wrapping and having qualities to resist insect infestation. 2.07 WATER A. Clean, fresh and potable, furnished and paid for by Owner. , 2.08 PLANTING MULCH A. Mulch in tree and shrub planting areas will be: shredded Fir Bark, Grade'A'with no pieces greater than 3 inches length or width. 2.09 ANTI-DESICCANT 1 A. Type: Anti-desiccants for retarding excessive loss of plant moisture and inhibiting wilt shall be sprayable, water insoluble vinyl-vinyledine complex which will produce a moisture retarding barrier not removable by rain or snow. B. Manufacturer: Wilt-pruf Formula NCF as manufactured by Nursery Specialty 1 Products, Greenwich, CT, or accepted equal. 2.10 METAL EDGING I A. SIZE: 1/8 in. x 4 in. steel edging. Stakes shall be a minimum length of 15 in. long or longer as required for solid anchorage. , B. COLOR: Factory painted black. C. MANUFACTURER: Ryerson Steel. Omaha N 24th Street Phase VI PLANTING SP-800-6 AECOM 04/22/1 0 s, and four parts of existing soil. Thoroughly mix all ingredients prior to installation in planting pits. 2.03 COMMERCIAL FERTILIZERS A. Tree and Shrub Fertilizer: Complete fertilizer, 50 percent of the nitrogen to be derived from natural organic sources or urea-form. Available phosphoric acid shall be from superphosphate, bone or tankage. Potash shall be derived from muriate of potash containing 60 percent potash: 10%Nitrogen 10%Phosphoric Acid 111 10%Potash 2.04 STAKING MATERIALS A. Tree Stakes: Southern Yellow Pine or Douglas Fir with 10 in. tapered driving point and chamfered top,treated with oil-base stain, brown in color. Omaha N 24th Street Phase VI PLANTING SP-800-5 AECOM 04/22/10 B. Condition of Root System: Samples must prove to be completely free of circling, kinked or girdling trunk surface and center roots and show no evidence of a root- bound condition. Omaha N 24`1' Street Phase VI PLANTING SP-800-4 AECOM 04/22/10 1 or fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I PART 3: EXECUTION 3.01 PRE-PLANTING REVIEW ' A. General: Do not commence planting work prior to acceptance of soil preparation. See Section 202 SOIL PREPARATION AND FINE GRADING. B. Finish Grades: Finish grades for all planting areas shall have been established in accordance with Fine Grading Section. Verify that all grades are within 1 in. plus or minus of required finish grade and that all soil amendments have been installed. Fine rake planting beds prior to planting shrubs. IC. Notification: Submit written notification of all conditions inconsistent with specifications for soil preparation and mixing. 3.02 DRAINAGE OF PLANTING AREAS ' A. Surface Drainage: Maintain 2% minimum slope for drainage in planted areas as shown on grading plans. ' B. Discrepancies: Submit in writing, all discrepancies in the Drawings or Specifications, obstructions on the site, or prior work done by others, which Contractor feels precludes maintaining proper drainage; include description of all work required for correction or relief of said discrepancies. C. Detrimental Drainage, Soils and Obstructions: 1. Notification: Supply written notification of all conditions detrimental to growth of plant material. State condition and submit proposal and cost estimate for correcting condition. 2. Testing: Where heavy clay is present, test drainage of plant beds and pits by ' filling with water twice in succession. Give written notification of conditions permitting the retention of water in planting beds for more than twenty-four (24) hours. 3. Correction: Submit for acceptance a written proposal and cost estimate for the correction of poor drainage conditions before proceeding with work. 4. Obstructions: If rock, underground construction work, tree roots or other obstructions are encountered in the excavation of plant pits, alternate locations may be used as directed by Landscape Architect. Where locations cannot be changed, submit cost required to remove the obstructions to a depth of not less ' than 6 in. below the required pit depth. Proceed with work after acceptance. 3.03 LAYOUT AND EXCAVATION OF PLANTING AREAS A. Layout and Staking: Request the Owner's Representative to have the locations of trees and shrub beds laid out at least 72 hours prior to proposed planting. B. Review: Prior to planting, the staked locations of plants will be checked in the field by the Landscape Architect and will be adjusted to exact position before planting begins. Right is reserved to refuse review at this time if, in the Landscape Architect's opinion, an insufficient quantity of plants is available. Omaha N 24`h' Street Phase VI PLANTING SP-800-7 AECOM 04/22/10 idence of a root- bound condition. Omaha N 24`1' Street Phase VI PLANTING SP-800-4 AECOM 04/22/10 1 or fill materials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 I C. Equipment for Digging Plant Pits: Do not use an auger or Vermeer spade to dig plant pits. Backhoe is acceptable, with scarification of the tree pit during excavation. 3.04 PLANTING OPERATIONS I A. General: 1. Store delivered plants on site only in locations approved by the Owner's Representative. Do not store trees or shrubs on site overnight. 2. Protect plants at all times from sun or drying winds. 3. Stand all stored trees upright and support in place. 111 4. Keep plants that cannot be planted immediately upon delivery in the shade, well-protected, and well-watered. 5. Heel in and protect with burlap all B&B plant materials which cannot be I planted upon delivery. B. Handling and De-potting of Plant Materials: 1. Avoid all damage to containers and rootballs. If rootball is cracked or broken during handling, plant will be rejected. 2. Container Grown Plant Material: remove plant from container tease tangled I or circling roots out from rootball prior to placement in planting pit. 3. Balled and Burlap Plants: Lift and carry by bottom of ball only. Do not remove wrapping until plant is set in plant pit. Cut and remove all wire, twine, and burlap from upper 1/2 of rootball prior to backfilling. C. Installation: 1. Scarification: I a. Plant Pit: Excavate deep enough to accommodate the ball and bed of prepared back fill mix. Compact before setting of plants. Scarify sides of plant pit, thoroughly breaking up all surfaces and eliminating all "glazed" ' areas. 2. Subdrainage: Prior to placing the tree in the pit install the subsurface tree pit drainage system if required, as detailed. I 3. Positioning: Backfill plant pit as required to allow setting crown of tree roots 4 inches above surrounding finish grade. Thoroughly foot tamp all backfill placed under the rootball. Position plant in planting pit, maintaining plumb I condition. 4. Backfilling: a. Use backfill mix as specified herein. Brace each plant plumb and II rigidly in position until planting soil has been tamped solidly around the ball and roots. b. When plant pits have been backfilled approximately 2/3 full, water thoroughly and saturate rootball, before installing remainder of the backfill mix to top of pit, eliminating all air pockets. 5. Place granular fertilizer on planting soil prior to placing mulch by broadcasting over the entire planting area at the rate recommended by the manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I base of the plants is 4 in. above the adjacent planting finish grade. E. Watering Basin: Form saucer with 3 in. high berm centered around tree and shrub pits at least 12 in. wider than ball diameter. F. Watering: Water all plants immediately after completion of planting operations. G. Labels: Remove all nursery-type plant labels, wires and ties from plants. 1 3.06 STAKING AND GUYING A. General: 1. Staking of deciduous trees and Guying of multistem trees is required under the following conditions: ' a. The installed tree is unstable or leaning. b. The installed tree has tipped out of plumb after planting. c. The size or character of the installed tree causes it to lean excessively in windy conditions. B. Staking ' 1. Trees that require staking will be staked as follows. a. Locate stakes in a line with trunk of tree, perpendicular to prevailing wind and as close to the main trunk as is practical, avoiding root injury. Drive stakes at least 30 in. into firm ground. b. Wire support straps shall be placed around the trunk in a single loop. Run wire through grommets on support strap,tighten, and keep taut. ' C. Guying: 1. Guy trees at points of branching, with guys spaced equally around and outside perimeter of ball. 2. Guys: Provide one turnbuckle for each guy. Use 2 cable clamps at each cable connection. Place white plastic guy covers on all guys. 3.07 PRUNING: See Section 803 - Landscape Maintenance 3.08 TRANSPLANTING A. Transplanting, as shown on Drawings, shall include the digging and preparation of plants for relocation, the protection and maintenance of plants including temporary heeling-in if required, and the relocation of plants according to all requirements for new planting installations. 1. Plants to be transplanted shall be excavated during the planting seasons specified. Digging will be accomplished using a Vermeer tree spade of the size required by the American ' Nurseryman's association for the size of tree being transplanted. The tree will be excavated and planted within 48 hours. The sides of the proposed planting pit will be scarified as required herein prior to planting. Omaha N 24th Street Phase VI PLANTING SP-800-9 AECOM 04/22/10 the ball and roots. b. When plant pits have been backfilled approximately 2/3 full, water thoroughly and saturate rootball, before installing remainder of the backfill mix to top of pit, eliminating all air pockets. 5. Place granular fertilizer on planting soil prior to placing mulch by broadcasting over the entire planting area at the rate recommended by the manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 3.09 MULCHING A. Install a 3 in. deep layer (as measured after settlement) of specified mulch over all i tree pits and shrub planting areas including tree and shrub watering basins. 3.10 WRAPPING I A. Wrap trunks of deciduous trees of 1-1/2 in. caliper or more with a spiral wrapping at least to height of first branch. I B. Wrap from top down and tape wrapping securely in place. 3.11 METAL EDGING 111 A. GENERAL: Install edging prior to installation of adjacent sprinkler irrigation system. , B. EDGING: Install edging true to line and grade as shown on the Drawings. Align edges of adjacent pieces and set to the grades shown on Drawings. , C. STAKES: Drive stakes into subgrade to full depth providing a snug fit with edging. 3.12 CLEAN-UP ' A. Keep all areas of work clean, neat and orderly at all times. B. Clean up and remove all deleterious materials and debris from the entire work area prior to Final Acceptance. PART 4: COMPENSATION ' 4.01 MEASUREMENT A. Comply with the requirements of Section 109 of the Standard Specifications. Work under I each item will be measured according to the contract unit prices for each installed item listed in the itemized schedule contained under the following headings in the contract: 1 LEGACY SUGAR MAPLE TREE EACH NORTHERN RED OAK TREE EACH GREENSPIRE LITTLELEAF LINDEN TREE EACH SPRING SNOW CRABAPPLE TREE EACH SHREDDED BARK MULCH CUBIC YARD STEEL EDGE LINEAR FOOT Omaha N 24th Street Phase VI PLANTING SP-800-10 I AECOM 04/22/10 1 the relocation of plants according to all requirements for new planting installations. 1. Plants to be transplanted shall be excavated during the planting seasons specified. Digging will be accomplished using a Vermeer tree spade of the size required by the American ' Nurseryman's association for the size of tree being transplanted. The tree will be excavated and planted within 48 hours. The sides of the proposed planting pit will be scarified as required herein prior to planting. Omaha N 24th Street Phase VI PLANTING SP-800-9 AECOM 04/22/10 the ball and roots. b. When plant pits have been backfilled approximately 2/3 full, water thoroughly and saturate rootball, before installing remainder of the backfill mix to top of pit, eliminating all air pockets. 5. Place granular fertilizer on planting soil prior to placing mulch by broadcasting over the entire planting area at the rate recommended by the manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 4.02 BASIS OF PAYMENT ' A. Comply with the requirements of Section 109 of the Standard Specifications. Payment will be made according to the contract unit price for each item and shall constitute full compensation for complete compliance with requirements of this item, including all labor, ' equipment, materials, tools, incidental work,and construction methods. END OF SECTION • I I 1 1 I Omaha N 24th Street Phase VI PLANTING SP-800-11 AECOM 04/22/10 aa =a a °'W a .cIs.. cZ O ° N > (/D . W0 t E = '5 was w - z •0 U Wv 0 U ri) v) q .v_)... Z I 111 pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • 1 ' SP-802 SEEDING AND SODDING PART 1: DESCRIPTION ' 1.01 SCOPE: ' A. Related Documents: Drawings and general provisions of the contract, including General and Supplementary Conditions and Division 1 - Specification sections, apply to work of this section. ' B. WORK INCLUDED: Provide complete as shown and as specified. 1. Sodded Grasses. 2. Seeded Grasses 3. Maintenance and guarantee of seeded and sodded areas. ' C. RELATED WORK IN OTHER SECTIONS: The following items of related work are specified and included in other Sections of the Specifications: SP-202 Topsoil and Fine Grading SP-712 Irrigation SP-800 Planting SP-803 Maintenance 1.02 STANDARDS AND DEFINITIONS A. The following standards and definitions shall apply to the work of this Section. 1. ASNS: "American Standard for Nursery Stock," ANSI 260.1, latest edition, published by the American Association of Nurserymen, (AAN). 2. SPN: "Standardized Plant Names," latest edition, by the American Joint Committee ' on Horticultural Nomenclature. 3. AOAC: Association of Official Agricultural Chemists. 4. ASTM: American Society for Testing and Materials. I 5. Pruning Standards: The "Standards for Pruning Shade Trees" of the National Arborist Association, 174 Route 101, Bedford,New Hampshire 03102. ' 1.03 QUALITY ASSURANCE: A. INSTALLER EXPERIENCE: Require installation contractor to have not less than 3 years successful experience in the installation of similar types of products specified. B. SOD AND SEED MATERIALS: Subject to inspection and acceptance. Owner's ' Representative reserves the right to reject at any time or place prior to acceptance, any work, sod, and seed materials which in the opinion of the Owner's Representative fails to meet these specification requirements. 1. Inspection: Primarily for quality; however, other requirements are not waived even though visual inspection results in acceptance. Notify Owner's Representative of intended sod farm for inspection prior to cutting. Inspection at growth site shall not preclude the right of rejection at project site. ' OmahaN. 24t) Street Phase VI SEEDING AND SODDING SP-802-1 AECOM 04/22/10 backfilled approximately 2/3 full, water thoroughly and saturate rootball, before installing remainder of the backfill mix to top of pit, eliminating all air pockets. 5. Place granular fertilizer on planting soil prior to placing mulch by broadcasting over the entire planting area at the rate recommended by the manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 2. Promptly remove rejected sod or seed materials from site. 3. Inspection will be made daily during sodding and seeding operations, at completion and at end of warranty period by Owner's Representative. C. SOD STANDARDS: Healthy, thick turf having undergone a program of regular fertilization, mowing and weed control; free of objectionable weeds; uniform in green color, leaf texture and density; healthy, vigorous root system; inspected and found free of disease, nematodes, pests and pest larvae by the entomologist of the State Department of Agriculture. 1. Each piece of Sod: Sandy-loam soil base that will not break, crumble or tear during sod installation. 2. Thickness: 1-1/2" thick, excluding top growth and thatch. 3. Thatch: Not to exceed 1/4" uncompressed. 4. Size: Cut in strips 18" wide no more than 24 hours prior to delivery. D. SEED STANDARDS: 1. Warrant all seed to be true to botanical name. 1.04 PROJECT CONDITIONS: ' A. Protection of Existing Trees to Remain: See SP 201 —Site Preparation. B. Protect existing utilities, paving, and other facilities from damage caused by seeding and sodding operations. C. Perform sodding work only after planting and other work affecting ground surface has been completed and final grading has been accepted. E. Restrict traffic from lawn areas until sod is established. Erect signs and barriers as ' required. F. The irrigation system will be installed prior to sodding. Locate, protect, and maintain the 1 irrigation system during sodding operations. Repair irrigation system components damaged during sodding operations at Contractor's expense. 1.05 WORK SCHEDULE: A. Proceed with the work as rapidly as the site becomes available, consistent with normal ' seasonal limitations for planting work. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING: A. SOD: 1. Harvest and delivery: Harvest from the source and deliver to project site within 24 hours. Deliver only as much sod as can be installed in one day's work. 2. Review: Sod not transplanted within this time period shall be reviewed prior to installation. B. HYDROMULCH AND TACKIFIER: Deliver to site in unopened bales or containers bearing manufacturer's name, trade name,trademark, warranty and conformance to state Omaha N. 24th Street Phase VI SEEDING AND SODDING SP-802-2 AECOM 04/22/10 1 ar fertilizer on planting soil prior to placing mulch by broadcasting over the entire planting area at the rate recommended by the manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 ' law. All materials provided shall come from the same manufacturer and have the same product type and specifications. ' C. SEED: Deliver seed to site in original unopened container bearing manufacturer's guaranteed seed analysis, name,trade name, trademark, warranty and conformance to state law. ' 1. Store seed in cool, dry place prior to application. 2. Material shall be inspected upon arrival at job site. ' 3. Unacceptable materials shall be immediately removed from job site. D. FERTILIZER: Store fertilizer with protection from weather or other conditions which would damage or impair the effectiveness of the product. 1.07 SAMPLES AND SUBMITTALS ' A. At least thirty (30) days prior to intended use, the Contractor shall provide the following samples and submittals for approval in conformance with the requirements of Section 01300, SUBMITTALS. Do not order materials until Landscape Architect's approval of samples, certifications or test results has been obtained. Delivered materials shall closely match the approved samples. 1. Fertilizer: Submit four (4) certificates of analysis for each type of fertilizer used; ' submit one sample packet for planting fertilizer. 2. Sod: Submit a grower's Certificate of Compliance to the Specifications with each shipment. These certificates shall include the guaranteed percentages of Fescue and ' Bluegrass. No sod may be placed until the Contractor has submitted the certificates. 3. Hydromulch and Tackifier: Submit delivery receipts and quantity totals for all hydromulch fiber bales, tackifiers, and associated materials showing source or origin prior to acceptance of materials. 1.08 ANALYSES OF SAMPLES AND TESTS: A. SAMPLES: Samples of materials may be taken and analyzed for conformity to specifications at any time. Furnish samples as requested. B. REJECTED MATERIALS: Remove rejected materials immediately from the site at Contractor's expense. Pay cost of testing of materials not meeting specifications. 1.09 MAINTENANCE PERIOD AND FINAL ACCEPTANCE: A. Two year maintenance period for sodded areas. See Section 803 - Landscape Maintenance. ' 1.10 WARRANTY PERIOD A. TIME PERIOD:• Warrant that all sodded areas shall be in a healthy and flourishing condition of active growth 90 days from final date of Final Acceptance. B. APPEARANCE DURING WARRANTY: Lawns shall be free of dead or dying patches greater than 3" in diameter, and all areas shall show foliage of a normal density, size and ' Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-3 AECOM 04/22/10 y the manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I color. I C. DELAYS: All delays in completion of seeding operations which extend the seeding into more than one planting season shall extend the Warranty Period correspondingly. ' D. EXCEPTIONS: Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. Report such conditions in writing. ' E. SODDED AREAS: 1. During the original warranty period, replace at once all and sodded areas that die due to natural causes, etc., or which in Owner's Representative opinion are 111 unhealthy. 2. Replacement will not be required in any season unfavorable for seeding or sodding. 3. Install replacements as specified and warranted herein. I 1.13 REPLACEMENTS: A. Unacceptable Workmanship: Lawn areas exhibiting conditions which are determined as unacceptable workmanship shall be repaired and/or replaced at no additional cost to the Owner. , B. Replacements: Replace, without cost to Owner, and as soon as weather conditions permit, all lawn not in a vigorous,thriving condition, as directed during and at the end of Warranty Period. PART 2: PRODUCTS 1 2.01 SOD: A. One year old, locally-grown sod composed of at least 25% Fescue and at least 50% , Kentucky Bluegrass. Sod will be a blend of at least 3 improved varieties of Fescue and 3 improved varieties of Kentucky Bluegrass with no other grass species in the blend. B. Sod shall be dense, healthy, field-grown on fumigated soil with the grass having been moved at 1 in. height before lifting from field. C. Sod shall be dark green in color, relatively free of thatch, free from diseases, weeds and harmful insects. D. Sod shall be reasonably free of objectionable grassy and broadleaf weeds. Sod shall be considered weed free if no more than 10 such weeds are found per 100 sq. ft. of sod. E. Sod shall be rejected if found to contain the following weeds: quackgrass,johnsongrass, poison ivy, nimbleweed, thistle, bindweed, bentgrass, perennial sorrel, bromegrass. 2.02 SEED: I Omaha N. 24`t' Street Phase VI SEEDING AND SODDING SP-802-4 AECOM 04/22/10 I ed areas shall be in a healthy and flourishing condition of active growth 90 days from final date of Final Acceptance. B. APPEARANCE DURING WARRANTY: Lawns shall be free of dead or dying patches greater than 3" in diameter, and all areas shall show foliage of a normal density, size and ' Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-3 AECOM 04/22/10 y the manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I IA. Composition: Fresh, clean, certified new crop seed of the following variety or approved equal: I a. SuperTurf II United Seeds, Inc.; 7500 Burlington St, Omaha NE 68127 Phone: (402)331-4800 IB. Application Rate: minimum of 10 lbs. pure live seed/1,000 sq. feet.; as recommended by manufacturer IC. All seed shall be furnished in bags or containers clearly labeled to show the name and address of the supplier, the seed name,the lot number, net weight, the percent of weed seed I content and the guaranteed percentage of purity and germination. All brands furnished shall be free from such noxious seeds as Russian or Canadian Thistle, European Bindweed, Johnson Grass and Leafy Spurge. The contractor shall furnish to the Landscape Architect I a signed statement certifying that the seed furnished is from a lot that has been tested by a recognized laboratory for seed testing within six months prior to the date of delivery. Seed which has become wet, moldy, or otherwise damaged in transit or in storage will not be Iacceptable. D. Seed and seed labels shall conform to all current State and Federal regulations and will be I subject to the testing provisions of the Association of Official Seed Analysis. Submit seed labels to Landscape Architect for approval prior to seeding. E. Seed shall not exceed 1% of weed content. If seed available on the market does not meet I the minimum purity and germination percentages of purity or germination by furnishing sufficient additional seed to equal the specified product. Product comparison shall be made on the basis of pure live seed in pounds. The formula used for determining the quantity of Ipure live seed (PLS) shall be: F. Pounds of Seed x(Purity X Germination)= Pounds of pure Live Seed (PLS) 2.03 ORGANIC AMENDMENTS: See Section SP-202 Topsoil and Fine Grading. I2.04 HERBICIDE: Refer to Section 800 Planting. I2.05 WATER: I Potable water as furnished by Owner. Transport as required. 2.06 HYDRO-MULCH IA. General: 1. Tackifier: Liquid concentrate diluted with water forming a transparent 3-dimensional film like crust permeable to water and air and containing no agents toxic to seed 1 germination. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-5 AECOM I04/22/10 eas shall be in a healthy and flourishing condition of active growth 90 days from final date of Final Acceptance. B. APPEARANCE DURING WARRANTY: Lawns shall be free of dead or dying patches greater than 3" in diameter, and all areas shall show foliage of a normal density, size and ' Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-3 AECOM 04/22/10 y the manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 2. Wood Cellulose Fiber Mulch: Degradable green dyed wood cellulose fiber or 100% recycled long fiber pulp, free from weeds or other foreign matter toxic to seed germination and suitable from hydromulching. 3. Water: Free of substance harmful to seed growth. Hoses or other methods of transportation furnished by Contractor. 4. Dispersion in Slurry: Mulch shall be manufactured in such manner that after addition to and agitation in slurry tanks with fertilizer, seed, water and other approved additives, fibers in the material will become uniformly suspended to form a homogeneous slurry. 5. Absorption Capacity: When hydraulically sprayed on the ground,the material will form a blotter-like groundcover impregnated uniformly with seed which will allow the absorption of moisture and allow rainfall to percolate to the underlying soil. B. Specifications: 1. Weight: Weight specifications of this material from suppliers, and for all applications, shall refer only to air dry weight of the fiber material. Absolute air dry weight is based on the normal standards of the Technical Association of the Pulp and Paper Industry for wood cellulose and is considered equivalent to 10% moisture. 2. Labeling: Each package of the cellulose fiber shall be marked by the manufacturer to show the air dry weight content. 3. Product: "Silva Fiber," "X-100 Spra-mulch," or"Conwed." 2.07 HYDRAULIC EQUIPMENT FOR HYDRO-MULCHING ' A. Mixer: Use a commercial type hydro-seeder for the application of slurry. Equipment shall have a built-in agitation system with an operating capacity sufficient to agitate, suspend and homogeneously mix slurry. B. Distribution Lines: Large enough to prevent stoppage and to provide even distribution of the slurry over the ground. I C. Pump Capacity: 150 psi at the nozzle. D. Slurry Tank: Minimum capacity of 800 gallons and shall be mounted on a traveling unit , which will place the slurry tank and spray nozzles within sufficient proximity to the areas to be seeded so as to provide uniform distribution without waste. PART 3: EXECUTION F 3.01 INSPECTION: , A. Examine finish surfaces, grades, topsoil quality, and depth. Do not start seeding work until unsatisfactory conditions are corrected. 3.02 PREPARATION: A. Verify availability of water from irrigation system. It is the intention that all plant ' materials receive water from an irrigation system immediately after installation. B. Limit preparation to areas which will be immediately sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e C. Rake lawn areas to a smooth, free draining even surface with a loose, moderately coarse texture. Remove ridges,and fill depressions as required to drain. 3.03 GENERAL INSTALLATION A. Limit preparation to areas which will be immediately sodded. B. Loosen topsoil of lawn areas to minimum depth of 4". Remove stones over I" in any dimension and sticks, roots, rubbish, and extraneous matter. ' C. Grade lawn areas to a smooth, free draining even surface with a loose, moderately coarse texture. Roll and rake,remove ridges, and fill depressions as required to drain. ' D. Apply starter fertilizer to indicated turf areas at a rate equal to 1.0 lb. of actual nitrogen per 1,000 sq. ft. (200 lbs./acre). ' E. Apply fertilizers by mechanical rotary or drop type distributor, thoroughly and evenly incorporated with soil to a depth of 3" by discing or other approved method. Fertilize areas inaccessible to power equipment with hand tools and incorporate into soil. I F. Coordinate restoration of fine grade to establish the subgrade at the following depths below ' design finished grade: Adjacent to Curbs &Other Open Hard Surfaces Areas Sodded/Seeded 3/4" 0" -2" I Areas 3.04 SOD AND SEED INSTALLATION: A. SOD BED PREPARATION: 1. Rolling: Roll amended soil with 200 pound water-ballast roller. 2. Moistening: After all unevenness in the soil surface has been corrected, lightly moisten the soil immediately prior to laying the sod. 3. Timing: Sod immediately thereafter, provided the sodbed has remained in friable condition. ' B. SEEDED AREA PREPARATION 1. Seeding shall take place after September 15 and before May 15 unless otherwise ' approved by the Landscape Architect. 2. Rolling: Roll amended soil with 200 pound water-ballast roller. 3. Raking: Lightly rake seed bed surface to 1/4 in. depth. Seed immediately thereafter, provided the seedbed has remained in friable condition. 4. Timing: Seed immediately thereafter, provided the seedbed has remained in friable condition. Omaha N. 24th Street Phase VI SEEDING AND SODDING SP-802-7 AECOM 04/22/10 , grades, topsoil quality, and depth. Do not start seeding work until unsatisfactory conditions are corrected. 3.02 PREPARATION: A. Verify availability of water from irrigation system. It is the intention that all plant ' materials receive water from an irrigation system immediately after installation. B. Limit preparation to areas which will be immediately sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 B. SODDING OPERATIONS: 1. Starter Strip: Lay the first row of sod in a straight line, with subsequent rows parallel to and tightly against each other, with no spaces between strips. Stagger lateral joints. Do not stretch or overlap sod. Butt all joints tightly to eliminate all voids. 2. Cutting: Use a sharp knife to cut sod to fit curves. 3. Tamping and Rolling: Thoroughly tamp and roll sod to make contact with sod bed. Roll each entire section of completed sod. 4. Slopes of 3:1 or Greater: Lay sod with staggered joints secured by pegs driven through sod into soil until pegs are flush with turf. Space pegs 18 in. on center. Pegs to be 1 in. square x 6 in. pine or 6 in. lengths of lath. 5. Watering: Thoroughly water sod immediately after installation to wet the underside of the new sod pad and the soil immediately below to a depth of 6 in. Top-dress Fertilizer: Apply at the rate of(6) to (8) pounds per 1,000 square feet at 25 days and at 50 days after sodding. C. HYDROSEEDING , 1. Preparation: Do all slurry preparation at the job site. A. Water: Add water to the tank when the engine is at half throttle. When the water level has reached the height of the agitator shaft, establish good re- circulation and add seed. B. Seed: Do not allow seed to remain more than 30 min. in slurry. , C. Fertilizer: Add fertilizer. D. Mixing: Open the engine throttle to full speed when the tank is half-filled with I water. Commence spraying immediately when the tank is full. 2. Application: A. General: Apply specified slurry mix in a sweeping motion to form a uniform mat at the specified rate. Keep hydroseeding within designated areas and keep from contact with other plant materials. B. Unused Mix: Do not use slurry mixture which has not been applied within 4 hours of mixing. Promptly remove from the site. C. Protection: After application, do not operate any equipment over the hydroseeded areas. D. HYDROMULCHING: , 1. Use a hydromulcher (sprayer) and apply mixture(s) at the following rates. Mix in accordance with manufacturer's recommendations. 2. Apply hydro mulch slurry to indicated areas. a. Wood cellulose fiber mulch: 2000 lbs./acre. 1 b. Tackifier: 100 gallons per acre. c. Limestone: Rate as determined by soil test. I Omaha N. 24°i Street Phase VI SEEDING AND SODDING SP-802-8 AECOM 04/22/10 I tely sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 3.05 MAINTENANCE: A. Refer to Section 803 -Maintenance per requirements. 3.06 NOTIFICATION OF INSPECTION A. Notification: Give notice requesting inspection by Owner's Representative at least 7 days prior to the anticipated date of completion. All sod must be alive and healthy in order to be considered complete. B. Deficiencies: If deficiencies exist, Owner's Representative shall specify such deficiencies to the Contractor who shall make satisfactory adjustments and will again notify the Owner's Representative for final inspection. 3.07 ACCEPTANCE: A. Inspection to determine acceptance of seeded lawns will be made by the Landscape Architect, upon Contractor's request. Provide notification at least 10 working days before requested inspection date. II. Seeded areas will be acceptable provided all requirements, including maintenance, have been complied with, and a healthy, uniform, close stand of the specified grass is established free of weeds, undesirable grass species, disease, and insects. 2. No individual lawn areas shall have bare spots or unacceptable cover totaling more than 2% of the individual areas, in areas requested to be inspected. A. Upon acceptance,the Owner will assume lawn maintenance. 3.08 CLEANING: A. CLEANING: Remove pallets, unused seed, and other debris from site. Clean paved and finished surfaces soiled as a result of work under this Section. Remove debris from all drainage inlets and structures. 3.09 PROTECTION: A. GENERAL: Provide and install barriers as required and as directed by Owner's Representative to protect seeded areas against damage from pedestrian and vehicular traffic until acceptance by Owner. I. Mowing: a. The Contractor shall keep lawn areas mowed through the 90 day maintenance period by cutting to a height of two inches (2") when growth reaches three inches (3")or as directed by the Landscape Architect. 1. During the maintenance period, any decline in the condition of lawns or hydroseeded area shall require the Contractor to take immediate action to identify potential problems and undertake corrective measures. If required,the Contractor shall engage professional horticulturists to inspect lawns and to identify problems and recommend corrective procedures. Omaha N. 24th Street Phase VI SEEDING AND SODDING SP-802-9 AECOM 04/22/10 ned by soil test. I Omaha N. 24°i Street Phase VI SEEDING AND SODDING SP-802-8 AECOM 04/22/10 I tely sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e PART 4: COMPENSATION I 4.01 MEASUREMENT A. Comply with the requirements of Section 109 of the Standard Specifications. Work under I each item will be measured according to the contract unit prices as follows: SOD TURF SQUARE FOOT I GRASS SEED WITH HYDROMULCH SQUARE FOOT 4.02 BASIS OF PAYMENT A. Comply with the requirements of Section 109 of the Standard Specifications. Payment will 1 be made according to the contract unit price and shall constitute full compensation for complete compliance with requirements of this item, including all labor, equipment, materials,tools, incidental work, and construction methods. I END OF SECTION I I 1 I I i I Omaha N. 24th Street Phase VI SEEDING AND SODDING SP-802-1( AECOM 04/22/10 I established free of weeds, undesirable grass species, disease, and insects. 2. No individual lawn areas shall have bare spots or unacceptable cover totaling more than 2% of the individual areas, in areas requested to be inspected. A. Upon acceptance,the Owner will assume lawn maintenance. 3.08 CLEANING: A. CLEANING: Remove pallets, unused seed, and other debris from site. Clean paved and finished surfaces soiled as a result of work under this Section. Remove debris from all drainage inlets and structures. 3.09 PROTECTION: A. GENERAL: Provide and install barriers as required and as directed by Owner's Representative to protect seeded areas against damage from pedestrian and vehicular traffic until acceptance by Owner. I. Mowing: a. The Contractor shall keep lawn areas mowed through the 90 day maintenance period by cutting to a height of two inches (2") when growth reaches three inches (3")or as directed by the Landscape Architect. 1. During the maintenance period, any decline in the condition of lawns or hydroseeded area shall require the Contractor to take immediate action to identify potential problems and undertake corrective measures. If required,the Contractor shall engage professional horticulturists to inspect lawns and to identify problems and recommend corrective procedures. Omaha N. 24th Street Phase VI SEEDING AND SODDING SP-802-9 AECOM 04/22/10 ned by soil test. I Omaha N. 24°i Street Phase VI SEEDING AND SODDING SP-802-8 AECOM 04/22/10 I tely sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e SP-803 MAINTENANCE SECTION 1: DESCRIPTION 1.01 SCOPE A. Work in this Section includes, but is not limited to, furnishing all labor, materials, equipment and incidentals needed to provide a complete streetscape maintenance program to the Owner during the installation period and for two years following date of Final Acceptance. Maintenance items will include all items constructed under this Contract. B. Work specifically included for maintenance includes: 1. Existing trees to remain: backfilling pits with specified topsoil; pruning and deep root feeding of all existing trees within the project limits. 2. Watering, pruning, weed control and replacement of mulch for trees, shrubs, groundcovers, and perennials including all existing and proposed plantings. 3. Weekly watering of all trees shrubs and sod that are not within the irrigated area of this project within project limits. 4. Irrigation system spring start-up, fall shut down and related adjustment. 5. Twice weekly inspection of irrigation system and repair of damages. 6. Irrigation controller programming. 7. Weekly site inspection of potential insect, pest and disease problems and filing of monthly status report. 8. Weekly clean-up and removal of trash, litter and debris. 9. Coordination with OPPD to ensure that streetlights and pedestrian lights are working properly. C. Work which may be required under this Section, but which if required will be considered a claim for extra work(see General Conditions), include the following: 1. Pavement repair as required. 2. Insect, pest and disease control. 3. Plant replacement due to theft, vandalism, or accidental damage by others after final acceptance. (Supplemental unit prices will apply for one (1) year following final acceptance). 4. Repair of damages to the irrigation system which have not been caused by Contractor's maintenance practices or negligence. 1.02 RELATED WORK UNDER OTHER SECTIONS A. The following items of related work are specified and included in other Sections of the Specifications: SP-202 Topsoil and Fine Grading SP-712 Irrigation SP-800 Planting SP-265600 Lighting Omaha N. 24th Street Phase VI MAINTENANCE SP-803-1 AECOM 04/22/10 lems and recommend corrective procedures. Omaha N. 24th Street Phase VI SEEDING AND SODDING SP-802-9 AECOM 04/22/10 ned by soil test. I Omaha N. 24°i Street Phase VI SEEDING AND SODDING SP-802-8 AECOM 04/22/10 I tely sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1.03 QUALITY ASSURANCE A. Requirements of Regulatory Agencies II 1. Perform all work in accordance with all applicable laws, codes, and regulations required by authorities having jurisdiction over such work. 2. Provide for all inspections and permits required by Federal, State, or local authorities in furnishing,transporting, and installing of all agricultural chemicals. I B. Applicable Standards: Workmanship and overall maintenance program will conform to the highest level of industry standards. I 1. "American Standard for Nursery Stock," Latest Edition, American Association of Nurserymen, Inc. 2. Hortus III- 1976 Edition, Bailey Horatorium, Cornell University. C. Work Force: 1. Experience: The landscape maintenance firm will have a full time foreman assigned to the job for the duration of the contract. He will have a minimum of four years experience in landscape maintenance supervision, with experience or training in entomology, pest control, soils, fertilizers and plant identification. 2. Labor Force: The landscape maintenance firm's labor force will be thoroughly familiar and trained in the work to be accomplished and perform the task in a competent, efficient manner acceptable to the Owner. 3. Supervision: The foreman will directly employ and supervise the work force at all times. Notify Landscape Architect of all changes in supervision. 4. Identification: Provide proper identification at all times for landscape maintenance firm's vehicles and labor force. 1.04 SUBMITTALS A. Submit 3 copies each of the following items: 1. Schedule of maintenance operations and monthly status report including list of all equipment and materials proposed for the job. 2. Provide all licenses and insurance required by the local governing authority, City of Omaha, Nebraska, pertaining to this work. 3. Monthly record of all herbicides, insecticides and disease control chemicals used for the project. 1.05 PROJECT CONDITIONS A. Site Visit: At beginning of maintenance period, visit and walk the site with the Landscape p Architect to clarify scope of work and understand existing project and site conditions. B. Documentation of Conditions: Document general condition of existing trees, shrubs, vines, groundcovers and lawn recording all plant materials which are damaged or dying, if any. Omaha N. 24'1' Street Phase VI MAINTENANCE SP-803-2 AECOM 04/22/10 Street Phase VI SEEDING AND SODDING SP-802-8 AECOM 04/22/10 I tely sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I C. Irrigation System: Document general condition of existing irrigation system, making sure that faulty electrical controllers, broken or inoperable sprinkler heads or emitters are reported. 1.06 SCHEDULING A. Perform all maintenance during hours mutuallyagreedupon u on between Owner and Contractor. 1 B. Work force will be present at the project site at least once a week and as often as necessary to perform specified maintenance in accordance with the approved maintenance schedule. PART 2: PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Fertilizers: Sierra Chemical Company 1001 Yosemite Drive • Milipitas, CA 95035 (408)263-8080 W.R. Grace and Co. Agricultural Chemicals Group Memphis, TN 38101 BFC Chemicals, Inc. Wilmington, DE 19805 Or Approved Equal Product B. Herbicides: Chevron Chemical Company 575 Market Street San Francisco, CA 94105 (415) 894-0880 Rhone-Poulenc Chemical Company Agro Chemical Division P.O. Box 125 Mon Mouth Junction,NJ 08852 (201) 297-0100 Ciba-Geigy Corporation Agricultural Division P.O. Box 1830 Greensboro,NC 27419 (919)292-7100 Omaha N. 24th Street Phase VI MAINTENANCE SP-803-3 AECOM 04/22/10 will directly employ and supervise the work force at all times. Notify Landscape Architect of all changes in supervision. 4. Identification: Provide proper identification at all times for landscape maintenance firm's vehicles and labor force. 1.04 SUBMITTALS A. Submit 3 copies each of the following items: 1. Schedule of maintenance operations and monthly status report including list of all equipment and materials proposed for the job. 2. Provide all licenses and insurance required by the local governing authority, City of Omaha, Nebraska, pertaining to this work. 3. Monthly record of all herbicides, insecticides and disease control chemicals used for the project. 1.05 PROJECT CONDITIONS A. Site Visit: At beginning of maintenance period, visit and walk the site with the Landscape p Architect to clarify scope of work and understand existing project and site conditions. B. Documentation of Conditions: Document general condition of existing trees, shrubs, vines, groundcovers and lawn recording all plant materials which are damaged or dying, if any. Omaha N. 24'1' Street Phase VI MAINTENANCE SP-803-2 AECOM 04/22/10 Street Phase VI SEEDING AND SODDING SP-802-8 AECOM 04/22/10 I tely sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Elanco Products Company 740 S. Alabama St. Indianapolis, IN 46285 (317)261-3638The DOW Chemical Company P.O. Box 1706 Midland, MI 48640 (517)636-0236 3M Company-Agri Chemicals Project I 3M Center, Bldg. 223-6SE St. Paul, MN 55144 (317)261-3000 1 Or Approved Equal Product 2.02 MATERIALS A. General: All materials and equipment, unless otherwise indicated, will be provided by the Contractor. B. Water: Clean, potable and fresh,furnished and paid for by the Owner. 1 C. Fertilizers: 1. Tightly-compressed, slow-release and long-lasting complete fertilizer tablets bearing manufacturer's label of guaranteed analysis of chemicals present. 2. Balanced, once-a-season application controlled-release fertilizers with a blend of coated prills which supply controlled-release nitrogen, phosphorus and potassium, and uncoated, rapidly soluble prills containing nitrogen and phosphorous. D. Herbicides, Insecticides, and Fungicides: 1. Obtain best quality materials with original manufacturers' containers, properly labeled with I guaranteed analysis. 2. Use non-staining materials. E. Replacement Sod: Match existing sodded lawn. F. Replacement Tree Guys, Stakes, Ties and Wires: Match existing materials on the site. Provide detail(s) in 8-1/2 in. x 11 in. format if necessary. PART 3- EXECUTION 3.01 GENERAL A. Duration: Continuously maintain each plant and each portion of groundcover area after installation, during progress of work, and for a period of two years after completion of all planting Omaha N. 24`h Street Phase VI MAINTENANCE SP-803-4 AECOM 04/22/10 posed for the job. 2. Provide all licenses and insurance required by the local governing authority, City of Omaha, Nebraska, pertaining to this work. 3. Monthly record of all herbicides, insecticides and disease control chemicals used for the project. 1.05 PROJECT CONDITIONS A. Site Visit: At beginning of maintenance period, visit and walk the site with the Landscape p Architect to clarify scope of work and understand existing project and site conditions. B. Documentation of Conditions: Document general condition of existing trees, shrubs, vines, groundcovers and lawn recording all plant materials which are damaged or dying, if any. Omaha N. 24'1' Street Phase VI MAINTENANCE SP-803-2 AECOM 04/22/10 Street Phase VI SEEDING AND SODDING SP-802-8 AECOM 04/22/10 I tely sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I work until Final Acceptance. 1 B. Protection: 1. Protect all planting areas from damage. i 2. Maintenance includes temporary protection fences, barriers and signs as required for protection. JC. Replacements: 1. Immediately treat or replace all plants that become damaged or injured, as directed by I Landscape Architect. Contractor is responsible for replacing plants that are under warantee. Contractor responsible for up to two(2)replacements per plant. 2. Replacement plants will be of same size, condition and variety as specified. I3.02 TREES AND SHRUBS A. Pruning Existing Trees: 1. Prune all existing trees in accordance with the American Nurserymen's Association 1 i Standards for Class I, fine pruning, to preserve the natural character of the plant, as approved by the Landscape Architect. 2. Tree pruning as required,shall be undertaken to the full height of all trees. 3. All dead wood, suckers, broken or badly bruised branches, crossing branches, and branches less than 7 feet above finish grade will be removed. Never cut a leader. a4. Remove and legally dispose all pruned wood and other debris. ti B. Deep Root Fertilizing Existing Trees: 1. Fertilize existing trees to remain using an approved water-soluble tree fertilizer. Inject the water/fertilizer solution into tree's root zone in quantities as specified by the fertilizer Imanufacturer. C. Pruning Newly Planted Trees: 1 # 1. Prune trees to select and develop permanent scaffold branches that are smaller in diameter than the trunk or branch to which they are attached, and which have vertical spacing of 18 in. ill to 48 in. in radial orientation so as not to overlay one another. 2. Prune trees to eliminate diseased or damaged growth, and narrow V-shaped branch forks that lack strength. Reduce toppling and wind damage by thinning out crowns. 3. Prune trees to maintain growth within space limitations, maintaining appearance natural a earance and balancing crown with roots. I4. Stripping of lower branches ("raising up")of young trees will not be permitted. IOmaha N. 24°i Street Phase VI MAINTENANCE SP-803-5 AECOM 04/22/10 xisting project and site conditions. B. Documentation of Conditions: Document general condition of existing trees, shrubs, vines, groundcovers and lawn recording all plant materials which are damaged or dying, if any. Omaha N. 24'1' Street Phase VI MAINTENANCE SP-803-2 AECOM 04/22/10 Street Phase VI SEEDING AND SODDING SP-802-8 AECOM 04/22/10 I tely sodded or seeded. Omaha N. 24`h Street Phase VI SEEDING AND SODDING SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I 5. Retain lower branches in a "tipped back" or pinched condition to promote caliper trunk growth (tapered trunk). Do not cut back to fewer than six buds or leaves on such branches. Only cut lower branches flush with the trunk after the tree is able to stand erect without staking or other support. 6. Thin out and shape evergreen trees when necessary to prevent wind and storm damage. Do primary pruning of deciduous trees during the dormant season. Do not permit any pruning of trees prone to excessive"bleeding" during growth season. 7. Prune damaged trees or those that constitute health or safetyhazards at anytime of year as required. 8. Make all cuts clean and close to the trunk, without cutting into the branch collar. "Stubbing" will not be permitted. Cut smaller branches flush with trunk or lateral branch. Make larger cuts (1 in. in diameter or larger) parallel to shoulder rings with the top edge of the cut at the trunk or lateral branch. 9. Branches too heavy to handle will be precut in three stages to prevent splitting or peeling of bark. Make the first two cuts 18 in. or more from the trunk to remove the branch. Make the third cut at the trunk to remove the resulting stub. 10. Do not prune or clip individual shrubs into balled or boxed forms. 1 11. Clip shrubs only as necessary to maintain a uniform height and shape for the mass. 12. Clip shrubs planted in hedges on the sides of roadway as necessary to maintain a 42" maximum height. D. Watering Newly Planted Trees, Shrubs, and Sod 1. Contractor will water trees, shrubs and sod areas that are not within the area covered by the proposed irrigation system on a weekly basis except when rainfall is limited to less than .75 inches or the temperature exceeds 85 degrees F in any given week. During those weeks when rainfall is less than .75 inches and the temperature is greater than 85 degrees, contractor will water all trees, shrubs, and sod every day. I E. Watering Basins: 1. Remove watering basins around plants and smooth out surface grade and mulch. 2. When supplemental watering of trees is required, use a hydraulic syringe. 3. Maintain originally called for depth of mulch to reduce evaporation and frequency of watering. JP F. Resetting: Reset plants to proper grades or upright position. r. G. Weed Control: 1. All areas between plants, including watering basins,will be weed free. 2. Use only recommended and legally approved herbicides to control weed growth. Omaha N. 24th Street Phase VI MAINTENANCE - SP-803 6 AECOM 04/22/10 SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 3. Control weeds through proper cultural practices including cultivation, hand removal and hoeing, being careful to avoid damage to plant material. 4.. Proceed with the application of pre-emergent and selective systemic herbicides only at the approval of the Owner's Representative. G. Staking or Guying of Trees: 1. Remove all stakes, guys, strings, wrapping, tags etc. from trees two years after acceptance of planting. 2. For trees that lean due to wind or settlement: Conform to the recommended procedures of staking and guying as outlined in Section 800 PLANTING. H. Maintenance of Existing Trees and Shrubs to Remain: 1. General: Conform to all applicable paragraphs regarding pruning, watering, spraying and fertilizing of new plant materials as specified in this section. 2. Be alert to symptoms of construction damage to root systems of existing trees and shrubs as evidenced by wilting, unseasonal or early flowering or loss of leaves, and insect or disease infestation due to declining vigor. 3. Give notification in writing of all evidence of declining tree or shrub vigor immediately upon discerning the problem. Take appropriate interim measures to mitigate the severity of the problem as specified in this section. 3. Submit written proposal and cost estimate for the correction of all conditions before ` proceeding with permanent correction work. �- 3.03 INSECTS, PESTS, AND DISEASE CONTROL A. Inspection: Inspect all plant materials for signs of stress, damage and potential trouble from the following: 1. Presence of insects, moles, gophers, ground squirrels, snails and slugs in planting areas. 2. Discolored or blotching leaves or needles. 3. Unusually light green or yellowish green color inconsistent with normal green color of leaves. B. Personnel: Perform spraying for insect, pest and disease control only by licensed, qualified, trained personnel. C. Application: Spray with extreme care to avoid all hazards to any person or pet in the area or adjacent areas. Omaha N. 24`h Street Phase VI MAINTENANCE SP-803-7 AECOM 04/22/10 pplemental watering of trees is required, use a hydraulic syringe. 3. Maintain originally called for depth of mulch to reduce evaporation and frequency of watering. JP F. Resetting: Reset plants to proper grades or upright position. r. G. Weed Control: 1. All areas between plants, including watering basins,will be weed free. 2. Use only recommended and legally approved herbicides to control weed growth. Omaha N. 24th Street Phase VI MAINTENANCE - SP-803 6 AECOM 04/22/10 SP-802-6 AECOM 04/22/10 manufacturer. D. Adjustment: Adjust plants so that after full settlement has occurred,the grade at the I Omaha N 24th Street Phase VI PLANTING SP-800-8 AECOM 04/22/10 1 aterials or prepared subgrades. Omaha N. 24th Street Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 3.04 IRRIGATION SYSTEM A. General: I 1. Repair without charge to Owner all damages to system caused by Contractor's operations. Perform all repairs within 1 scheduled watering period. 2. Report promptly to Owner all accidental damage not resulting from Contractor's negligence or operations. 3. Set and program automatic controllers for seasonal water requirements. 4. Twice a month, use a probe or other acceptable tool to check the rootball moisture of representative plants as well as the surrounding soil and adjust the irrigation controller accordingly. If excessive or standing water is discovered, immediately make changes to irrigation system and surface drainage as necessary to remove the water and to prevent any additional flooding or overwatering of plantings. B. Cleaning and Monitoring the System: . 1. Continually monitor the irrigation systems with thorough inspections once each week during the growing season. Verify that the system is functioning properly as designed. Make program adjustments required by changing field conditions. 2. Clean filter and strainers once a year and as often as necessary to keep the irrigation system free of sand and other debris. 3. Prevent spraying driving lanes on roadway, windows, building walls, and site structures by adjusting sprinkler, heads, valves, or both. Do not allow water to atomize and drift. C. Spring Start Up and Fall Shut Down 1. Irrigation system installation contractor is responsible for the first spring start up and the first fall shut down of the system following installation. Coordinate with installer so that maintenance contractor can be on site for the first shut down with the installation contractor. 2. Maintenance contractor will be responsible for starting the Irrigation System up in the spring, and making all repairs, replacements, and adjustment to the system so that the entire system is working as designed. The cost of all replacement parts, broken through no fault of the contractor, will be reimbursed to the Contractor by the Owner.Maintenance contractor will be responsible for shutting down the Irrigation System to avoid the risk of freezing in the fall. Blow out water from the entire mainline and remove water from all other areas where freezing water may damage any part of the system. Parts damaged due to freezing will be replaced by the contractor at no cost to the Owner. 3.05 FINAL ACCEPTANCE I A. Acceptance: 1. Work will be accepted by the Landscape Architect upon satisfactory completion of all work, including maintenance period, but exclusive of replacement of materials under the Warranty Period. 2. Submit a written request to Landscape Architect for review of Final Acceptance at least 5 working days prior to anticipated Final Review date, which is at the end of the Maintenance Period. I Omaha N. 24th Street Phase VI MAINTENANCE SP-803-8 AECOM 04/22/10 et Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 B. Corrective Work: 1. Work requiring corrective action or replacement will be performed within ten (10) calendar days after the Final Review. 2. Perform corrective work and materials replacement in accordance with the Drawings and Specifications, and will be made by the Contractor at no cost to the Owner. 3. After corrective work is completed, the Contractor will again request a Final Review for Final Acceptance as outlined above. 1 4. Continue maintenance of all landscaped areas until such time as all corrective measures have been completed and accepted. JC. Conditions for Acceptance of Work at End of Maintenance Period: 1. Each plant will be alive and thriving, showing signs of growth and no signs of stress, disease, or any other weaknesses. I 2. All plants not meeting these conditions will be replaced and a two (2) year Maintenance Period commenced for such plants. IFinal Acceptance Date: The date on which the Landscape Architect issues a Letter of Final Acceptance. Upon Final Acceptance, the Owner will assume responsibility for maintenance of the I work. PART 4: COMPENSATION 4.01 MEASUREMENT A. Comply with the requirements of Section 109 of the Standard Specifications. No separate measurement will be made for this item. MAINTENANCE LUMP SUM I 4.02 BASIS OF PAYMENT IA. Comply with the requirements of Section 109 of the Standard Specifications. Payment will be made on a monthly basis as a Percent Complete according to the contract lump sum. I END OF SECTION I I I a Omaha N. 24`" Street Phase VI MAINTENANCE - - SP 803 9 AECOM iO4/22/10 the first shut down with the installation contractor. 2. Maintenance contractor will be responsible for starting the Irrigation System up in the spring, and making all repairs, replacements, and adjustment to the system so that the entire system is working as designed. The cost of all replacement parts, broken through no fault of the contractor, will be reimbursed to the Contractor by the Owner.Maintenance contractor will be responsible for shutting down the Irrigation System to avoid the risk of freezing in the fall. Blow out water from the entire mainline and remove water from all other areas where freezing water may damage any part of the system. Parts damaged due to freezing will be replaced by the contractor at no cost to the Owner. 3.05 FINAL ACCEPTANCE I A. Acceptance: 1. Work will be accepted by the Landscape Architect upon satisfactory completion of all work, including maintenance period, but exclusive of replacement of materials under the Warranty Period. 2. Submit a written request to Landscape Architect for review of Final Acceptance at least 5 working days prior to anticipated Final Review date, which is at the end of the Maintenance Period. I Omaha N. 24th Street Phase VI MAINTENANCE SP-803-8 AECOM 04/22/10 et Phase VI TOPSOIL AND FINE GRADING SP-202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 SP-804 SITE FURNISHINGS IPART 1 -GENERAL I.01 DESCRIPTION A. RELATED REQUIREMENTS: Review the General Contract Conditions and Division One, General Requirements,which contain information and requirements that apply to this Section. B. WORK INCLUDED: Provide the following site and street furnishings complete as shown and as specified. 1. 6' Bench 1 2. Trash Receptacle 1.02 QUALITY ASSURANCE A. APPLICABLE STANDARDS: Apply the current or latest editions of the standards described below: ACI-American Concrete Institute Manual for Concrete Practice. II' ASTM -American Society for Testing and Materials B. COMPATIBILITY WITH ADJACENT MATERIALS: Verify that all site furnishings are compatible with adjacent Site Furnishings by Others, and that their installation shall not adversely I affect either the site furnishings of existing or proposed Site Furnishings. IC. METAL MATERIAL AND CONSTRUCTION METHODS: 1. Workmanship and finish shall be equal to the best practice of modern shops for each item of work. Exposed surfaces shall have smooth finish and sharp, well defined lines and arrises. Sections shall be well formed to shape and size with sharp lines and angles; curved work shall be sprung evenly to curves. Castings shall have sharp corners and edges, and shall be clean, smooth, and true to pattern. Welding shall be in accordance with the Welding Code I of the American Welding Society. All welding, except as otherwise indicated, shall extend the entire length of joints. All welded face joints shall be ground flush and smooth. All welds shall be water tight. Ornamental metalwork shall be cut, drilled, countersunk, and ' tapped as required for the attachment of other work where shown on the Drawings or when instructions for such work are given on the approved shop drawings. Ornamental metalwork to be built in with concrete or masonry shall be of the form required for anchorage, or shall I be provided with suitable anchors or expansion shields. 2. Steel fabrication shall be accomplished using the highest standards of workmanship. Individual steel pieces shall be saw cut and carefully fit together. All connections shall be 11- full welded and ground flush and smooth. All fabricated steel items shall be fine sanded throughout to produce a high standard of surface smoothness. All surfaces and connections shall be without visible grinding marks, surface differentiation or variation. I 3. All material that is specified to be galvanized shall be hot-dipped galvanized after fabrication, in accordance with ASTM Standard A123, A153, or A386, as applicable. The galvanizer shall provide a notarized statement indicating compliance with the ASTM Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e coating prior to finishing. I 1.03 SUBMITTALS A. Submit manufacturer's product literature and color and finish samples along with dimensioned detail drawings and installation recommendations for: 1. 6' Bench 2. Trash Receptacle 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. LABELING: Furnish standard products in unopened manufacturer's p original containers bearing original labels showing quantity, description and name of manufacturer. B. DELIVERY: Deliver and unload at the site on pallets and bound in such a manner that no damage occurs to the product. C. STORAGE: Store products in a manner that will preclude all damages. Damaged materials will be rejected. Remove all damaged materials from the job site immediately and replace at no cost to Owner. I D. HANDLING: Furnish suitable equipment to locate all site furnishing materials carefully and efficiently. Lift materials using lifting inserts provided by manufacturer where applicable. PART 2 -PRODUCTS 2.01 METAL MATERIAL SPECIFICATIONS A. 1. Steel Bar Stock: Steel flat bar stock shall be in conformance to ASTM A36. 2. Reinforcing Steel:New billet steel deformed bars conforming to the requirements of ASTM A615, Grade 40 and deformations shall conform to ASTM A-305. All steel shall be epoxy- coated in conformance with ASTM A775 unless otherwise noted on Drawings. 3. Steel Hardware: All hardware shall be galvanized steel or stainless steel as indicated on the Drawings and in specifications. I a. Galvanized steel hardware shall conform to ASTM A307 requirements and shall be galvanized per ASTM 153. b. Hardware for use in standard steel joints shall conform to ASTM A325 and shall be galvanized per ASTM 153. c. Stainless steel hardware shall be AISI Type 304 conforming to the requirements of ASTM A 193. 117 2.02 METAL FINISHING A. Finishing Schedule for site furniture: ITEM GALVANIZED&POLYESTER COLOR Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-2 1 AECOM 04/22/10 ual steel pieces shall be saw cut and carefully fit together. All connections shall be 11- full welded and ground flush and smooth. All fabricated steel items shall be fine sanded throughout to produce a high standard of surface smoothness. All surfaces and connections shall be without visible grinding marks, surface differentiation or variation. I 3. All material that is specified to be galvanized shall be hot-dipped galvanized after fabrication, in accordance with ASTM Standard A123, A153, or A386, as applicable. The galvanizer shall provide a notarized statement indicating compliance with the ASTM Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e • I "Chase Park"6' Bench POWDERCOATYes Silver,RAL 49/90380; Clear topcoat, RAL 4900530 in "Chase Park"Trash Yes Silver, RAL 49/90380; Clear I Receptacle topcoat,RAL 4900530 1 B. POLYESTER POWDER COATING Items designated in the finish schedule for polyester powder coating will be finished as follows: I Paint will be shop-applied to the steel surface within 2 4 hours of galvanizing in such a manner that the paint is permanently bonded to the galvanized surface. The paint will be a TGIC - M Polyester Powder Coating, as manufactured by Fuller O'Brien Corp. or approved equal,applied to the steel via the Powder Coating Process, including application of powder and baking per manufacturer's recommendations. The Powder Coat will be applied at a film thickness of 0.04 I mm to 0.06 mm. Adhesion will be per ASTM D-3359-B, Pencil Hardness(H-2H)per ASTM D- 3363, Flexibility per ASTM D-522 (Mod), Impact Resistance per ASTM D-2794 (Mod), Abrasion Resistance per ASTM D4060(Mod), Salt Spray Resistance per ASTM B-1 17, and IHumidity Resistance per ASTM D-2247. 2.03 NON-SHRINK GROUT A. Epoxy Grout will be a non-shrink epoxy grout conforming to the following requirements: Shrinkage ASTM C-827 Tensile Strength 2,000 PSI minimum(ASTM C-307) IFlexural Strength 4,000 PSI minimum(ASTM C-580) The epoxy grout shall show no shrinkage from the time of placement. Epoxy grout will be: Five Star Epoxy Grout as manufactured by U.S. Grout Corporation, Fairfield, CT or approved equal. ill 2.04 SEALANTS IA. Sealants for application on Site Furnishings as specified shall be polyurethane-based, one component, elastomeric sealants complying with Fed. Spec. TT-S-00230C, Class A Type 1 for horizontal use and Type 2 for vertical use. Color to be selected by Engineer. Sealants shall be 111 self-leveling pour grade type for horizontal use and non-sag, gun-grade type for vertical use. Color shall match adjacent masonry materials per approved samples. 2.05 ANCHOR BOLTS A. Anchor bolts to be placed in pre-drilled holes in concrete base for site furniture will be one-piece, l' pre-assembled, grade 5 zinc-plated, steel bolt anchors for masonry with a minimum pull out strength of 1000 lb. as manufactured by McMaster-Carr supply company Dayton,NJ (908)329- 3100 or approved equal manufacturer. 111 2.06 PREFABRICATED FURNISHINGS A. 6' Bench: "Chase Park", galvanized and powdercoated steel, backed bench with arms on each I end, without intermediate arms, and embedded sup port manufactured by Landscape Forms, Kalamazoo, Michigan, (800) 521-2546. IOmaha N. 246 Street Phase VI SITE FURNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I B. Trash Receptacle: "Chase Park"galvanized and powdercoated steel with embedded support manufactured by Landscape Forms, Kalamazoo, Michigan, (800) 521-2546. 2.07 MAINTENANCE SUPPLIES I A. One quart"Quick-Dry"touch up paint for each color powdercoat provided by manufacturer. PART 3- EXECUTION 111 3.01 GENERAL REQUIREMENTS A. All Site Furnishings shall be fabricated and fastened in accordance with Construction Drawings and/or approved Shop Drawings. All Site Furnishings shall be installed in a level, plumb condition, true to the lines and grades shown on plans. B. Arc welding procedures shall conform to the current standards of the AWS. All welds shall be designated on the approved shop drawings and shall be ground smooth and flush to a neat finish. All welds shall be watertight and care shall be taken to minimize distortion due to heat. Metal shall not be primed, painted or galvanized before welding. C. The Contractor shall be responsible for timing the delivery of all items so as to minimize on-site storage time prior to installation. All stored materials and items must be protected from weather, careless handling and vandalism. D. Shim all bolt connections with stainless steel shims as necessary and secure bolts. Exposed bolts 1 shall be fastened with an approved semi-permanent adhesive to protect against vandalism. E. Contractor shall handle, pack, and ship in such a manner as to minimize damage to the finish. Upon arrival at job site it is the Contractor's responsibility to take equal precautions. Since some surface damage is inevitable,suitable touch-up material shall be readily available to repair any damage immediately. 11 F. Steel fabrication for site furnishings shall be accomplished using the highest standards of workmanship. Individual steel pieces to be welded shall be saw cut and carefully fitted together. All connections shall be full welded and ground flush and smooth. All fabricated steel items shall be fine sanded throughout prior to finishing to produce a high standard of surface smoothness. All surfaces and connections shall be without visible grinding marks, surface differentiation or variation. G. Cast-in-place concrete shall be in compliance with Drawings and specification Section 604 Concrete Paving. H. Non-shrink epoxy grout for site furnishings will be installed per manufacturer's recommendations S and as shown on Drawings. Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-4 1 AECOM 04/22/10 a actured by Landscape Forms, Kalamazoo, Michigan, (800) 521-2546. IOmaha N. 246 Street Phase VI SITE FURNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I. Sealants for Site Furnishings shall be placed following the manufacturer's instructions and recommendations for the particular application. Place sealant from one side only to avoid trapping air. Work or flow sealant into place, filling all cavities. Finished sealant surface shall not be recessed and shall not allow the ponding of water. Color to match surrounding work and as approved by Landscape Architect. 1 J. ACCEPTANCE: Do not install site furnishings prior to acceptance by Landscape Architect of area to receive such materials. K. LOCATIONS: Install all site furnishings per approved shop drawings, as directed and as shown on the Drawings. L. SPECIAL PRECAUTIONS: Guard against staining or damaging of existing pavements and plantings where site furnishings are to be installed. 3.03 CLEAN-UP A. Keep all areas of work clean, neat and orderly at all times. B. Clean up and remove all debris from the entire work area to satisfaction of Landscape Architect prior to Final Acceptance. 1 PART 4-COMPENSATION 4.01 METHOD OF MEASUREMENT A. Comply with the requirements of Section 109 of the Standard Specifications. SITE FURNISHINGS will be measured installed complete-in-place including base for which price and 111 payment shall constitute full compensation for complete compliance with requirements of this item, including all labor, equipment, materials, tools, incidental work, and construction methods. 4.02 BASIS OF PAYMENT A. Comply with the requirements of Section 109 of the Standard Specifications. Payment for the Work of this Section will be included as part of the payment item(s) listed below: 6' BENCH EACH TRASH RECEPTACLE EACH END OF SECTION I Omaha N. 24°i Street Phase VI SITE FURNISHINGS 804-5 AECOM 04/22/10 rds of workmanship. Individual steel pieces to be welded shall be saw cut and carefully fitted together. All connections shall be full welded and ground flush and smooth. All fabricated steel items shall be fine sanded throughout prior to finishing to produce a high standard of surface smoothness. All surfaces and connections shall be without visible grinding marks, surface differentiation or variation. G. Cast-in-place concrete shall be in compliance with Drawings and specification Section 604 Concrete Paving. H. Non-shrink epoxy grout for site furnishings will be installed per manufacturer's recommendations S and as shown on Drawings. Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-4 1 AECOM 04/22/10 a actured by Landscape Forms, Kalamazoo, Michigan, (800) 521-2546. IOmaha N. 246 Street Phase VI SITE FURNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e i SP-10425 I SIGNS SECTION 1: DESCRIPTION 1.1 REFERENCES A. The General Requirements of the Contract and all associated provisions, will be included in and made a part of this Section. B. Examine all Drawings and all other Sections of the Specifications for requirements therein affecting the work of this trade. 1.2 SCOPE A. The scope of work under this Section includes the furnishing of all labor, materials, lighting, equipment, and incidentals necessary to complete the following items: 1. Banners,double sided and brackets B. Copy: All copy will be as shown on the Drawings or as directed by Landscape Architect. Contractor will review with Landscape Architect prior to fabrication to ensure correct copy and names. 1.3 STANDARDS AND DEFINITIONS A. The following standards and definitions are applicable to the work of this Section to the extent referenced herein: 1. City of Omaha Department of Public Works Standard Specifications, including latest revisions. 2. ASTM: American Society for Testing and Materials. 3. AASHTO: American Association of State Highway and Transportation Officials. 4. ADA: Americans with Disabilities Act 1.4 EXAMINATION OF SITE AND DOCUMENTS A. The Contractor will have a clear understanding of existing conditions of the sites before submitting a bid, and will be fully responsible for carrying out all site work required to fully execute the work of the Contract. Regardless of the conditions encountered in the actual work, no claim for extra compensation or extension of time will be allowed on account of actual conditions inconsistent with those assumed. B. Request inspection and approval of proposed sign locations at least 7 days before proposed sign installation. Omaha N. 24th Street Phase VI SIGNS SP-]0425-1 AECOM 04/22/10 ut and carefully fitted together. All connections shall be full welded and ground flush and smooth. All fabricated steel items shall be fine sanded throughout prior to finishing to produce a high standard of surface smoothness. All surfaces and connections shall be without visible grinding marks, surface differentiation or variation. G. Cast-in-place concrete shall be in compliance with Drawings and specification Section 604 Concrete Paving. H. Non-shrink epoxy grout for site furnishings will be installed per manufacturer's recommendations S and as shown on Drawings. Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-4 1 AECOM 04/22/10 a actured by Landscape Forms, Kalamazoo, Michigan, (800) 521-2546. IOmaha N. 246 Street Phase VI SITE FURNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 1.5 PERMITS, CODES, AND SAFETY REQUIREMENTS A. Comply with all rules, regulations, laws and ordinances of the County and State, and all other authorities having jurisdiction over the project site. All labor, materials,equipment and services necessary to make the work comply with such requirements will be provided by the Contractor without additional cost to the Landscape Architect. B. Comply with the provisions of the Manual for Accident Prevention in Construction of the Associated General Contractors of America, Inc., and the requirements of the Occupational Safety and Health Administration, United States Department of Labor. C. Procure and pay for all permits and licenses required for the complete work specified herein and shown on the Drawings. D. Do not close or obstruct any street,sidewalk, or passageway without written permission from authorities having jurisdiction. The Contractor will so conduct work operations as to interfere as little as possible with the use ordinarily made of roads, driveways, or other facilities near enough to the work to be affected thereby. 1.6 LAYOUT AND GRADES I A. The location of signs and markers will be approved by the Landscape Architect and per the requirements of the Contract Drawings. B. The words "finished grade" as used herein will mean final grade elevations. Where not otherwise indicated, project site areas will be given uniform slope between points for which finished grades are indicated or between such points and existing established grades. 1.7 PROTECTION OF EXISTING CONDITIONS I A. All rules and regulations governing the respective utilities will be observed by the Contractor in executing work under this Section. All work will be executed in such a manner as to prevent any damage to existing buildings, streets, curbs, paving, service utility fines, structures and adjoining property. B. Coordinate with the utility companies to locate and mark underground utilities to remain in service before beginning the work. Protect all existing utilities to remain during operations. Do not interrupt existing utilities except when authorized in writing by authorities having jurisdiction. C. When an active utility line is exposed during construction its location and elevation will be plotted on the Record Drawing by the Contractor and the Owner will be notified within 24 hours. D. Provide barricades, fences, lights, signs, and all other safety devices required for the protection I of the public. Omaha N. 24'" Street Phase VI SIGNS SP-10425-2 AECOM 04/22/10 1 treet Phase VI SITE FURNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I • 1.8 SAMPLES AND SUBMITTALS A. Follow manufacturer's specifications and installation instructions on all specified products including: signs, lighting, paint finishes, lettering, and fasteners. B. Submit manufacturer's product literature and specifications for the following: 1. Banner Panel, Bracket with arms and finials. C. Submit full sized Shop Drawings illustrating size, structure, shape, cross sections, typographic and graphic layouts and sizes, fasteners, graphic quality, letterforms, symbols, logos, visual correction, and type spacing for the following items: 1. Banners, double sided and brackets D. Submit a sample of each specified metal finish on 3" x 3" size sections of metal including acrylic urethane street sign. E. Submit full size, full color samples of the following items. Samples will be finished products meeting the requirements of the approved Shop Drawings and these specifications. 411 l. Full color vinyl double-sided Banner 1.9 QUALITY ASSURANCE A. All materials and workmanship will be of the highest quality. Materials will be shipped directly from the fabrication shop to the installation site and installed the same day under the supervision of the Landscape Architect's representative. Any damaged or defaced materials will be rejected. 1.10 QUALITY STANDARDS A. Metal materials and construction methods: 1. Workmanship and finish will be equal to the best practice of modern shops for each item of work. Exposed surfaces will have smooth finish and sharp, well defined lines and arrises. Sections will be well formed to shape and size with sharp lines and angles; curved work will be sprung evenly to curves. Castings will have sharp corners and edges, and will be clean, smooth, and true to pattern. Welding will be in accordance with the Welding Code of the American Welding Society. All welding, except as otherwise indicated, will extend the entire length of joints. All welded face joints will be ground flush and smooth. All welds will be water tight. Ornamental metalwork will be cut, drilled, countersunk, and tapped as required for the attachment of other work where shown on the Drawings or when instructions for such work are given on the approved shop drawings. Ornamental metalwork to be built in with concrete or masonry will be of the form required for anchorage, or will be provided with suitable anchors or expansion shields. Omaha N. 24th Street Phase VI SIGNS SP-10425-3 AECOM 04/22/10 ights, signs, and all other safety devices required for the protection I of the public. Omaha N. 24'" Street Phase VI SIGNS SP-10425-2 AECOM 04/22/10 1 treet Phase VI SITE FURNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1.11 RECORD DRAWINGS A. Shop Drawings: Take field measurements and inspect conditions prior to preparation of shop J drawings and fabrication to ensure proper fitting and mounting condition. Show recorded measurements and conditions on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delay. B. Maintenance Manual: At job completion, instruct Landscape Architects' personnel in maintenance procedures. Provide at least four copies of a maintenance manual that includes 111 instructions for cleaning, touch up, repair, and replacement. 1 1.12 DELIVERY,HANDLING,AND STORAGE A. Signs and light fixtures will be delivered by the manufacturer to the contractor's storage yard. Contractor will store fixtures in manufacturer's original packaging in a protected location so that I the fixtures are not damaged in any way. B. Contractor will deliver signs or fixtures to the site only as needed for each day's construction work.No uninstalled signs or fixtures will remain on site overnight. Transport and handle signs and fixtures in such a way that they are not damaged in any way. PART 2-PRODUCTS V 2.1 METAL MATERIAL SPECIFICATIONS A. All metal used in the fabrication and installation of the site improvements of this Section will conform to the following specifications: 1. Steel Hardware: All hardware will be stainless steel and exterior screws will have tamperproof heads. I a. Stainless steel hardware will be AISI Type 304 conforming to the requirements of ASTM A 193. b. All hardware and fasteners will be electrolytically isolated from contact with aluminum through the use of neoprene washers that are not larger in diameter than the bolt heads, which are being isolated. 2. Steel Tubing: steel for fabrication will be in conformance with ASTM A500 Grade B requirements and steel sections for tubing will have a one-quarter inch minimum wall thickness, unless otherwise noted on Drawings. 3. Steel Bar Stock: Steel flat bar stock will be in conformance to ASTM A36. 1 4. Reinforcing Steel: New billet steel deformed bars conforming to the requirements 1 of ASTM A615, Grade 40 and deformations will conform to ASTM A-305. All steel will be epoxy-coated in conformance with ASTM A775 unless otherwise noted on Drawings. I Omaha N. 24th Street Phase VI SIGNS SP-10425-4 AECOM 04/22/10 1 otection I of the public. Omaha N. 24'" Street Phase VI SIGNS SP-10425-2 AECOM 04/22/10 1 treet Phase VI SITE FURNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 5. Aluminum Castings will be a minimum of.25 inch thick and conform to requirements of ASTM B26 and B686 and to requirements shown on Drawings. 6. Aluminum Tubing: Seamless, cold drawn aluminum tubing conforming to the requirements of ASTM B241. 2.2 SIGN FINISHING A. Finishing Schedule for signs: Silkscreen Cast Item on Vinyl Aluminum, Alodine I Finish with Stainless Steel Bands Banner Yes Banner Yes Bracket 2.3 ALUMINUM SIGN FINISHING A. Following fabrication aluminum items shall be thoroughly alkaline-cleaned to remove surface oxide. B. Provide an etching solution as recommended for surface preparation. C. A two part primer of pure epoxy resin, ESP-1002, shall be applied to metal surfaces within twelve hours of cleaning by means of an electrostatic spray method to .001 inch minimum dry film thickness. Air flash primer for ten minutes prior to top-coating. D. Apply Matthews Acrylic Polyurethane by means of an airless spray method to .0015 inch minimum dry film thickness. E. Protect finished surface from abrasion until sign panel is fully in place on site. 2.4 VINYL COMPUTER CUT LETTERS,NUMBERS AND SYMBOLS A. Material: opaque, reflective vinyl film, with pressure sensitive backing for direct surface application, shall be cut from 220 Scotchcal Premium Film as manufactured by 3M, or approved equal. B. Colors: Text, numbers,and symbols shall be white, Engineering grade. C. Surfaces shall be clean and dry prior to the application of vinyl cut materials. Omaha N. 24th Street Phase VI SIGNS SP-10425-5 AECOM 04/22/10 fasteners will be electrolytically isolated from contact with aluminum through the use of neoprene washers that are not larger in diameter than the bolt heads, which are being isolated. 2. Steel Tubing: steel for fabrication will be in conformance with ASTM A500 Grade B requirements and steel sections for tubing will have a one-quarter inch minimum wall thickness, unless otherwise noted on Drawings. 3. Steel Bar Stock: Steel flat bar stock will be in conformance to ASTM A36. 1 4. Reinforcing Steel: New billet steel deformed bars conforming to the requirements 1 of ASTM A615, Grade 40 and deformations will conform to ASTM A-305. All steel will be epoxy-coated in conformance with ASTM A775 unless otherwise noted on Drawings. I Omaha N. 24th Street Phase VI SIGNS SP-10425-4 AECOM 04/22/10 1 otection I of the public. Omaha N. 24'" Street Phase VI SIGNS SP-10425-2 AECOM 04/22/10 1 treet Phase VI SITE FURNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I 2.5 LAY-OUTS AND ARTWORK I A. Contractor will be responsible for all lay-out and art-work, following the requirements of Drawings and specifications. B. Architect/Designer will not provide camera-ready art-work but computer files are of construction drawings may be requested by the contractor. C. Art-work for complete alphabets, numerals, and international symbols will be used as shown: 2.6 SIGNS A. Signs will be designed to eliminate buckling, failure, distortion, and other damage. Signs will be rigid with minimum deflection and rotation under stress, and will be able to withstand movement, shear, and torsional loads including 1 1 0 mph gusts of wind. B. Exposed areas will not oil-can (snap in and out under hand pressure.) Signs will be designed as structurally self supporting units. C. Joints will be internally-aligned,and will provide for thermal expansion and contraction. Exposed sign corners will be 90 degree angles,unless otherwise specified. Fill and grind smooth joints and seams so that they are not visible on exposed areas of finished signs. 2.7 ANCHORS AND FASTENERS A. All fasteners including machine bolts, carriage bolts, nuts and washers, will be AISI Type I 304 conforming to ASTM A193. All exposed bolts will have tamperproof heads. Lubricate stainless steel threads using Loctite Graphite Antiseize Lubricant. Stainless Steel Fasteners,Neoprene Washers and Graphite Lubricant as available from McMaster- Carr Supply Company,New Brunswick,NJ tel: 908/329-3200. B. Anchors, inserts, fasteners, and adhesives will be compatible with sign materials; will not result in galvanic action or chemical interaction;and will be as recommended by the sign manufacturer for intended use and mounting substrate. 2.8 BANNERS AND BRACKETS I A. Banners will be double-sided; digital four color, 360 dpi, printing on 20 ounce coated block out 111 vinyl, with 3 ''/2" pole bracket pockets, top and bottom, reinforced seams, and one brass grommet placed in the vertical center point on the pole side of the banner. B. Banner Bracket will be double opposite arm, "Clamp On Mounting" Bracket, Arms, and Finials. I Length of arms will be as shown on approved Shop Drawings. Bracket, arms, and finial will be a round ball, '/2" in diameter larger than the bracket mounting arm. Finial will be hot-dip galvanized steel urethane-painted Dark Bronze to match OPPD light pole. Fasteners will be Stainless Steel. Custom bracket assembly manufactured by: Holophane 214 Oakwood Avenue, Newark, Ohio 43055. Omaha N. 24"' Street Phase VI SIGNS SP-10425-6 AECOM 04/22/10 1 URNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I PART 3-EXECUTION ICONSTRUCTION METHODS �� 3.1 GENERAL REQUIREMENTS 'A A. All Signs, Sign Structures, Posts, and Foundations will be fabricated, installed, and fastened in accordance with the approved Shop Drawings. And installed in a level, plumb I B. condition,true to the lines and grades shown on plans. The Contractor will be responsible for timing the delivery of all items so as to minimize on-site storage time prior to installation. All stored materials and items must be protected from weather, careless handling and vandalism. I C. Exposed bolts will be fastened with an approved semi-permanent adhesive to protect Iagainst vandalism. Fill the fastener slots on bolts for bench slats with a clear silicone sealer. D. Contractor will handle, pack,and ship in such a manner as to minimize damage to the finish. Upon arrival at job site it is the Contractor's responsibility to take equal precautions. Finishes that are damaged prior to final acceptance will touch-up painted using matching finish paint. IE. Joint Sealants for Signs will be placed following the manufacturer's instructions and recommendations for the particular application. Place sealant from one side only to avoid t trapping air. Work or flow sealant into place, filling all cavities. Shut down near-by I equipment which may cause vibration. Finished sealant surface will not be recessed and will not allow the ponding of water. I F. Shop drawings for all signs must include the following design criteria: wind loading, break-away brackets, break-away bracket securement. I. 3.2 SPECIAL REQUIREMENTS I The following special construction method requirements are in addition to the general requirements listed above. A. Examine surfaces to receive specified signage products. Verify that they are dry, level, properly dimensioned, structurally adequate, and otherwise suitable to permit installation. B. Install signs plumb and level, with surfaces free from distortion and other defects. I C. Mount signs at heights shown on drawings in accordance with the requirements ofth e g q Nebraska Department of Transportation,the City of Omaha and the Americans with IDisabilities Act. D. Protect installed signs as required with sheet plastic kraft paper. Before substantial Icompletion clean exposed surfaces and touch up damaged finishes. Omaha N. 24th Street Phase VI SIGNS SP-10425-7 AECOM 04/22/10 le. Fasteners will be Stainless Steel. Custom bracket assembly manufactured by: Holophane 214 Oakwood Avenue, Newark, Ohio 43055. Omaha N. 24"' Street Phase VI SIGNS SP-10425-6 AECOM 04/22/10 1 URNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 E. Repair materials: 1. Provide the following additional signage materials for storage by the Owner: a. one quart of each finish color paint used on the signs. F. The Signage Contractor will provide the Owner with any and all tools required to operate and maintain signs. 3.3 CLEAN-UP A. Keep all areas of work clean, neat and orderly at all times. 1 B. Clean up and remove all deleterious materials and debris from the entire work area prior to Final Acceptance. 3.4 ACCEPTANCE I A. Following installation of all sign items, request an acceptance inspection by the Owner and Landscape Architect. B. Following the inspection, the Landscape Architect will prepare a punch list of items to be completed prior to final acceptance. C. Following the completion of all punch list items, request a final inspection by the Owner and Landscape Architect. D. Make any changes requested by the Owner or the Landscape Architect prior to final acceptance of the work. PART 4: COMPENSATION 4.01 MEASUREMENT A. Work under each item will be measured according to the contract unit prices for each installed item listed in the itemized schedule contained under the following headings in the contract: BANNERS DOUBLE SIDED AND BRACKETS PAIR Banner Pair will include two double-sided fabric banners. Banner Bracket will include two side-by-side pole-mounted banner brackets. 4.02 BASIS OF PAYMENT A. Payment will be made according to the contract unit price for each item and shall constitute full compensation for complete compliance with requirements of this item, including all labor,equipment, materials,tools, incidental work, and construction methods. I Omaha N. 24th Street Phase VI SIGNS SP-10425-8 AECOM 04/22/10 it installation. B. Install signs plumb and level, with surfaces free from distortion and other defects. I C. Mount signs at heights shown on drawings in accordance with the requirements ofth e g q Nebraska Department of Transportation,the City of Omaha and the Americans with IDisabilities Act. D. Protect installed signs as required with sheet plastic kraft paper. Before substantial Icompletion clean exposed surfaces and touch up damaged finishes. Omaha N. 24th Street Phase VI SIGNS SP-10425-7 AECOM 04/22/10 le. Fasteners will be Stainless Steel. Custom bracket assembly manufactured by: Holophane 214 Oakwood Avenue, Newark, Ohio 43055. Omaha N. 24"' Street Phase VI SIGNS SP-10425-6 AECOM 04/22/10 1 URNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I END OF SECTION I I I I I I I I 1 I I I Omaha N. 24`" Street Phase VI SIGNS SP-10425-9 AECOM 04/22/10 it price for each item and shall constitute full compensation for complete compliance with requirements of this item, including all labor, ' equipment, materials, tools, incidental work,and construction methods. END OF SECTION • I I 1 1 I Omaha N 24th Street Phase VI PLANTING SP-800-11 AECOM 04/22/10 aa =a a °'W a .cIs.. cZ O ° N > (/D . W0 t E = '5 was w - z •0 U Wv 0 U ri) v) q .v_)... Z I 111 pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • 1 I NPDES CERTIFICATION STATEMENT I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site as part of this certification. Further, by my signature, I understand that I am becoming a co- permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Nebraska Department of Environmental Quality NPDES General Permit NER100000 for A Notice of Intent (NOI) Requesting Discharge Authorization for Storm Water from Construction Sites@ at the identified site. As a co- permittee, I understand that I, and my company, are legally required under the Clean Water Act and the Code of Nebraska, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit. I Project Name: Project Address: I Dated this day of , 20 (Authorized Signature and Title) (Print or Type) (Company Name) 1 (Address) (Telephone Number) I I I following headings in the contract: BANNERS DOUBLE SIDED AND BRACKETS PAIR Banner Pair will include two double-sided fabric banners. Banner Bracket will include two side-by-side pole-mounted banner brackets. 4.02 BASIS OF PAYMENT A. Payment will be made according to the contract unit price for each item and shall constitute full compensation for complete compliance with requirements of this item, including all labor,equipment, materials,tools, incidental work, and construction methods. I Omaha N. 24th Street Phase VI SIGNS SP-10425-8 AECOM 04/22/10 it installation. B. Install signs plumb and level, with surfaces free from distortion and other defects. I C. Mount signs at heights shown on drawings in accordance with the requirements ofth e g q Nebraska Department of Transportation,the City of Omaha and the Americans with IDisabilities Act. D. Protect installed signs as required with sheet plastic kraft paper. Before substantial Icompletion clean exposed surfaces and touch up damaged finishes. Omaha N. 24th Street Phase VI SIGNS SP-10425-7 AECOM 04/22/10 le. Fasteners will be Stainless Steel. Custom bracket assembly manufactured by: Holophane 214 Oakwood Avenue, Newark, Ohio 43055. Omaha N. 24"' Street Phase VI SIGNS SP-10425-6 AECOM 04/22/10 1 URNISHINGS 804-3 AECOM 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 I i I I I I MINORITY BUSINESS & WOMEN BUSINESS I • I 1 I I ENTERPRISE PLAN I . I Oct ober 2001 1 I cmXHA,A'4. �a4 Ir ��7 UIs�, r�: s� •Pgi ...4I A.T s PLANNING•OMAHA PLANNING DEPARTMENT Robert C.Peters,Director I CITY OF OMAHA City of Omaha Planning Department Omaha/Douglas Civic Center I 1819 Farnam Street 1 •Omaha,Nebraska 68183 E = '5 was w - z •0 U Wv 0 U ri) v) q .v_)... Z I 111 pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • I 4 MINORITY BUSINESS/WOMEN BUSINESS ENTERPRISE PLAN I INTRODUCTION Minority and women business sectors play an important part in Omaha's overall all plans for future growth, progress, and prosperity. It is vital to the City's economic condition and well-being that minority and women businesses expand, thrive and prosper, generating economic stability and increased job opportunities. Towards the fulfillment and accomplishment of these important objectives, the City of Omaha remains committed to minority and women business development. The City of Omaha's approach to minority/women business development is embedded in its policy of non- discrimination in the conduct of City business including the procurement of goods, materials and services, construction and community and economic development projects. The City recognizes its obligations to each segment of the various communities it serves. It is in recognition of these responsibilities that the City established the City's Contract Compliance Ordinance. The Ordinance commits the City to: I 1, Require contractors and/or vendors to provide employment opportunities without regard to race, color, sex, religion, or national origin; 2. Monitor contractor and vendor equal opportunity performance; and 3. Increase the total number and total dollar volume of City contracts awarded to minority-owned and women-owned firms. GOALS AND OBJECTIVES The following represents a summary of the goals and objectives of the Planning Department as they relate to minority and women-owned businesses: 1. Encourage, increase and promote business and procurement opportunities for women-owned businesses; 2. Increase and expand the awareness and understanding regarding the concerns, obstacles, and hindrances preventing increased MBE/WBE participation in Planning Department activities; I 3. Assist MBE's/WBE's through the revitalization of business districts; 4. Assist minority and female entrepreneurs in the formation and growth of new small businesses; and 5. Provide technical assistance to neighborhood organizations, MBE's and WBE's to increase their participation in the Planning Department programs and activities at all levels. j I SCOPE OF WORK In order to accomplish these objectives, the Planning Department will: 1. Require that recipients of grant awards, consulting contracts, or loans to develop and provide a MBE/WBE Utilization Plan. 2. Ensure that Requests for Proposals require the submission of MBE/WBE Utilization Plans. 3. Ensure that the programs of the Planning Department are advertised in the appropriate new media whose markets are targeted toward MBE/WBE, • 2 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 4. Implement an outreach effort informing MBE and WBE firms and capture information on these firms doing business with the Planning Department. 5. Implement a system to identify MBE and WBE firms and capture information on these firms doing �- business with the Planning Department. 6. Require developers, corporations, partnerships and/or sole proprietors to register with the Human Relations Department and the Purchasing Department. In addition, require these entities to: A. Complete CC-1 (Human Relations Department) B. Complete Bid List Registration }p g (Finance Department, Purchasing Division C. Complete Business Certification (Human Relations Department) 7. Require developers, corporations, partnerships and/or sole to 1 proprietors provide registration information on all sub-contractors. 8. Require loan agreements to include a statement that jobs created will be made available to low-to- 1 moderate income persons. The following application package has been developed to assist you in complying with our request for �i information on your business and all sub-contractors providing goods and/or services on projects financed by and/or implemented through an agreement with the City of Omaha. If you have any questions or require further assistance in completing the application package, please contact Mr. Kenneth Johnson, Sr. at 444-5165. • • • I 1 I I • i I 3 • the goals and objectives of the Planning Department as they relate to minority and women-owned businesses: 1. Encourage, increase and promote business and procurement opportunities for women-owned businesses; 2. Increase and expand the awareness and understanding regarding the concerns, obstacles, and hindrances preventing increased MBE/WBE participation in Planning Department activities; I 3. Assist MBE's/WBE's through the revitalization of business districts; 4. Assist minority and female entrepreneurs in the formation and growth of new small businesses; and 5. Provide technical assistance to neighborhood organizations, MBE's and WBE's to increase their participation in the Planning Department programs and activities at all levels. j I SCOPE OF WORK In order to accomplish these objectives, the Planning Department will: 1. Require that recipients of grant awards, consulting contracts, or loans to develop and provide a MBE/WBE Utilization Plan. 2. Ensure that Requests for Proposals require the submission of MBE/WBE Utilization Plans. 3. Ensure that the programs of the Planning Department are advertised in the appropriate new media whose markets are targeted toward MBE/WBE, • 2 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e MBE/WBE FOR EMPLOYMENT The following list of organizations is provided to assist you in identifying low-to-moderate income 111 persons for employment opportunities. You must make concerted efforts to hire low-to-moderate income persons and document specific actions taken to achieve these objectives. To help accomplish the above goals, the following agencies should be notified of initial employment opportunities for low to moderate income persons: Omaha Work Force Development Employment YWCA I Services 222 South 29th Street 2421 North 24th Street Omaha,NE 68131 Omaha,NE 68111 Peg Harriott,Executive Director 444-4700 345-6555 Work Force Development of Greater Omaha Omaha Opportunities Industrialization Center Blue Lion Centre 2724 North 24th Street 2421-23 North 24th Street Omaha,NE 68110 1 Omaha,NE 68110 Dr. Bernice Dodd,Executive Director Ola Anderson,Director 457-4222 444-3510 1 Urban League of Nebraska,Inc. Girls Incorporated of Omaha 3022-24 North 24th Street 2811.North 45th Street Omaha,NE 68110 Omaha,NE 68104 Marilyn McGary,President Miss Roberta,Executive Director I 453-9730 457-4676 { 1 � 1 4 • • • I 1 I I • i I 3 • the goals and objectives of the Planning Department as they relate to minority and women-owned businesses: 1. Encourage, increase and promote business and procurement opportunities for women-owned businesses; 2. Increase and expand the awareness and understanding regarding the concerns, obstacles, and hindrances preventing increased MBE/WBE participation in Planning Department activities; I 3. Assist MBE's/WBE's through the revitalization of business districts; 4. Assist minority and female entrepreneurs in the formation and growth of new small businesses; and 5. Provide technical assistance to neighborhood organizations, MBE's and WBE's to increase their participation in the Planning Department programs and activities at all levels. j I SCOPE OF WORK In order to accomplish these objectives, the Planning Department will: 1. Require that recipients of grant awards, consulting contracts, or loans to develop and provide a MBE/WBE Utilization Plan. 2. Ensure that Requests for Proposals require the submission of MBE/WBE Utilization Plans. 3. Ensure that the programs of the Planning Department are advertised in the appropriate new media whose markets are targeted toward MBE/WBE, • 2 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I MBE/WBE FOR GOODS AND SERVICES Your company must make vendors aware of your policy to support equal opportunity utilization of minority, disabled and women-owned businesses. To accomplish this goal, you must provide a copy of the approved MBE/WBE Participation Plan to all businesses providing goods and/or services to the project. Your company must provide the opportunity for Minority Business Enterprises and Women Business Enterprises to provide goods and services through all phases of the project. A concerted effort must be made to allow these businesses to actively compete for project contracts. This effort will include utilization of the following resources and documentation of your actions to achieve these objectives. Omaha Small Business Network, Inc. 2505 North 24th Street Omaha, NE 68110 Executive Director 453-5336 IHousing and Community Development Division City Planning 1819 Farnam Street,Room 1111 Omaha,NE 68183 Kenneth E. Johnson, Sr.,Economic Development Manager 444-5165 Nebraska Department of Economic Development Small Business (MBE/WBE/DBE) Assistance 301 Centennial Mall South Lincoln, NE 68509-4666 Steve Williams,Business Assistance Manager 471-3778 Purchasing Department 1819 Farnam Street,Room 1003 Omaha, NE 68183 John Leming,Purchasing Agent 444-5407 Human Relations Department Gail Kinsey Thompson,Director(444-5050) Contract Compliance(MBE/WBE) 1819 Fainam Street, Room 502 Omaha, NE 68183 I I 5 I he Planning Department as they relate to minority and women-owned businesses: 1. Encourage, increase and promote business and procurement opportunities for women-owned businesses; 2. Increase and expand the awareness and understanding regarding the concerns, obstacles, and hindrances preventing increased MBE/WBE participation in Planning Department activities; I 3. Assist MBE's/WBE's through the revitalization of business districts; 4. Assist minority and female entrepreneurs in the formation and growth of new small businesses; and 5. Provide technical assistance to neighborhood organizations, MBE's and WBE's to increase their participation in the Planning Department programs and activities at all levels. j I SCOPE OF WORK In order to accomplish these objectives, the Planning Department will: 1. Require that recipients of grant awards, consulting contracts, or loans to develop and provide a MBE/WBE Utilization Plan. 2. Ensure that Requests for Proposals require the submission of MBE/WBE Utilization Plans. 3. Ensure that the programs of the Planning Department are advertised in the appropriate new media whose markets are targeted toward MBE/WBE, • 2 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I MBE/WBE FOR GOODS AND SERVICES , Great Plains Minority Supplier Development Council F-, Greater Omaha Chamber of Commerce 1301 Harney Street Omaha, NE 68102 Terrie Miller,Director 345-5000 United Minority Contractors Association ! I 2221 North 24th Street Omaha,NE 68110 Al Epps,Executive Director 341-2177 Kathleen Piper,ADD/MED I Small Business Administration 11145 Mill Valley Road Omaha,NE 68154 221-7205 Hubert J. Carter,Jr., Deputy for Small Business I U.S. Corps of Engineers 215 North 17th Street Omaha,NE 68102 221-4110 111 6 q .v_)... Z I 111 pinlsf1424-cover letter Clerk - - Approved.f/ -4107 ,- Mayor - . • 1 City of Omaha BUSINESS QUALIFICATION RESUME DATE: I. FIRM IDENTIFICATION: COMPANY NAME STREET ADDRESS CITY STATE ZIP CODE BUSINESS PHONE HOME PHONE MONTH& YEAR ESTABLISHED II. OWNERSHIP OF FIRM: 111 IS THE FIRM OWNED AND CONTROLLED BY MEMBER OF MINORITY OR OTHER DISADVANTAGED GROUP?: YES 0 NO ❑ MINORITY ❑ WOMAN E N/A 0 TYPE OF OWNERSHIP: INDIVIDUAL ❑ PARTNERSHIP 0 CORPORATION ❑ IS 51% OWNED BY A MINORITY? YES 0 NO ❑ NAME AND ADDRESS OF ALL STOCKHOLDERS AND/OR PARTNERS: NAME,TITLE,HOME ADDRESS % OF OWNERSHIP I I I IIII. MANAGEMENT(USE SAME FORMAT FOR ADDITIONAL MANAGE MENT PERSONNEL): NAME POSITION 1 EDUCATION MANAGEMENT OR TECHNICAL TRAINING I 1 6/22/90 7 j ,- Mayor - . • i 111 City of Omaha CONTRACTOR INFORMATION FORIVI: DATE: PROJECT ADDRESS OWNER INFORMATION: (To be filled out by the City of Omaha) OWNER'S NAME OWNER'S ADDRESS CITY/STATE/ZIP CODE OWNER'S PHONE NUMBER OWNER'S FEDERAL TAX IDENTIFICATION NUMBER: MINORITY INFORMATION: The Owner meets the following criteria; MINORITY ❑ WOMAN [ N/A Li (If the company does not have a Federal Tax Identification Number, then provide the Owner's Social Security Number.) I GENERAL CONTRACTOR INFORMATION: COMPANY'S NAME J I COMPANY'S ADDRESS CITY/STATE/ZIP CODE I COMPANY'S PHONE NUMBER COMPANY'S FEDERAL TAX IDENTIFICATION NUMBER: MINORITY INFORMATION: j The Company meets the following criteria: MINORITY ❑ WOMAN ❑ N/A El CONTRACT AMOUNT: SUBCONTRACTOR LIST: SUBCONTRACTOR TRADE FED. I.D. # 1'hI.FPHONE# MINORITY INFO.: ❑ MINORITY CONTRACT AMOUNT: E WOMAN ❑ N/A SUBCONTRACTOR TRADE FED.I.D. # TELEPHONE# MINOR ITY INFO.: ❑ MINORITY ❑ WOMAN CONTRACT AMOUNT: ❑ N/A 8 407 Human Relations Department Gail Kinsey Thompson,Director(444-5050) Contract Compliance(MBE/WBE) 1819 Fainam Street, Room 502 Omaha, NE 68183 I I 5 I he Planning Department as they relate to minority and women-owned businesses: 1. Encourage, increase and promote business and procurement opportunities for women-owned businesses; 2. Increase and expand the awareness and understanding regarding the concerns, obstacles, and hindrances preventing increased MBE/WBE participation in Planning Department activities; I 3. Assist MBE's/WBE's through the revitalization of business districts; 4. Assist minority and female entrepreneurs in the formation and growth of new small businesses; and 5. Provide technical assistance to neighborhood organizations, MBE's and WBE's to increase their participation in the Planning Department programs and activities at all levels. j I SCOPE OF WORK In order to accomplish these objectives, the Planning Department will: 1. Require that recipients of grant awards, consulting contracts, or loans to develop and provide a MBE/WBE Utilization Plan. 2. Ensure that Requests for Proposals require the submission of MBE/WBE Utilization Plans. 3. Ensure that the programs of the Planning Department are advertised in the appropriate new media whose markets are targeted toward MBE/WBE, • 2 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I City of Omaha. ISUBCONTRACTOR LIST: (Continuation) SUBCONTRACTOR TRADE FED. I.D. # TELEPHONE# MINORITY INFO.: ❑ MINORITY I CONTRACT AMOUNT: E WOMAN N/A ISUBCONTRACTOR TRADE FED. I,D. # TELEPHONE# MINORITY INFO.: ------ ❑ MINORITY ICONTRACT AMOUNT: 0 WOMAN ❑ N/A SUBCONTRACTOR TRADE FED.I.D.# TRT,EPHONE# MINORITY INFO.: I ' "---- ❑ MINORITY CONTRACT AMOUNT: ❑ WOMAN I N/A SUBCONTRACTOR TRADE FED.. I.D. # TELEPHONE# MINORITY INFO.: I — ❑ .MINORITY CONTRACT AMOUNT: ❑ WOMAN El N/A ISUBCONTRACTOR TRADE FED. T.D. # TELEPHONE# MINORITY INFO.: ❑ MINORITY I CONTRACT AMOUNT: ❑ WOMAN 0 N/A SUBCONTRACTOR TRADE - FED. I.D. # TELEPHONE# MINORITY INFO.: I 0 MINORITY CONTRACT AMOUNT: ❑ WOMAN I ❑ N/A SUBCONTRACTOR TRADE FED. I.D. # TET.FpHONE# MINORITY INFO.: I ❑ MINORITY CONTRACT AMOUNT: El WOMAN ❑ N/A I SUBCONTRACTOR TRADE FED, I.D. # TB!.RPHONE# MINORITY INFO.: C MINORITY I CONTRACT AMOUNT: E WOMAN ❑ N/A I 9 02 Omaha, NE 68183 I I 5 I he Planning Department as they relate to minority and women-owned businesses: 1. Encourage, increase and promote business and procurement opportunities for women-owned businesses; 2. Increase and expand the awareness and understanding regarding the concerns, obstacles, and hindrances preventing increased MBE/WBE participation in Planning Department activities; I 3. Assist MBE's/WBE's through the revitalization of business districts; 4. Assist minority and female entrepreneurs in the formation and growth of new small businesses; and 5. Provide technical assistance to neighborhood organizations, MBE's and WBE's to increase their participation in the Planning Department programs and activities at all levels. j I SCOPE OF WORK In order to accomplish these objectives, the Planning Department will: 1. Require that recipients of grant awards, consulting contracts, or loans to develop and provide a MBE/WBE Utilization Plan. 2. Ensure that Requests for Proposals require the submission of MBE/WBE Utilization Plans. 3. Ensure that the programs of the Planning Department are advertised in the appropriate new media whose markets are targeted toward MBE/WBE, • 2 04/22/10 I Standard. I 4. Galvanized surfaces damaged by welding or other causes shall be wire brushed to remove all loose or cracked zinc coating and re-galvanized with a 95 percent zinc cold galvanizing a Omaha N. 24th Street Phase VI SITE FURNISHINGS 804-1 AECOM 04/22/10 202-5 AECOM I04/22/10 orm thickness as shown on the PLANS. I S.P.- 9 4 of 5 d by the cylinders shall be considered acceptable if the compressive strength of the remaining 28-day cylinder is greater than the strength listed in Table 1 below. In the event that the test results of both cylinders are discarded, or if the cylinders are S.P.- 9 1 of 5 elations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his !y subcontractors. ■ 7. The contractor shall include the provisions of paragraphs(1)through (7)of this section, "Equal employment opportunity clause," and section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. A-1 2/2010 9� t.• Secretary • •Z: :Z• I 'a' 1933 :•c' • POA 0005 (1/09) • • •......• I inated if such lawful presence cannot be verified as required by Neb.Rev. Stat. §4-108. I Construction C-3 10/2009 f Omaha Public Water Works Department 1819 Farnam St. Omaha NE 6 B 16 3 AUTHORIZED REPRESENTATIVE ef2,i.1_, 1 12.41,,:_aftt . _ I ©1989.2009 ACORD CORPORATION. All right,reserved, ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD /': - - ° �0�1n 1,1 f/ "`�9sO 05 o? , 1= m .`12.4,4"1 % ofof ; �ATf •p��� oN p oo > �mv�apOimmm�> o m> a> m \ �m�m r am r 1C7 _ o xm�OO. �m iN 9� A0 * - ONL. g;i 1 1 I. •'4, C''\'a.+y x p 1 A u2-i� z E m Cmo20r�n °Dmm b.� om 2 y y\F1'1 , N ,E!:‘, g om o i : 0,7,600g>z�'o 00 ;o = i�oz o i o cci y> v ° �yp/1 o1- �>z�E,.9aoom 9,ii g [m1 X; tz cci o om n o 1 y 2 •• i 6 -9 ii6258 M agog- - $ ANz. V 2 ° O NK ° r- 9 �_ lI,o.,mt.omC20, r 2 Z� ti O OT y m O •m _: rr1-. 2�-1Oyml-Amm V1 Ap=A i i -��(11 53' n o tAAimF �i G am o z ;: NHr . . s =fs . ...?f v i "m �m �4; % A :�a44 yln o 2 4 0 THOMPSON,DREESSEN&DORNER,INC. PIONEER SQUARE A x ° o g F.i s g2 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I I i air iederaI Labor Standards Provisions U.S. Department of Housing And Urban Development (,(1) `4-01 bitppjicability he Project or Program to which the construction work covered by this contract HUD or its designee shall refer the questions,including the views of all rtains Is being assisted by the United Stales of America and the following interested parties and the recommendation of HUD or its designee,to the ederal Labor Standards Provisions are included in this Contract pursuant to the Administrator for determination. The Administrator, or an authorized provisions applicable to such Federal assistance, representative,will issue a determination within 30 days of receipt and so A.1.(I)Minimum Wages.All laborers and mechanics employed or workingI advise HUD arils designee or will notify HUD or it designee within the 30-day on the site of the work(or under the United States Housing Act of 1937 or period that additional time Is necessary. (Approved by the Office of der the Housing Act of 1949 In the construction or development of the Management and Budget under OMB Control Number 1215-0140.) project),will be paid unconditionally and not less often than once a week,and (d)The wage rate(including fringe benefits where appropriate) without subsequent deduction or rebate on any account(except such payroll determined pursuant to subparagraphs(1)(b)or(c)of this paragraph,shall be Auctions as are permitted by regulations issued by the Secretary of Labor paid to all workers performing work In the classification under this con-tract from nder the Copeland Act(29 CFR Part 3),the full amount of wages and bone• the first day on which work is performed in the classification, rde fringe benefits(or cash equivalents thereof)due at time of payment (ill)Whenever the minimum wage rate prescribed in the contract for a class computed at rates not less than those contained in the wage determination of of laborers or mechanics includes a fringe benefit which Is not expressed as an e Secretary of Labor which Is attached hereto and made a part hereof,gardle hourly rate,the contractor shall either pay the benefit as stated in the wage ss of any contractual relationship which may be alleged to exist determination or shall pay another bona fide fringe benefit or an hourly cash etween the contractor and such laborers and mechanics. Contributions made equivalent thereof. or costs reasonably anticipated for bona fide fringe benefits under Section (iv)if the contractor does not make payments to a trustee or other third (b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are person,the contractor may consider as part of the wages of any laborer or nsidered wages paid to such laborers or mechanics,subject to the provisions mechanic the amount of any costs reasonably anticipated In providing bone f 29 CFR 5.5(a)(1)(iv);also,regular contributions made or costs Incurred for fide fringe benefits under a plan or program,Provided,That the Secretary of more than a weekly period(but not less often than quarterly)under plans,funds, Labor has found,upon the written request of the contractor,that the applicable or programs,which cover the particular weekly period,are deemed to be standards of the Davis-Bacon Act have been met, The Secretary of Labor may 0r onstructively made or incurred during such weekly period. require the contractor to set aside in a separate account assets for the meeting Such laborers and mechanics shall be paid the appropriate wage rate and of obligations under the plan br program. (Approved by the Office of Inge benefits on the wage determination for the classification of work actually Management of Budget under OMB Control Number 1215-0140.) performed,without regard to skill,except'es provided in 29 CFR Part 5.5(a)(4). 2.Withholding. HUD or Its designee shall upon its own action or upon written aborers or mechanics performing work in more than one classification may be request of an authorized representative of the Department of Labor withhold or I ompensated at the rate specified for each classification for the time actually orked therein: Provided,That the employer's pay-roll records accurately set cause to be withheld from the contractor under this contract of any otherFederal contract with the same prime contractor,or any other Federally-assisted forth the time spent in each classification in which work is performed. The wage contract subject to Davis-Bacon prevailing wage requirements,which Is held by elerminalion(including any additional classification and wage ratesI the same prime contractor so much of the accrued payments or advances as onformed under 29 CFR Part 5.5(a)(1)(il)and the Davis-Bacon poster(WH- may be considered necessary to pay laborers and mechanics,Including 321)shall be posted at all times by the contractor and its subcontractors at the apprentices,trainees and helpers employed by the contractor or'any site of the work in a prominent and accessible place where It can be easily seen subcontractor the full amount of wages required by the contract. In the event of by the workers. failure to pay any laborer or mechanic,including any apprentice,trainee or (ii) (a)Any class of laborers or mechanics which is not listed In the wage helper,employed or working on the site of the work(or under the United States etermination and which Is to be employed under the contract shall be Housing Act of 1937 or under the Housing Act of 1949 in the construction or assified in conformance with the wage determination. HUD shall approve an development of the project),all or part of the wages required by the contract, additional classification and wage rate and fringe benefits therefore only when HUD or Its designee may,after written notice to the contractor,sponsor, le following criteria have been met. applicant,or owner take such action as may be necessary to cause the (1)The work to be performed by the classification requested is not suspension of any further payment advance or guarantee of funds until such erformed by a classification In the wage determination;and violations have ceased. HUD or Its designee may, atter written notice to the (2)The classification Is utilized in the area by the construction contractor disburse such amounts withheld for and on account of the contractor •ndustry;and or sub-contractor to the respective employees to whom they are due. The (3)The proposed wage rate,including any bona fide fringe benefits, Comptroller General shall make such disbursements in the case of direct Davis- ears a reasonable relationship to the wage rates contained in the wage Bacon Act contracts. ' eterminatlon, 3,(I)Payrolls and basic records. Payrolls and basic records relating thereto (b)If the contractor and the laborers and mechanics to be employed In shall be maintained by the contractor during the course of the work preserved e classification (If known),or their representatives,and HUD or its designee for a period of three years thereafter for all laborers and mechanics working at gree on the classification and wage rate(including the amount designated for the site of the work(or under the United States Housing Act of 1937,or under 'inge benefits where appropriate),a report of the action taken shall be sent by the Housing Act of 1949,in the construction or development of the project). HUD or Its designee to the Administrator of the Wage and Hour Division, Such records shall contain the name,address,and social security number of fmpioyment Standards Administration,U.S.Department of Labor,Washington, each such worker,his or her correct classification,hourly rates of wages paid C, 20210. The Administrator,or an authorized representative,will approve, (including rates of contributions or costs anticipated for bona fide fringe benefits edify,or disapprove every additional classification action within 30 days of . or cash equivalents thereof the types described In Section 1(b)(2)(B)of the receipt and so advise HUD or Its designee or will notify HUD or its designee Davis-Bacon Act),daily and weekly number of hours worked,deductions made within the 30-day period that additional time is necessary. (Approved by the and actual wages paid. Whenever the Secretary of Labor has found under 29 ffice of Management and Budget under OMB control number 1215-0140),I (c)In the event the contractor,the laborers or mechanics to be CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or .mployed in the classification or their representatives,and HUD or Its designee program described in Section 1(b)(2)(B)of the Davis-Bacon Act,the contractor :Jo not agree on the proposed classification and wage rate(including the shall maintain records which show that the commitment to provide such benefits mount designated for fringe benefits,where appropriate). is enforceable,that the plan or program is financially responsible,and that the plan or program has been revious Edition is Obsolete HUD-4010(2-84) ( I I communicated in writing to the laborers or mechanics affected,and records addition,any apprentice performing work on the job site in excess of the ratio which show the costs anticipated or the actual cost incurred in providing such permitted under the registered program shall be paid not less than the benefits. Contractors employing apprentices or trainees under approved applicable wage rate on the wage determination for the work actually programs shall maintain written evidence of the registration of apprenticeship performed. Where a contractor Is performing construction on a project in a programs and certification of trainee programs the registration of the locality other than that in which Its program is registered,the ratios and wage apprentices and trainees,and the ratios and wage rates prescribed in the rate(expressed in percentages of the Journeyman's hourly rate specified in the applicable programs. (Approved by the Office of Management and Budget registered program for the apprentice's level of progress expressed as a under OMB Control Numbers 1215.0140 and 1215-0017.) percentage of the journeymen hourly rate specified in the applicable wage (II)(a)The contractor shall submit weekly for each week In which any determination. Apprentices shall be paid fringe benefits In accordance with the contract work is performed a copy of all payrolls to HUD or its designee If the provisions of the apprenticeship program. If the apprenticeship program does agency Is a party to the contract,but If the agency Is not such a party,the not specify fringe benefits apprentices must be paid the full amount of fringe contractor will submit the payrolls to the applicant,sponsor,or owner,as the benefits listed on the wage determination for the applicable classification. If case may be,for transmission to HUD or its designee. The payrolls submitted the Administrator determines that a different practice prevails for the applicable shall set out accurately and completely all the information required to be apprentice classification,fringes shall be paid In accordance with that • maintained under 29 CFR Part 5.5(a)(3)(I). This information may be submitted determination. In the event the Bureau of Apprenticeship and Training,or a In any form desired. Optional Form WH-347 is available for this purpose and State Apprenticeship Agency recognized by the Bureau withdraws approval of may be purchased from the Superintendent of Documents(Federal Stock an apprenticeship program,the contractor will no longer be permitted to utilize Number 029.005-00014-1),U.S.Government Printing Office,Washington,DC apprentices at less than the applicable predetermined rate for the work 20402. The prime contractor is responsible for the submission of copies of performed until an acceptable program is approved. payrolls by all subcontractors. (Approved by the Office of Management and (Ii)Trainees. Except as provided In 29 CFR 5.16,trainees will not be Budget under OMB Control Number permitted to work at less than the predetermined rate for the work performed •` 1215-0149,) unless they are employed pursuant to and individually registered in a program (b)Each payroll submitted shall be accompanied by a"Statement of which has received prior approval evidenced by formal certification by the U.S. Compliance"signed by the contractor or subcontractor or his or her agent who Department of Labor,Employment and Training Administration. The ratio of pays or supervises the payment of the persons employed under the contract and trainees to journeymen on the Job site shall not be greater than permitted under shall certify the following: the plan approved by the Employment and Training Administration. Every (1)That the payroll for the payroll period contains the information trainee must be paid at not less than the rate specified in the approved program required to be maintained under 29 CFR Part 5.5(a)(3)(I)and that such for the trainee's level of progress expressed as a percentage of the journeyman I information Is correct and complete; hourly rate specified In the applicable wage determination, Trainees shall be (2)That each laborer or mechanic(including each helper,apprentice, paid fringe benefits in accordance with the provisions of the trainee program. If and trainee)employed on the contract during the payroll period has been paid the trainee program does not mention fringe benefits listed on the wage the full weekly wages earned without rebate either directly or Indirectly,and determination unless the Administrator of the Wage and Hour Division that no deductions have been made either directly or indirectly from the full determines that there is an apprenticeship program associated with the wages earned other than permissible deductions as set forth In 29 CFR Part 3; corresponding journeyman fringe benefits for apprentices. Any employee listed (3)That each laborer or mechanic has been paid not less than the on the payroll at a trainee rate who Is not registered and participating in a applicable wage rates and fringe benefits or cash equivalents for the training plan approved by the Employment and Training Administration shall classification of work performed as specified in the applicable wage be paid not less than the applicable wage rate on the wage determination for determination Incorporated in the contract. the work actually performed. In addition,any trainee performing,work on the (c)The weekly submission of a properly executed certification set forth on job site not less than the applicable wage rate on the wage determination for the reverse side of Optional Form WH-347 shall satisfy the requirement for the work actually performed. in the event the Employment and Training submission of the"Statement of Compliance"required by paragraph A,3.(II)(b) Administration withdraws approval of a training program,the contractor will no of this section. longer be permitted to utilize trainees at less than the applicable • (iii)The contractor or subcontractor shall make the records required under predetermined rate for the work performed until an acceptable program is paragraph A.3.(I)of this section available for inspection,copying,or approved. transcription by authorized representatives of HUD or its designee or the (ill)Equal employment opportunity. The utilization of apprentices, Department of Labor,and shall permit such representatives to interview trainees and journeymen under this part shall be in conformity with the equal employees during working hours on the job. If the contractor or subcontractor employment opportunity requirements of Executive Order 11246,as amended, fails to submit the required records or to make them available,HUD or Its and 29 CFR Part 30. designee may after written notice to the contractor,sponsor,applicant,or 6, Compliance with Copeland Act requirements.The contractor shall owner,lake such action as may be necessary to cause the suspension of any comply with the requirements of 29 CFR Part 3 which ere Incorporated by further payment, advance,or guarantee of funds. Furthermore,failure to submit reference In this contract. the required records upon request or to make such records available may be 6. Subcontracts. The contractor or subcontractor will Insert in any grounds for debarment action pursuant to 29 CFR Part 5.12. subcontracts the clauses contained in 29 CFR 5.5(a)(1)through(10)and such 4,(I)Apprentices and Trainees.Apprentices.Apprentices will be permitted other clauses as HUD or its designee may by appropriate Instructions require to work at less than the predetermined rate for the work they per-formed when and also a clause requiring the subcontractors to include these clauses in any 111 they are employed pursuant to and Individually registered In a bone fide lower tier subcontracts. The prime contractor shall be responsible for the apprenticeship program registered with the U.S.Department of Labor, compliance by any subcontractor or lower tier subcontractor with all the contract Employment and Training Administration,Bureau of Apprenticeship and clauses in 29 CFR Part 5.5. Training,or with a State Apprenticeship Agency recognized by the Bureau,or If 7. Contract termination;debarment. A breach of the contract clauses in 29 a person is employed in his or her first 90 days of probationary employment as CFR 5.5 may be grounds for termination of the contract,and for debarment as a an apprentice In such an apprenticeship program,who is not individually contractor and a subcontractor as provided in 29 CFR 5,12.registered In the program,but who has been certified by the Bureau of 6. Compliance with Davis-Bacon and Related Act Requirements.All Apprenticeship and Training or a State Apprenticeship Agency(where rulings and interpretations of the Davis-Bacon and Related Acts contained in 28 appropriate)to be eligible for probationary employment as an apprentice. The CFR Parts 1,3 and 5 are herein incorporated by reference in this contract. allowable ratio of apprentices to journeymen on the Job site in any craft 9. Disputes concerning labor standards. Disputes arising out of the labor classification shall net be greater than the ratio permitted to the contractor as to standards provisions of this contract shall not be subject to the generaldisputes the entire work force under the registered program. Any worker listed on a clause of this contract, Such disputes shall be resolved in accordance with the payroll et an apprentice wage rate,who is not registered or otherwise employed procedures of the Department of Labor set forth in 29 CFR Parts 5,6,and 7, .as stated above,shall be paid not less than the applicable wage rate on the Disputes within the meaning of this clause Include disputes wage determination for the classification of work actually performed. In between the contractor(or any of its subcontractors)and HUD or its designee. I I I I the U.S.Department of Labor,or the employees or their representatives.10.p)Certification of Eligibility. By entering Into this contract the con-tractor Such liquidated damages shall be computed with respect to each Individual I Icertifies that neither it(nor he or she)nor any person or firm who has an interest laborer or mechanic,including watchmen and guards,employed in violation of in the contractor's firm is a person or firm ineligible to be awarded Government the clause set forth in sub-paragraph(1)of this paragraph,in the sum of S10 for contracts by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1) each calendar day on which such individual eras required or permitted to work or to be awarded HUD contracts or participate In HUD programs pursuant to 24 in excess of the standard workweek of forty hours without payment of the ii CFR Part 24, overtime wages required by the clause set forth In subparagraph(1)of this (II)No part of this contract shall be subcontracted to any person or firm paragraph. ineligible for award of a Government contract by virtue of Section 3(a)of the (3)Withholding for unpaid wages and liquidated damages.HUD or Its • Davis-Bacon Act or 29 CFR 4.12(a)(1)or to be awarded HUD contract or designee shall upon Its own action or upon written request of an authorized participate In HUD programs pursuant to 24 CFR Part 24. representative of the Department of Labor withhold or cause to be withheld I (Ili)The penalty for making false statements Is prescribed in the U.S. from any moneys payable on account of work performed by the contractor or Criminal Code 18 U.S.C.1001. Additionally,U.S.Criminal Code Section subcontractor under any such contract or any other Federal contract with the 1010,Title 18 U.S.C."Federal Housing Administration transactions"provides In same prime contract or any other Federally-assisted con-tract subject to the 1 part"Whoever,for the purpose of...influencing In any way the action of such Contract Work Hours and Safety Standards Act which is held by the same prime IAdministration...makes,utters or publishes any statement knowing the same to contractor such sums as may be determined to be necessary to satisfy any be false,..shall be fined not more than 55,000 or imprisoned not more than two liabilities of such contractor or subcontractor for unpaid wages and liquidated years or both." damages as provided In the clause set forth in subparagraph(2)of this (11). Complaints,Proceedings,or Testimony by Employees.No laborer or paragraph. mecharfc to whom the wage,salary,or other labor standards provisions of this (4)Subcontracts. The contractor or subcontractor shall Insert In any Contract are applicable shall be discharged or in any other manner subcontracts the clauses set forth In subparagraph(1)through(4)of this discriminated against by the Contractor or any subcontractor because such paragraph and also a clause requiring the subcontractors to Include these employee has filed any complaint or Instituted or caused to be instituted any clauses In any lower tier subcontracts. The prime contractor shall be proceeding or has testified or is about to testify In any proceeding under or responsible for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 Page 1 of 6 IIGeneral Decision Number: NE100001 03/26/2010 NE1 IIISuperseded General Decision Number: NE20080001 State: Nebraska IIConstruction Types: Heavy and Highway Counties: Douglas, Sarpy, Saunders and Washington Counties in Nebraska. II • HEAVY CONSTRUCTION PROJECTS (does not include water well. drilling) ; HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, II building structures in rest area projects, and railroad construction; bascule, suspension & spandrel arch bridges; bridges designed for commercial navigation; bridges involving I marine construction; other major bridges) SAUNDERS COUNTY (EAST OF HWY. 4109 EXTENDED NORTH AND SOUTH TO THE COUNTY LINE) 11 Modification Number Publication Date 0 03/12/2010 1 03/26/2010 I/ CARP0444-002 06/01/2009 i Rates Fringes 11 CARPENTER $ 23 .94 9.25 Piledriver $ 23 .81 8.23 . ELEC0022-002 06/01/2009 DOUGLAS AND SARPY COUNTIES; SAUNDERS COUNTY (east of Hwy. #109 and north of U.S. Alternate Highway No. 30 (Route 92) ) ; AND WASHINGTON COUNTY: Rates Fringes II ELECTRICIAN $ 30,75 1%+12.24 IIELECO265-001 06/01/2009 SAUNDERS COUNTY (east of Hwy. #109 and south of U.S. Alternate Hwy. No. 30 (Route 92) ) : Rates Fringes IIElectricians: Zone 1 $ 25.12 4 .5%+8.65 Zone 2 $ 25.42 4.5%+8.65 Zone 3 $ 25.72 4 .5%+8.65 1/ Zone 4 $ 26.12 4 .5%F8.65 ZONE DEFINITIONS: II Zone 1: 0 to 35 miles from the main Post Office in Lincoln, Ihttp://www.wdol.gov/wdol/scaliles/davisbacon/NE1.dvb 4/19/2010 deral Housing Administration transactions"provides In same prime contract or any other Federally-assisted con-tract subject to the 1 part"Whoever,for the purpose of...influencing In any way the action of such Contract Work Hours and Safety Standards Act which is held by the same prime IAdministration...makes,utters or publishes any statement knowing the same to contractor such sums as may be determined to be necessary to satisfy any be false,..shall be fined not more than 55,000 or imprisoned not more than two liabilities of such contractor or subcontractor for unpaid wages and liquidated years or both." damages as provided In the clause set forth in subparagraph(2)of this (11). Complaints,Proceedings,or Testimony by Employees.No laborer or paragraph. mecharfc to whom the wage,salary,or other labor standards provisions of this (4)Subcontracts. The contractor or subcontractor shall Insert In any Contract are applicable shall be discharged or in any other manner subcontracts the clauses set forth In subparagraph(1)through(4)of this discriminated against by the Contractor or any subcontractor because such paragraph and also a clause requiring the subcontractors to Include these employee has filed any complaint or Instituted or caused to be instituted any clauses In any lower tier subcontracts. The prime contractor shall be proceeding or has testified or is about to testify In any proceeding under or responsible for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 Page 2 of 6 NE Zone 2: 36 to 50 miles from the main Post Office in Lincoln, I I NE Zone 3: 51 to 75 miles from the main Post Office in Lincoln, NE Zone 4: 76 miles and over from the main Post Office in Lincoln, NE FOOTNOTE: Work on scaffolds, hanging scaffolds, boatswains chairs or ladders, etc. , in any area where the worker is in a position to fall 40 ft, or more, or where objects above theI/ worker can fall 40 ft, or more: to be paid one and one-half times the straight- time rate of pay. ZONE DEFINITIONS: Zone 1: 0 to 35 miles from the main Post Office in Lincoln, NE Zone 2: 36 to 50 miles from the main Post Office in Lincoln, NE Zone 3: 51 to 75 miles from the main Post Office in Lincoln, NE Zone 4 : 76 miles and over from the main Post Office in Lincoln, NE ELEC1525-001 09/01/2009 LINE CONSTRUCTION: Rates Fringes Line technicians: Cable Splicer; Lineman Welder $ 34.25 13.83 Equipment Operator $ 28.59 12.33 Groundman $ 20.61 10.21 Lineman/Line Technician $ 31.86 13.20 Truck Driver $ 22.88 10.81 ELEC1525-002 09/01/2009 Rates Fringes I Traffiic signal, street light and underground work: Cable Splicer; Lineman Welder $ 34.25 13.83 Equipment Operator $ 28.59 12.33 Groundman $ 20.61 10.21 Lineman/Line Technician $ 31.86 13.20 Truck Driver $ 22.88 10.81 ENG10571-003 06/01/2009 Rates Fringes Power Equipment Operator ' http://vvww.wdol.gov/wdol/scafiles/davisbacon/NEl.dvb 4/19/2010 scaliles/davisbacon/NE1.dvb 4/19/2010 deral Housing Administration transactions"provides In same prime contract or any other Federally-assisted con-tract subject to the 1 part"Whoever,for the purpose of...influencing In any way the action of such Contract Work Hours and Safety Standards Act which is held by the same prime IAdministration...makes,utters or publishes any statement knowing the same to contractor such sums as may be determined to be necessary to satisfy any be false,..shall be fined not more than 55,000 or imprisoned not more than two liabilities of such contractor or subcontractor for unpaid wages and liquidated years or both." damages as provided In the clause set forth in subparagraph(2)of this (11). Complaints,Proceedings,or Testimony by Employees.No laborer or paragraph. mecharfc to whom the wage,salary,or other labor standards provisions of this (4)Subcontracts. The contractor or subcontractor shall Insert In any Contract are applicable shall be discharged or in any other manner subcontracts the clauses set forth In subparagraph(1)through(4)of this discriminated against by the Contractor or any subcontractor because such paragraph and also a clause requiring the subcontractors to Include these employee has filed any complaint or Instituted or caused to be instituted any clauses In any lower tier subcontracts. The prime contractor shall be proceeding or has testified or is about to testify In any proceeding under or responsible for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 11 Page 3 of 6 IIGroup 1 $ 15.91 7.45 Group 2 $ 19.90 7.45 I Group 3 $ 21.58 7.45 Group 4 $ 22.37 7,45 Group 5 $ 25.56 7.45 11 Group 1: • Oiler, Greaser, Air Compressors, Welding machines, Pumps, Rollers, Hydro Hammer, Concrete Pumps, Rubber Tired Farm Tractors, Spread Oiler less than 2 years experience. I Group 2: Offroad heavy haulers, Rough Dozer, Rough Blade, Cure & Tyne Machine, Pug Mill, Ferguson type tractors (Workbull with high tecco) , Asphalt Roller, Forklift, Oil Distributor, Boom Trucks under 50001bs, Self-Propelled I Compactor, Scrapers and Tractor-Scraper Combination (With less than 2 years experience) . 1 Group 3: One & Two Drum hoits, Tuggers, Trenchers, Concrete 11 spreader & Finishing Machine, Loaders, Spread Oiler more than 2 years experience, Bantam Type Tamper, Rubber Tired Tractor Backhoe, Finish Dozer, Scraper and Tractor-Scraper Combination (with less than 3 years experience) . I Group 4: Trimmers, Backhoes/Excavator, Machanic, Slipform Pavers, Asphalt Plants-Concrete Plants, Laydown machines, II Concrete Pump Trucks, Finish Blade, Scraper and Tractor-Scraper Combination (with more than.3 years experience) . I Group 5: Cranes, Bridge Desk Finishers, Excavator used for hoisting to construct Bridges and Box Culverts. II FOOTNOTES: Operation of an articulating, Pitman type boom truck with single axle truck and lift capacity of less than 5,000 lbs. , used to put construction materials in place: 90t of Ithe group 2 rate. When two (2) scraper units or two push cat units capable of operating separately are hooked together in tandem for II single operation, the operator shall receive twenty-five cents ($0.25) over the classification worked. I When air compressors are used for operating the hammer when pulling or driving pile and the compressor operator is required to operate the air valve for such hammer, such compressor operator shall receive the top wage rate. IIOperators working in tunnels and caverns under compressed or free air shall receive forty cents ($0.40) above their classification. IIHazardous waste removal work requiring the wearing of personal protective equipment and/or suits, to be paid as follows: I Class A: $3.00 additional per hour Class B: 2.00 additional per hour Class C: 1.00 additional per hour Class D: no premium pay. II http://www.wdol.gov/wdol/scafiles/davisbacon/NEl.dvb 4/19/2010 IIE rovisions of this (4)Subcontracts. The contractor or subcontractor shall Insert In any Contract are applicable shall be discharged or in any other manner subcontracts the clauses set forth In subparagraph(1)through(4)of this discriminated against by the Contractor or any subcontractor because such paragraph and also a clause requiring the subcontractors to Include these employee has filed any complaint or Instituted or caused to be instituted any clauses In any lower tier subcontracts. The prime contractor shall be proceeding or has testified or is about to testify In any proceeding under or responsible for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 11 Page 4 of 6 L II IRON0021-003 06/01/2009 Rates Fringes • IRONWORKER $ 26.50 9.97 * LAB01140-001 10/01/2008 DOUGLAS and SARPY COUNTIES; SAUNDERS COUNTY (east of Hwy. #109) Rates Fringes LABORER I/ Form setter, pre-cast manhole setter, inlet builder $ 18.09 6.80 General Laborer $ 17.36 6.80 Mortar mixer, Concrete saw operator, Pipelayer and Chain saw operator $ 17.65 6.80 LAB01140-003 10/01/2008 WASHINGTON COUNTY Rates Fringes Laborers: 11 Form setter, pre-cast manhole setter, inlet builder $ 18.09 6.80 PAIN0081-010 06/01/2009 1 Rates Fringes PAINTER $ 20.53 6.70 j 1 FOOTNOTES: Work performed above 75 ft. on suspended staging: $.50 per hour additional. 11 Spray machine operator: $.50 per hour additional. Nozzle operator for sandblasting and waterblasting (waterblasting more than 10, 000 PSI) (including all side arm grinder operators engaged in removing paint or preparing for painting) : $.50 per hour additional. S0NE1988-001 12 20 1988 Rates Fringes ' CEMENT MASON/CONCRETE FINISHER. . .$ 13,62 3.00 SUNE1993-001 08/05/1993 I 1 { Rates Fringes http://www.wdol,gov/wdol/scafiles/davisbacon/NEI.dvb 4/19/2010 1 rate. When two (2) scraper units or two push cat units capable of operating separately are hooked together in tandem for II single operation, the operator shall receive twenty-five cents ($0.25) over the classification worked. I When air compressors are used for operating the hammer when pulling or driving pile and the compressor operator is required to operate the air valve for such hammer, such compressor operator shall receive the top wage rate. IIOperators working in tunnels and caverns under compressed or free air shall receive forty cents ($0.40) above their classification. IIHazardous waste removal work requiring the wearing of personal protective equipment and/or suits, to be paid as follows: I Class A: $3.00 additional per hour Class B: 2.00 additional per hour Class C: 1.00 additional per hour Class D: no premium pay. II http://www.wdol.gov/wdol/scafiles/davisbacon/NEl.dvb 4/19/2010 IIE rovisions of this (4)Subcontracts. The contractor or subcontractor shall Insert In any Contract are applicable shall be discharged or in any other manner subcontracts the clauses set forth In subparagraph(1)through(4)of this discriminated against by the Contractor or any subcontractor because such paragraph and also a clause requiring the subcontractors to Include these employee has filed any complaint or Instituted or caused to be instituted any clauses In any lower tier subcontracts. The prime contractor shall be proceeding or has testified or is about to testify In any proceeding under or responsible for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e II Page 5 of 6 IISprinkler Installer (lawn) $ 7,25 P. I/ TEAM0554-001 10/01/2009 Rates Fringes 11 Truck drivers: Low Boy Driver $ 18.02 7.20 All Other Work $ 16.77 7.20 IIWELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. IUnlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . I/ In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations II indicate unions whose rates have been determined to be prevailing. IWAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can II be: * an existing published wage determination * a survey underlying a wage determination II * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling I/ On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted ( 11 because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. IIWith regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: IBranch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor II 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an 11 http://www.wdol.gov/wdol/scafiles/davisbacon/NEl.dvb 4/19/2010 II shall receive forty cents ($0.40) above their classification. IIHazardous waste removal work requiring the wearing of personal protective equipment and/or suits, to be paid as follows: I Class A: $3.00 additional per hour Class B: 2.00 additional per hour Class C: 1.00 additional per hour Class D: no premium pay. II http://www.wdol.gov/wdol/scafiles/davisbacon/NEl.dvb 4/19/2010 IIE rovisions of this (4)Subcontracts. The contractor or subcontractor shall Insert In any Contract are applicable shall be discharged or in any other manner subcontracts the clauses set forth In subparagraph(1)through(4)of this discriminated against by the Contractor or any subcontractor because such paragraph and also a clause requiring the subcontractors to Include these employee has filed any complaint or Instituted or caused to be instituted any clauses In any lower tier subcontracts. The prime contractor shall be proceeding or has testified or is about to testify In any proceeding under or responsible for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 Page 6 of 6 interested party (those affected by the action) can request 1 review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. I END OF GENERAL DECISION ! 1 i i 1 l,tt :// .ti p vdol. ovhvdol/scafiles/davis g bacon/NE l.dvb 4/19/2010 1 1 s for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted ( 11 because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. IIWith regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: IBranch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor II 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an 11 http://www.wdol.gov/wdol/scafiles/davisbacon/NEl.dvb 4/19/2010 II shall receive forty cents ($0.40) above their classification. IIHazardous waste removal work requiring the wearing of personal protective equipment and/or suits, to be paid as follows: I Class A: $3.00 additional per hour Class B: 2.00 additional per hour Class C: 1.00 additional per hour Class D: no premium pay. II http://www.wdol.gov/wdol/scafiles/davisbacon/NEl.dvb 4/19/2010 IIE rovisions of this (4)Subcontracts. The contractor or subcontractor shall Insert In any Contract are applicable shall be discharged or in any other manner subcontracts the clauses set forth In subparagraph(1)through(4)of this discriminated against by the Contractor or any subcontractor because such paragraph and also a clause requiring the subcontractors to Include these employee has filed any complaint or Instituted or caused to be instituted any clauses In any lower tier subcontracts. The prime contractor shall be proceeding or has testified or is about to testify In any proceeding under or responsible for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e i I Procedures for Implementing Section 3 of the Housing and Urban Development Act of 1968 Housing & Community Development Division Omaha City Planning Department 1 The City of Omaha is a Section ec on 3 recipient/applicant and as such, has responsibility for implementing Part 135 — Section 3. It does this by implementing the steps, procedures and processes detailed below. 2) When the City enters into agreements with sub-recipients for an amount exceeding 1 $200,000 or contractors for an amount exceeding $100;000, and when those sub- recipients/contractors enter into agreements with contractors/subcontractors for an amount exceeding $100,000, then the following is required: a) The agreements in question must include the Section 3 clause -- §135.38 b) Sub-recipients/contractors must ensure "to the greatest extent feasible" that awarded contracts go to contractors/subcontractors that will provide — again, "to the greatest extent feasible" -- training and hiring of Section 3 residents and contracts with Section 3 businesses-- §135.30 (a)(3) c) Recipients/sub-recipients/contractors commit "to employ Section 3 residents as 10 percent of new hires each year over the course of the project" -- §135.30 (b)(2) d) Recipients/sub-recipients/contractors commit to award to Section 3 business concerns "at least 10 percent of the total dollar amount of all Section 3 construction/rehab/public improvements contracts" -- §135.30 (c)(1) And "at least 3 percent of the total dollar amount of all Section 3 non-construction contracts" -- §135.30(c)(2) f) If goals are not met, recipients/sub-recipients/contractors agree to provide justification for why goals were not met, i.e., "impediments encountered despite actions taken." -- §135.30 (2) 3) Each recipient/sub-recipient has the responsibility to comply with Section 3 in its own operations, and ensure compliance in the operations of its contractors and sub- contractors. This involves: ' a) Implementing procedures designed to notify Section 3 residents of training and employment opportunities and Section 3 business concerns of contracting opportunities -- §135.32 (a) I I removal work requiring the wearing of personal protective equipment and/or suits, to be paid as follows: I Class A: $3.00 additional per hour Class B: 2.00 additional per hour Class C: 1.00 additional per hour Class D: no premium pay. II http://www.wdol.gov/wdol/scafiles/davisbacon/NEl.dvb 4/19/2010 IIE rovisions of this (4)Subcontracts. The contractor or subcontractor shall Insert In any Contract are applicable shall be discharged or in any other manner subcontracts the clauses set forth In subparagraph(1)through(4)of this discriminated against by the Contractor or any subcontractor because such paragraph and also a clause requiring the subcontractors to Include these employee has filed any complaint or Instituted or caused to be instituted any clauses In any lower tier subcontracts. The prime contractor shall be proceeding or has testified or is about to testify In any proceeding under or responsible for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e • b) Notifying potential contractors of requirements of Section 3 and including the Section 3 clause in all solicitations and contracts -- §135.32 (b) c) Facilitating,the training and employment of Section 3 residents and the award of contracts to Section 3 business concerns (many suggestions for how this can be done are found in the Appendix to Part 135). Recipients may establish reasonable numerical goals for the training and employment of Section 3 residents and contract award to Section 3 businesses that exceed those specified above (see 2 above or §135.30) -- §135.32 (c) d) Refraining from entering into contracts with contractors that has been found in I violation of Section 3 requirements --§135.32 (d) e) Documenting actions taken to comply with the requirements of Section 3, including impediments, if any -- §135.32 (e)• 4) Each recipient/sub-recipient/contractor has the responsibility to comply with Section 3 training, hiring and contracting preferences/priorities in its own operations, and in the operations of its contractors and sub-contractors. Thus, a) When training and hiring Section 3 residents, priority must be given, where feasible, to Section 3 residents residing in the service area or neighborhood wherein the Section 3 project is located and then to participants in HUD Youthbuild programs. However, homeless persons residing in the service area or neighborhood in which the Section 3 project is located shall be given the highest priority -- §135,34 (a)(2)(i)(ii)(iii) Note: Section 3 residents must provide evidence of their status as a Section 3 resident, if requested -- §135.34 (b). Employers are not required to hire Section 3 residents who do not meet job qualifications -- §135.34 (c) • b) When contracting with Section 3 businesses, priority must be given first to those businesses that provide economic opportunities for Section 3 residents in the service area or neighborhood in which the Section 3 project is located;•second, to those businesses selected to carry out HUD Youthbuild programs; and third, to other Section 3 businesses -- §135.36 (a)(2)(i)(ii)(iii) , Note: A Section 3 business must certify or submit evidence of its Section 3 status, if requested -- §135.36 (b). It also must submit evidence sufficient to I I demonstrate to the party awarding the contract that the business is responsible and has the ability to perform successfully under the terms and conditions of the contract(including Section 3 requirements) -- §135.36 (c) 5) The City of Omaha, as recipient, must submit to HUD (at the time it submits its CAPERS) an annual Section 3 performance report -- §135,90. 1 • subcontracts the clauses set forth In subparagraph(1)through(4)of this discriminated against by the Contractor or any subcontractor because such paragraph and also a clause requiring the subcontractors to Include these employee has filed any complaint or Instituted or caused to be instituted any clauses In any lower tier subcontracts. The prime contractor shall be proceeding or has testified or is about to testify In any proceeding under or responsible for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Ii I In order to complete this report, the City requires sub-recipients and contractors to I provide an annual performance report, and requires, as well, sub-recipients and contractors to require of their contractors/subcontractors an annual performance report, as well. A copy of the report form is attached. I David Thomas I Community Development Section Manager 1 Housing & Community Development Division j Omaha City Planning Department i I Date: July, 2008 I l 1 I Ii t I I I III i I i I I I I I i I I 1 6/22/90 7 j ,- Mayor - . • SECTION 3 CLAUSE All Section 3 covered contracts shall include the following clause (referred to as the Section 3 clause): A. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3 shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. j I B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties I to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. { C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's 111 commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will no6t subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training ! ' positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135. require employment opportunities to be directed were not filled to circumvent the F. contractor's obligations under 24 CFR part 135, f F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD- assisted contracts. ( I . ble for compliance by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 1 G. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7(b) of the Indian Self-Determination and Education Assistance Act (25.U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 8 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 87 (b). Providing Other Economic Opportunities. (a) General. In accordance with the findings of the Congress, as stated in Section 3, • that other economic opportunities offer an effective means of empowering low- income persons, a recipient is encouraged to undertake efforts to provide to low- income persons economic opportunities other than training, employment and contract awards, in connection with Section 3 covered assistance. (b) Other training and employment-related opportunities. Other economic opportunities to train and employ Section 3 residents include, but need not be limited to, use of "upward mobility", "bridge" and trainee positions to fill vacancies; and hiring Section 3 residents in part-time positions. (c) Other business-related economic opportunities: (1) A recipient or contractor may provide economic opportunities to establish, stabilize or expand Section 3 business concerns, including micro-enterprises. Such opportunities include, but are not limited to formation of Section 3 joint ventures, financial support for affiliating with • franchise development, use of labor only contracts for building trades, purchase of supplies and materials from housing authority resident-owned businesses, purchase of materials and supplies from PHA resident-owned businesses and use of 1 procedures under 24 CFR part 963 regarding HA contracts to HA resident-owned businesses. A recipient or contractor may employ these methods directly or may • provide incentives to non-Section 3 businesses to utilize such methods to provide other economic opportunities to low-income persons. (2) A Section 3 joint venture means an association of business concerns, one of which qualifies as a Section 3 business concern, formed by written joint venture agreement to engage in and carry out a specific business venture for which purpose the business concerns combine their efforts, resources and skills for joint profit, but not necessarily on a continuing 1 or permanent basis for conducting business generally, and for which the Section 3 business concern: (i) Is responsible for a clearly defined portion of the work to be performed and ' holds management responsibilities in the joint venture; and (ii) Performs at least 25 percent of the work and is contractually entitled to 1 compensation proportionate to its work. 1 I ce by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e MEMO TO: All Possible Section 3 Businesses in the Omaha Area DATE: 3/26/10 FROM: James R. Thele, Assistant Planning Director,City of Omaha I RE: Section 3 Business Status Determination—Self-Certification This memo is being sent to businesses (primarily contractors) who may be Section 3 businesses as defined by the criteria listed below. If your business is a Section 3 business, then place a checkmark next to the appropriate qualifying criteria(one or more), sign in the space provided and return this document to the address at the bottom of the page. A Section 3 business will be notified by developers and large contractors when hiring contractors for projects receiving federal funds through the City of Omaha. If you wish to be contacted and yours is a I Section 3 business, complete and return this form. (Note: A Section 3 business must demonstrate that it is responsible and has the ability to perform successfully under the terms and conditions of the contract. Further, it must certify or submit evidence of its Section 3 status, if requested.) • Company Name: Owner: Address: Phone#: i E-mail Address: • Our business is a Section 3 business based on at least one of the following criteria: 51% or more of our business is owned by Section 3 residents(see back of this page for the definition of Section 3 residents); or at least 30% of our permanent, full-time employees are Section 3 residents currently, or were so within three years of the date of their first employment with our business;or commitment in writing to subcontract in excess of 25% of the dollar award of all subcontracts -- to be awarded to business concerns -- to Section 3 businesses (attach letter of commitment) Signed by business owner: NOTE: Falsification of information will result in removal of business from the Section 3 Business Notification List and possible removal from consideration for Federally-funded contracts through the City of Omaha. • Return this document to: David Thomas, City of Omaha Planning Department, 1819 Farnam Street, Suite 1100, Omaha, Nebraska 68 1 83-0 1 1 0 � 1 businesses. A recipient or contractor may employ these methods directly or may • provide incentives to non-Section 3 businesses to utilize such methods to provide other economic opportunities to low-income persons. (2) A Section 3 joint venture means an association of business concerns, one of which qualifies as a Section 3 business concern, formed by written joint venture agreement to engage in and carry out a specific business venture for which purpose the business concerns combine their efforts, resources and skills for joint profit, but not necessarily on a continuing 1 or permanent basis for conducting business generally, and for which the Section 3 business concern: (i) Is responsible for a clearly defined portion of the work to be performed and ' holds management responsibilities in the joint venture; and (ii) Performs at least 25 percent of the work and is contractually entitled to 1 compensation proportionate to its work. 1 I ce by any subcontractor or lower tier subcontractor with relating to the labor standards applicable under this Contract to his employer. the clauses set forth in subparagraphs(1)through(4)of this paragraph. B Contract Work Hours and Safety Standards Act,As used in this C. Health and Safety paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 • Who are Section 3 residents? Section 3 residents are: • Public housing residents or s. • Persons who live in the area where a HUD-assisted project is located(i,e.,city limits of Omaha)and who have a household income that falls at or below low(80%)or very low(50%)income. See following table. { Effective March 19,2009 Household Size 80% $39,150 2 $44,700 3 $50,300 4 5 $55,900 6050 3 • $ 6 $64,850 ' 7 $69,300 8 $73,800 9 $78,300 I! 10 $82,750 • , • 1 •• 1 I i { 1 • 1 ,- Mayor - . • I z1 Ma4) M 44V I ,� a a �. O O •i.C a p V 0 te, I O .a 1 I E •_ a .0 CI) con a 4) v R. O O h U b= �' p •., 0 1 r' O oA 0. o ....5,q ° y O �, o O T3 y o C y .q w a y ^O. 0 .W c c ai coi ) N .� G� y ° M V O C = T" o O 0 c at at u ,� u iy' w o a • 4 a.) o o G .r ++ O OLu CU a� .E a no 0 NO O d a.r 0 c O cl 0 q O rO 3 d O A. O > 0 0 '� q a i. I CI ce y ^" v b O b .0 0 ' a) g OO I .a «S cd I CA o �+ p tq C) a C. 0 „ acil cei � ° `° a. V 41)y � ..r at ,ee Ov�� O a .a G) O mNN .1. y O Al e N .-I .--1 •� = y al O ' c N N 1-oo a = �y c .� ,� u N p„.t2 a Z p. I 'y cl at ,N M ' enmenc-- M z) gyp/ M O 'cl' mot' l� l� `U� v� .� O .N M l� • - 'I.z a 'a 'ct s '• ' ' 'Ky a bA ,Q `0 .a: O O c 0 0 O M o dI : C4 o a =• 4 �.) ❑ N 0 y O E c4 ra p .9 q N N 5 •a C� .�. ° O N N ,;.,,i r• Ott R p •v, P-. ,M N 'b 'd g aA b d O O ".7 a G> , is its Irii0) r O a ] O0 .00 TA C c a C ," am O ca s c. cpv C ,, ^" O r+ o c> tti h g .,, v i V ti Ey PG CY, .a •a I U o.)i el � u ( O O 1 E w y w 4.4• o d �alH •4 i y 0 oO ° ` p 0000 ah °. iz " a' � � �o �o �o �o �� a., o CU .0 Ol al ``t' O N C%]'� a ti a �i, (4 cd N N N N ›. L. CA te " H CI CN/a py v, '+: C •O d ai N Pr � � � — u � o ° 3 a � , y a .G ' NNE p0� CAyi r. � � .� e N m l :� () at a>co o rnGel ›. 7; a � ' .• 'C O • ? tNN 111v0 } " '� v en d• M u 'Oto y w10,.G O ,F a.) .... r-+:, en tl 0 .., 4.0 co 0 top I co rr 0 ) O. b a (!) CI t~ o b d y R. p y°. ��. O •., ett o bA Q cd ^O C/] .y .et U �b p i°. r~+ la z ct a' q • G N �" i0. V CI) "1 c p cl a • . a' .Q CLI onids o Q. U o 111 i� OA M .� c,V "�i 5 v • 0. 4e O Lam' > O O ,_, 5 O a o o I. W d ,0 U Q .0 b o o I O v, h ,. 'b U y a) 0 O v, ❑ y •.. ti. a U [� d �.{ U O O C tip" O O p n Q. 4 y° 0 O pq 0 O +.s"-� .y- Gr y� eJ (/� CJ U % �-� r�i v - C a. ,4 p yO ,�0 0 V I paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I i • Section 3 Report Questions Name of Company/Organization: Your company has been awarded federal funds in an amount that requires Section 3 reporting; in particular, this report concerns work done in '09 on the following project(s): iPart I: Employment and Training 1) In order to meet the requirements of your above referenced contract, how many "new hires"did you have in 2009 in the following categories: Professional (supervisors,architects,surveyors,planners,computer programmers,people with special knowledge of an occupation) ' Technicians Office/Clerical Indicate trade: Trades Indicate: i.e.,service workers Other i 2) Of these new hires, how many were Section 3 employees (see attached definition of Sec. 3 residents& Section 3 income table)? Professional {(supervisors,architects,surveyors,planners,computer programmers,people with special knowledge of an ' occupation) Technicians Office/Clerical Indicate trade: Trades Indicate: i.e.,service workers Other • r gyp/ M O 'cl' mot' l� l� `U� v� .� O .N M l� • - 'I.z a 'a 'ct s '• ' ' 'Ky a bA ,Q `0 .a: O O c 0 0 O M o dI : C4 o a =• 4 �.) ❑ N 0 y O E c4 ra p .9 q N N 5 •a C� .�. ° O N N ,;.,,i r• Ott R p •v, P-. ,M N 'b 'd g aA b d O O ".7 a G> , is its Irii0) r O a ] O0 .00 TA C c a C ," am O ca s c. cpv C ,, ^" O r+ o c> tti h g .,, v i V ti Ey PG CY, .a •a I U o.)i el � u ( O O 1 E w y w 4.4• o d �alH •4 i y 0 oO ° ` p 0000 ah °. iz " a' � � �o �o �o �o �� a., o CU .0 Ol al ``t' O N C%]'� a ti a �i, (4 cd N N N N ›. L. CA te " H CI CN/a py v, '+: C •O d ai N Pr � � � — u � o ° 3 a � , y a .G ' NNE p0� CAyi r. � � .� e N m l :� () at a>co o rnGel ›. 7; a � ' .• 'C O • ? tNN 111v0 } " '� v en d• M u 'Oto y w10,.G O ,F a.) .... r-+:, en tl 0 .., 4.0 co 0 top I co rr 0 ) O. b a (!) CI t~ o b d y R. p y°. ��. O •., ett o bA Q cd ^O C/] .y .et U �b p i°. r~+ la z ct a' q • G N �" i0. V CI) "1 c p cl a • . a' .Q CLI onids o Q. U o 111 i� OA M .� c,V "�i 5 v • 0. 4e O Lam' > O O ,_, 5 O a o o I. W d ,0 U Q .0 b o o I O v, h ,. 'b U y a) 0 O v, ❑ y •.. ti. a U [� d �.{ U O O C tip" O O p n Q. 4 y° 0 O pq 0 O +.s"-� .y- Gr y� eJ (/� CJ U % �-� r�i v - C a. ,4 p yO ,�0 0 V I paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e i 3) In order to meet the requirements of this contract, how many employees (including new hires) did you have in 2009 working in the following categories: Professional (supervisors,architects,surveyors,planners,computer programmers,people with special knowledge elan I , occupation) Technicians Office/Clerical Indicate trade: Trades Indicate: i.e.,service workers Other 4) Flow many of these employees were Section 3 trainees, i.e., were trained in 2009 in order to do their job? Professional (supervisors,architects,surveyors,planners,computer programmers,people with special knowledge of an occupation) Technicians Office/Clerical Indicate trade: Trades Indicate: i.e.,service workers I Other Part II: Contracts Awarded I I Is your business a Section 3 business concern? Yes No (A Section 3 business concern is I)51%or more owned by section 3 residents;or 2)whose permanent, full-time employees include persons,at least 30%of whom are currently section 3 residents,or within three years of the date of first employment with the business concern were section 3 residents;or 3)that provides evidence of a commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in 1)and 2) in this definition.) ra p .9 q N N 5 •a C� .�. ° O N N ,;.,,i r• Ott R p •v, P-. ,M N 'b 'd g aA b d O O ".7 a G> , is its Irii0) r O a ] O0 .00 TA C c a C ," am O ca s c. cpv C ,, ^" O r+ o c> tti h g .,, v i V ti Ey PG CY, .a •a I U o.)i el � u ( O O 1 E w y w 4.4• o d �alH •4 i y 0 oO ° ` p 0000 ah °. iz " a' � � �o �o �o �o �� a., o CU .0 Ol al ``t' O N C%]'� a ti a �i, (4 cd N N N N ›. L. CA te " H CI CN/a py v, '+: C •O d ai N Pr � � � — u � o ° 3 a � , y a .G ' NNE p0� CAyi r. � � .� e N m l :� () at a>co o rnGel ›. 7; a � ' .• 'C O • ? tNN 111v0 } " '� v en d• M u 'Oto y w10,.G O ,F a.) .... r-+:, en tl 0 .., 4.0 co 0 top I co rr 0 ) O. b a (!) CI t~ o b d y R. p y°. ��. O •., ett o bA Q cd ^O C/] .y .et U �b p i°. r~+ la z ct a' q • G N �" i0. V CI) "1 c p cl a • . a' .Q CLI onids o Q. U o 111 i� OA M .� c,V "�i 5 v • 0. 4e O Lam' > O O ,_, 5 O a o o I. W d ,0 U Q .0 b o o I O v, h ,. 'b U y a) 0 O v, ❑ y •.. ti. a U [� d �.{ U O O C tip" O O p n Q. 4 y° 0 O pq 0 O +.s"-� .y- Gr y� eJ (/� CJ U % �-� r�i v - C a. ,4 p yO ,�0 0 V I paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Part III: Summary. What efforts have you made to direct employment or other economic opportunities generated by your HUD-assisted program toward Section 3 residents? Have you . . . Yes No Attempted to recruit low-income residents through: local advertising media, signs prominently displayed at project sites, contracts with community organizations and public or private agencies operating within the metro area, or similar methods? Participated in a HUD-program or other program that promotes the training or employment of Section 3 residents? Participated in a HUD program or other program that promotes the award of contracts to business concerns that meet the definition of Section 3 business ' • concerns? ' Coordinated with Youthbuild Programs administered in the Metro area? Other? Explain: • 1 I I 1 i i I II I ATTACHMENT -- 1 Who are Section 3 residents? ! , Section 3 residents are: •Public housing residents or • Persons who live in the area where a HUD-assisted project is located(i.e.,city limits of Omaha)and who have a household income that falls at or below low(80%)or very low(50%)income. See following table. Effective March 19,2009 Household Size $0% I I $39,150 2 $44,700 I 3 $50,300 4 $55,900 5 $60,350 I 6 $64,850 7 $69,300 I 8 $73,800 9 $78,300 10 $82,750 • I Any employment resulting from these expenditures, including administration,management,clerical support, ; I and construction,is subject to compliance with Section 3. Examples of Opportunities include: i •Accounting • Electrical • Marketing • Architecture • Elevator Construction • Painting •Appliance repair • Engineering • Payroll I • Bookkeeping • • Fencing • Photography • Bricklaying • Florists •Plastering •Carpentry • Heating • Plumbing •Carpet Installation • Iron Works • Printing Purchasing •Catering •Janitorial • Research •Cement/Masonry • Landscaping • Surveying • Computer/Information • Machine Operation •Tile setting I • Demolition • Manufacturing •Transportation • Drywall • Word processing 1 • I c a C ," am O ca s c. cpv C ,, ^" O r+ o c> tti h g .,, v i V ti Ey PG CY, .a •a I U o.)i el � u ( O O 1 E w y w 4.4• o d �alH •4 i y 0 oO ° ` p 0000 ah °. iz " a' � � �o �o �o �o �� a., o CU .0 Ol al ``t' O N C%]'� a ti a �i, (4 cd N N N N ›. L. CA te " H CI CN/a py v, '+: C •O d ai N Pr � � � — u � o ° 3 a � , y a .G ' NNE p0� CAyi r. � � .� e N m l :� () at a>co o rnGel ›. 7; a � ' .• 'C O • ? tNN 111v0 } " '� v en d• M u 'Oto y w10,.G O ,F a.) .... r-+:, en tl 0 .., 4.0 co 0 top I co rr 0 ) O. b a (!) CI t~ o b d y R. p y°. ��. O •., ett o bA Q cd ^O C/] .y .et U �b p i°. r~+ la z ct a' q • G N �" i0. V CI) "1 c p cl a • . a' .Q CLI onids o Q. U o 111 i� OA M .� c,V "�i 5 v • 0. 4e O Lam' > O O ,_, 5 O a o o I. W d ,0 U Q .0 b o o I O v, h ,. 'b U y a) 0 O v, ❑ y •.. ti. a U [� d �.{ U O O C tip" O O p n Q. 4 y° 0 O pq 0 O +.s"-� .y- Gr y� eJ (/� CJ U % �-� r�i v - C a. ,4 p yO ,�0 0 V I paragraph,the terms Alaborers'and Amechanics'include watchmen and (1)No laborer or mechanic shall be required to work In surroundings or guards. under working conditions which are unsanitary,hazardous,or dangerous to his (1)Overtime requirements. No contractor or subcontractor contracting for health end safety as determined under construction safety and health standards t any pert of the contract work which may require or involve the employment of,I promulgated by the Secretary of Labor by regulation. laborers or mechanics shall require or permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No.A-110--Uniform Administrative Requirements for Grants and Agreements ... Page 1 of 35 / 4 ;to Z (II; O�;FICt7 OF ••• •i.".'"'� 7 ,�� Sp ' ''''F1 AGEME 7T.AND BUDGET 1. .' _ 4 _ v------4, -s + 41 'air !`r 117E ,- ...... ./l,r, I rt., 1 'y �.c N.. r ,..C-ivsr... .vr .-Y r.V.r'..wn neu. -.•xr.. ..,,,,w.v. r,,,, ..,.... , ..,.+. v, n.r,....rr , . , nvxs s zz CIRCULAR A-110 I REVISED 11/19/93 As Further Amended 9/30/99 TO THE HEADS OF EXECUTIVE DEPARTMENTS AND ESTABLISHMENTS SUBJECT: Uniform Administrative Requirements for Grants and AgreementsI f With Institutions of Higher Education, Hospitals,and Other Non- Profit Organizations 1. Purpose.This Circular sets forth standards for obtaining consistency and uniformity among Federal agencies in I the administration of grants to and agreements with institutions of higher education,hospitals,and other non-profit organizations. I2.Authority.Circular A-110 is issued under the authority of 31 U.S.C.503(the Chief Financial Officers Act),31 U.S.C. 1111,41 U.S.C.405(the Office of Federal Procurement Policy Act),Reorganization Plan No.2 of 1970,and E.O. 11541 ("Prescribing the Duties of the Office of Management and Budget and the Domestic Policy Council in the Executive Office of the President"). I 3. Policy.Except as provided herein,the standards set forth in this Circular are applicable to all Federal agencies.if any statute specifically prescribes policies or specific requirements that differ from the standards provided herein,the provisions of the statute shall govern. I The provisions of the sections of this Circular shall be applied by Federal agencies to recipients.Recipients shall apply the provisions of this Circular to subrecipients performing substantive work under grants and agreements that are passed through or awarded by the primary recipient,if such subrecipients are organizations described in paragraph 1. I This Circular does not apply to grants,contracts,or other agreements between the Federal Government and units of State or local governments covered by OMB Circular A-102,°Grants and Cooperative Agreements with State and I Local Governments,"and the Federal agencies'grants management common rule which standardized and codified the administrative requirements Federal agencies impose on State and local grantees.In addition,subawards and contracts to State or local governments are not covered by this Circular. However,this Circular applies to subawards made by State and local governments to organizations covered by this Circular.Federal agencies may apply the Iprovisions of this Circular to commercial organizations,foreign governments,organizations under the jurisdiction of foreign governments,and international organizations. 4. Definitions.Definitions of key terms used in this Circular are contained in Section .2 in the Attachment. I5.Required Action.The specific requirements and responsibilities of Federal agencies and Institutions of higher education,hospitals,and other non-profit organizations are set forth in this Circular.Federal agencies responsible for awarding and administering grants to and other agreements with organizations described in paragraph 1 shall adopt Ithe language in the Circular unless different provisions are required by Federal statute or are approved by OMB. 6.OMB Responsibilities. OMB will review agency regulations and implementation of this Circular,and will provide interpretations of policy requirements and assistance to Insure effective and efficient implementation.Any exceptions I will be subject to approval by OMB,as Indicated in Section .4 in the Attachment.Exceptions will only be made in particular cases where adequate justification is presented. 7.information Contact.Further Information concerning this Circular may be obtained by contacting the Office of I Federal Financial Management,Office of Management and Budget,Washington, DC 20503,telephone(202)395- 3993. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110 -- Uniform Administrative Requirements for Grants and Agreements ... Page 2 of 35 8.Termination Review Date.This Circular will have a policy review three years from date of issuance. 9. Effective Date.The standards set forth in this Circular which affect Federal agencies will be effective 30 days after publication of the final revision in the Federal Register.Those standards which Federal agencies impose on grantees will be adopted by agencies In codified regulations within six months after publication in the Federal Register.Earlier implementation is encouraged. Attachment • 1 Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non-Profit Organizations SUBPART A-GENERAL Sec. ' _.1 Purpose. .2 Definitions. .3 Effect on other issuances. _.4 Deviations. • 5 Subawards. SUBPART B-PRE-AWARD REQUIREMENTS _,10 Purpose. I .11 Pre-award policies. _.12 Forms for applying for Federal assistance. ( I .13 Debarment and suspension. _.14 Special award conditions. _.15 Metric system of measurement. _.16 Resource Conservation and Recovery Act. .17 Certifications and representations. ' SUBPART C-POST-AWARD REQUIREMENTS Financial and Program Management —20 Purpose of financial and program management. _..21 Standards for financial management systems. 111 .22 Payment. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 I prescribes policies or specific requirements that differ from the standards provided herein,the provisions of the statute shall govern. I The provisions of the sections of this Circular shall be applied by Federal agencies to recipients.Recipients shall apply the provisions of this Circular to subrecipients performing substantive work under grants and agreements that are passed through or awarded by the primary recipient,if such subrecipients are organizations described in paragraph 1. I This Circular does not apply to grants,contracts,or other agreements between the Federal Government and units of State or local governments covered by OMB Circular A-102,°Grants and Cooperative Agreements with State and I Local Governments,"and the Federal agencies'grants management common rule which standardized and codified the administrative requirements Federal agencies impose on State and local grantees.In addition,subawards and contracts to State or local governments are not covered by this Circular. However,this Circular applies to subawards made by State and local governments to organizations covered by this Circular.Federal agencies may apply the Iprovisions of this Circular to commercial organizations,foreign governments,organizations under the jurisdiction of foreign governments,and international organizations. 4. Definitions.Definitions of key terms used in this Circular are contained in Section .2 in the Attachment. I5.Required Action.The specific requirements and responsibilities of Federal agencies and Institutions of higher education,hospitals,and other non-profit organizations are set forth in this Circular.Federal agencies responsible for awarding and administering grants to and other agreements with organizations described in paragraph 1 shall adopt Ithe language in the Circular unless different provisions are required by Federal statute or are approved by OMB. 6.OMB Responsibilities. OMB will review agency regulations and implementation of this Circular,and will provide interpretations of policy requirements and assistance to Insure effective and efficient implementation.Any exceptions I will be subject to approval by OMB,as Indicated in Section .4 in the Attachment.Exceptions will only be made in particular cases where adequate justification is presented. 7.information Contact.Further Information concerning this Circular may be obtained by contacting the Office of I Federal Financial Management,Office of Management and Budget,Washington, DC 20503,telephone(202)395- 3993. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreements ... Page 3 of 35 _.23 Cost sharing or matching. ' .24 Program income. _.25 Revision of budget and program plans. 26 Non-Federal audits. .27 Allowable costs. !! _ .28 Period of availability of funds. ' .29 Conditional exemptions. Property Standards _.30 Purpose of property standards, _.31 insurance coverage. .32 Real property. { _ ,33 Federally-owned and exempt property. __ .34 Equipment. • ,35 Supplies and other expendable property. ' .36 Intangible property. _.37 Property trust relationship. ' Procurement Standards _.40 Purpose of procurement standards. _ .41 Recipient responsibilities. �.42 Codes of conduct. .43 Competition. .44 Procurement procedures. _.45 Cost and price analysis. .46 Procurement records. _,47 Contract administration. _.48 Contract provisions. Reports and Records .50 Purpose of reports and records. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 _.15 Metric system of measurement. _.16 Resource Conservation and Recovery Act. .17 Certifications and representations. ' SUBPART C-POST-AWARD REQUIREMENTS Financial and Program Management —20 Purpose of financial and program management. _..21 Standards for financial management systems. 111 .22 Payment. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 I prescribes policies or specific requirements that differ from the standards provided herein,the provisions of the statute shall govern. I The provisions of the sections of this Circular shall be applied by Federal agencies to recipients.Recipients shall apply the provisions of this Circular to subrecipients performing substantive work under grants and agreements that are passed through or awarded by the primary recipient,if such subrecipients are organizations described in paragraph 1. I This Circular does not apply to grants,contracts,or other agreements between the Federal Government and units of State or local governments covered by OMB Circular A-102,°Grants and Cooperative Agreements with State and I Local Governments,"and the Federal agencies'grants management common rule which standardized and codified the administrative requirements Federal agencies impose on State and local grantees.In addition,subawards and contracts to State or local governments are not covered by this Circular. However,this Circular applies to subawards made by State and local governments to organizations covered by this Circular.Federal agencies may apply the Iprovisions of this Circular to commercial organizations,foreign governments,organizations under the jurisdiction of foreign governments,and international organizations. 4. Definitions.Definitions of key terms used in this Circular are contained in Section .2 in the Attachment. I5.Required Action.The specific requirements and responsibilities of Federal agencies and Institutions of higher education,hospitals,and other non-profit organizations are set forth in this Circular.Federal agencies responsible for awarding and administering grants to and other agreements with organizations described in paragraph 1 shall adopt Ithe language in the Circular unless different provisions are required by Federal statute or are approved by OMB. 6.OMB Responsibilities. OMB will review agency regulations and implementation of this Circular,and will provide interpretations of policy requirements and assistance to Insure effective and efficient implementation.Any exceptions I will be subject to approval by OMB,as Indicated in Section .4 in the Attachment.Exceptions will only be made in particular cases where adequate justification is presented. 7.information Contact.Further Information concerning this Circular may be obtained by contacting the Office of I Federal Financial Management,Office of Management and Budget,Washington, DC 20503,telephone(202)395- 3993. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreements ... Page 4 of 35 _.51 Monitoring and reporting program performance. _.52 Financial reporting. 111 ,53 Retention and access requirements for records. Termination and Enforcement _.60 Purpose of termination and enforcement. _.61 Termination. _.62 Enforcement. SUBPART D-AFTER-THE-AWARD REQUIREMENTS _.70 Purpose. 1 .71 Closeout procedures. _.72 Subsequent adjustments and continuing responsibilities. .73 Collection of amounts due. ' APPENDIX A - CONTRACT PROVISIONS SUBPART A-General .1 Purpose.This Circular establishes uniform administrative requirements for Federal grants and agreements awarded to institutions of higher education,hospitals,and other non-profit organizations. Federal awarding agencies shall not impose additional or Inconsistent requirements,except as provided in Sections^.4, and .14 or unless specifically required by Federal statute or executive order.Non-profit organizations that implement Federal programs for the States are also subject to State requirements. _.2 Definitions. (a)Accrued expenditures means the charges incurred by the recipient during a given period requiring the provision of funds for: (1)goods and other tangible property received;(2)services performed by employees,contractors, subrecipients,and other payees;and,(3)other amounts becoming owed under programs for which no current services or performance is required. (b)Accrued Income means the sum of:(1)earnings during a given period from(i)services performed by the I recipient,and(if)goods and other tangible property delivered to purchasers,and(2)amounts becoming owed to the recipient for which no current services or performance is required by the recipient. (c)Acquisition cost of equipment means the net invoice price of the equipment,including the cost of modifications,attachments,accessories,or auxiliary apparatus necessary to make the property usable for the purpose for which it was acquired.Other charges,such as the cost of installation,transportation,taxes,duty or protective in-transit insurance,shall be included or excluded from the unit acquisition cost In accordance with the recipient's regular accounting practices. (d)Advance means a payment made by Treasury check or other appropriate payment mechanism to a recipient upon its request either before outlays are made by the recipient or through the use of predetermined payment schedules. I (e)Award means financial assistance that provides support or stimulation to accomplish a public purpose.Awards include grants and other agreements in the form of money or property in lieu of money, by the Federal Government to an eligible recipient.The term does not include:technical assistance,which provides services instead of money; other assistance in the form of loans,loan guarantees,interest subsidies, or insurance;direct any payments of pY kind http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 I and other non-profit organizations are set forth in this Circular.Federal agencies responsible for awarding and administering grants to and other agreements with organizations described in paragraph 1 shall adopt Ithe language in the Circular unless different provisions are required by Federal statute or are approved by OMB. 6.OMB Responsibilities. OMB will review agency regulations and implementation of this Circular,and will provide interpretations of policy requirements and assistance to Insure effective and efficient implementation.Any exceptions I will be subject to approval by OMB,as Indicated in Section .4 in the Attachment.Exceptions will only be made in particular cases where adequate justification is presented. 7.information Contact.Further Information concerning this Circular may be obtained by contacting the Office of I Federal Financial Management,Office of Management and Budget,Washington, DC 20503,telephone(202)395- 3993. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 permit any such laborer or mechanic In (2)The Contractor shall comply with all regulations Issued by the any workweek in which he or she is employed on such work to work in excess of Secretary of Labor pursuant to Title 29 Part 1926(formerly pan 1518)and forty hours in such workweek unless such laborer or mechanic receives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 CircuIar No. A-110 -- Uniform Administrative Requirements for Grants and Agreements ... Page 5 of 35 ' to individuals;and,contracts which are required to be entered into and administered under procurement laws and regulations. (f)Cash contributions means the recipient's cash outlay,including the outlay of money contributed to the recipient ' by third parties. (g)Closeout means the process by which a Federal awarding agency determines that all applicable administrative actions and all required work of the award have been completed by the recipient and Federal awarding agency. ' (h)Contract means a procurement contract under an award or subaward,and a procurement subcontract under a recipient's or subrecipient's contract. (i)Cost sharing or matching means that portion of project or program costs not borne by the Federal Government. (j) Date of completion means the date on which all work under an award is completed or the date on the award document,or any supplement or amendment thereto,on which Federal sponsorship ends. (k) Disallowed costs means those charges to an award that the Federal awarding agency determines to be unallowable,in accordance with the applicable Federal cost principles or other terms and conditions contained in the ' award. (i) Equipment means tangible nonexpendabie personal property including exempt property charged directly to the award having a useful life of more than one year and an acquisition cost of$5000 or more per unit. However, consistent with recipient policy, lower limits may be established. (m) Excess property means property under the control of any Federal awarding agency that,as determined by the head thereof,is no longer required for its needs or the discharge of Its responsibilities. ' (n) Exempt property means tangible personal property acquired In whole or in part with Federal funds,where the Federal awarding agency has statutory authority to vest title in the recipient without further obligation to the Federal Government.An example of exempt property authority is contained in the Federal Grant and Cooperative Agreement Act(31 U.S.C.6306),for property acquired under an award to conduct basic or applied research by a non-profit institution of higher education or non-profit organization whose principal purpose is conducting scientific research. ' (o)Federal awarding agency means the Federal agency that provides an award to the recipient. (p) Federal funds authorized means the total amount of Federal funds obligated by the Federal Government for use by the recipient,This amount may include any authorized carryover of unobligated funds from prior funding periods when permitted by agency regulations or agency implementing instructions. (q) Federal share of real property,equipment,or supplies means that percentage of the property's acquisition costs and any improvement expenditures paid with Federal funds. ' (r) Funding period means the period of time when Federal funding is available for obligation by the recipient. (s)intangible property and debt instruments means, but is not limited to,trademarks,copyrights,patents and patent applications and such property as loans,notes and other debt instruments,lease agreements,stock and other instruments of property ownership,whether considered tangible or intangible. ' (t)Obligations means the amounts of orders placed,contracts and grants awarded,services received and similar transactions during a given period that require payment by the recipient during the same or a future period. (u)Outlays or expenditures means charges made to the project or program.They may be reported on a cash or accrual basis. For reports prepared on a cash basis,outlays are the sum of cash disbursements for direct charges for goods and services,the amount of indirect expense charged,the value of third party in-kind contributions applied and the amount of cash advances and payments made to subreciplents.For reports prepared on an accrual basis, outlays are the sum of cash disbursements for direct charges for goods and services,the amount of indirect expense ' incurred,the value of in-kind contributions applied,and the net increase(or decrease)in the amounts owed by the recipient for goods and other property received,for services performed by employees,contractors,subrecipients and other payees and other amounts becoming owed under programs for which no current services or performance are ranuirerl. http://www.whitehouse.gov/omb/circulars/a110/a110.htm1 2/23/2009 ives failure to comply may result in imposition of sanctions pursuant to the Con-tract compensation at a rate not less than one and one-half time the basic rate of• Work Hours and Safety Standards Act(Public Law 91-54.83 Stet 96). I pay for all hours worked In excess of forty hours in such workweek. • (3)The Contractor shall Include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The (2)VIotation;liability for unpaid wages;liquidated damages.In the event Contractor shall lake such action with respect to any subcontracts as the of any violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No. A-110--Uniform Administrative Requirements for Grants and Agreements ... Page 6 of 35 property property Y P property. 9p y (v)Personalmeansof an kind except real It maybe tangible,havingphysical existence,or intangible, having no physical existence,such as copyrights,patents,or securities. (w)Prior approval means written approval by an authorized official evidencing prior consent. (x)Program income means gross income earned by the recipient that Is directly generated by a supported activity or earned as a result of the award(see exclusions in paragraphs_.24(e)and(h)).Program income includes,but is not limited to,income from fees for services performed,the use or rental of real or personal property acquired under federally-funded projects,the sale of commodities or Items fabricated under an award,license fees and royalties on patents and copyrights,and interest on loans made with award funds. Interest earned on advances of Federal funds Is not program Income. Except as otherwise provided in Federal awarding agency regulations or the terms and conditions of the award,program income does not include the receipt of principal on loans,rebates, credits,discounts,etc.,or interest earned on any.of them. (y)Project costs means ail allowable costs,as set forth in the applicable Federal cost principles,incurred by a recipient and the value of the contributions made by third parties in accomplishing the objectives of the award during the project period. (z) Project period means the period established in the award document during which Federal sponsorship begins and ends. (aa)Property means,unless otherwise stated,real property,equipment,intangible property and debt instruments. ' (bb)Real property means land,including land Improvements,structures and appurtenances thereto,but excludes movable machinery and equipment. (cc)Recipient means an organization receiving financial assistance directly from Federal awarding agencies to carry out a project or program.The term includes public and private institutions of higher education,public and private hospitals,and other quasi-public and private non-profit organizations such as,but not limited to,community action agencies,research institutes,educational associations,and health centers.The term may include commercial organizations,foreign or international organizations(such as agencies of the United Nations)which are recipients, subrecipients, or contractors or subcontractors of recipients or subrecipients at the discretion of the Federal awarding agency.The term does not include government-owned contractor-operated facilities or research centers providing continued support for mission-oriented,large-scale programs that are government-owned or controlled,or are designated as federally-funded research and development centers. (dd)Research and development means all research activities,both basic and applied,and all development activities that are supported at universities,colleges,and other non-profit institutions."Research"is defined as a systematic study directed toward fuller scientific knowledge or understanding of the subject studied. "Development" is the systematic use of knowledge and understanding gained from research directed toward the production of useful materials,devices,systems,or methods, including design and development of prototypes and processes.The term research also includes activities involving the training of individuals in research techniques where such activities utilize the same facilities as other research and development activities and where such activities are not included in the instruction function. • (ee)Small awards means a grant or cooperative agreement not exceeding the small purchase threshold fixed at 41 U.S.C.403(11)(currently$25,000). (ff) Subaward means an award of financial assistance in the form of money,or property in lieu of money,made under an award by a recipient to an eligible subrecipient or by a subrecipient to a lower tier subreciplent.The term Includes financial assistance when provided by any legal agreement,even if the agreement is called a contract,but does not include procurement of goods and services nor does It include any form of assistance which is excluded from the definition of"award"in paragraph(e). (gg)Subreciplent means the legal entity to which a subaward is made and which is accountable to the recipient for the use of the funds provided.The term may include foreign or international organizations(such as agencies of the United Nations)at the discretion of the Federal awarding agency. (hh)Supplies means all personal property excluding equipment,Intangible property,and debt instruments as defined in this section,and inventions of a contractor conceived or first actually reduced to practice in the performance of work under a funding agreement("subject inventions"),as defined in 37 CFR part 401,"Rights to inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts,and http://www.whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreements ... Page 7 of 35 (ii)Suspension means an action by a Federal awarding agency that temporarily withdraws Federal sponsorship under an award,pending corrective action by the recipient or pending a decision to terminate the award by the Federal awarding agency.Suspension of an award is a separate action from suspension under Federal agency regulations implementing E.O.s 12549 and 12689, "Debarment and Suspension." ' (iJ)Termination means the cancellation of Federal sponsorship,in whole or In part,under an agreement at any time prior to the date of completion. (kk)Third party in-kind contributions means the value of non-cash contributions provided by non-Federal third ' parties.Third party in-kind contributions may be in the form of real properly,equipment,supplies and other expendable property,and the value of goods and services directly benefiting and specifically identifiable to the project or program. (iI)Unliquidated obligations,for financial reports prepared on a cash bests,means the amount of obligations incurred by the recipient that have not been paid.For reports prepared on an accrued expenditure basis,they represent the amount of obligations incurred by the recipient for which an outlay has not been recorded. (mm)Unobilgated balance means the portion of the funds authorized by the Federal awarding agencythat has not been obligated by the recipient and is determined by deducting the cumulative obligations from the cuulative funds ' authorized, (nn)Unrecovered indirect cost means the difference between the amount awarded and the amount which could have been awarded under the recipient's approved negotiated indirect cost rate. (oo)Working capital advance means a procedure where by funds are advanced to the recipient to cover its estimated disbursement needs for a given initial period. ' __.3 Effect on other issuances.For awards subject to this Circular,all administrative requirements of codified program regulations,program manuals,handbooks and other nonregulatory materials which are inconsistent with the requirements of this Circular shall be superseded,except to the extent they are required by statute,or authorized in accordance with the deviations provision in Section i-.4, ' __.4 Deviations.The Office of Management and Budget(OMB)may grant exceptions for classes of grants or recipients subject to the requirements of this Circular when exceptions are not prohibited by statute. However,in the interest of maximum uniformity,exceptions from the requirements of this Circular shall be permitted only in unusual ' circumstances.Federal awarding agencies may apply more restrictive requirements to a class of recipients when approved by OMB. Federal awarding agencies may apply less restrictive requirements when awarding small awards, except for those requirements which are statutory.Exceptions on a case-by-case basis may also be made by Federal awarding agencies. • .5 Subawards,Unless sections of this Circular specifically exclude subrecipients from coverage,the provisions of • this Circular shall be applied to subrecipients performing work under awards if such subrecipients are institutions of higher education,hospitals or other non-profit organizations.State and local government subrecipients are subject to ' the provisions of regulations implementing the grants management common rule,"Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments,"published at 53 FR 8034 (3/11/88). SUBPART B-Pre-Award Requirements _.10 Purpose.Sections .11 through_.17 prescribes forms and instructions and other pre-award matters to be used in applying for Federal awards. _.11 Pre-award policies. (a)Use of Grants and Cooperative Agreements,and Contracts. in each instance,the Federal awarding agency shall decide on the appropriate award instrument(i.e„grant,cooperative agreement,or contract).The Federal Grant and Cooperative Agreement Act(31 U.S.C.6301-08)governs the use of grants,cooperative agreements and contracts. A grant or cooperative agreement shall be used only when the principal purpose of a transaction is to accomplish a• public purpose of support or stimulation authorized by Federal statute.The statutory criterion for choosing between grants and cooperative agreements is that for the latter, "substantial involvement is expected between the executive agency and the State,local government,or other recipient when carrying out the activity contemplated in the agreement,"Contracts shall be used when the principal purpose is acquisition of property or services for the direct i http://www,whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 defined in this section,and inventions of a contractor conceived or first actually reduced to practice in the performance of work under a funding agreement("subject inventions"),as defined in 37 CFR part 401,"Rights to inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts,and http://www.whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreements ... Page 8 of 35 • benefit or use of the Federal Government. (b) Public Notice and Priority Setting.Federal awarding agencies shall notify the public of its intended funding ' priorities for discretionary grant programs,unless funding priorities are established by Federal statute. .12 Forms for applying for Federal assistance. (a) Federal awarding agencies shall comply with the applicable report clearance requirements of 5 CFR part 1320, "Controlling Paperwork Burdens on the Public,"with regard to all forms used by the Federal awarding agency in place of or as a supplement to the Standard Form 424(SF-424)series. (b)Applicants shall use the SF-424 series or those forms and instructions prescribed by the Federal awarding agency. 111 (a)For Federal programs covered by E.O. 12372, 'Intergovernmental Review of Federal Programs,"the applicant shall complete the appropriate sections of the SF-424(Application for Federal Assistance)indicating whether the 4 application was subject to review by the State Single Point of Contact(SPOC).The name and address of the SPOC for a particular State can be obtained from the Federal awarding agency or the Catalog of Federal Domestic Assistance.The SPOC shall advise the applicant whether the program for which application Is made has been selected by that State for review. (d)Federal awarding agencies that do not use the SF-424 form should indicate whether the application is subject to review by the State under E.O. 12372. .13 Debarment and suspension.Federal awarding agencies and recipients shall comply with the nonprocurement debarment and suspension common rule Implementing E.O.s 12549 and 12689, "Debarment and Suspension."This common rule restricts subawards and contracts with certain parties that are debarred,suspended or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. _.14 Special award conditions. If an applicant or recipient:(a)has a history of poor performance,(b)is not financially stable,(c)has a management system that does not meet the standards prescribed in this Circular,(d)has not conformed to the terms and conditions of a previous award,or(e)Is not otherwise responsible,Federal awarding agencies may impose additional requirements as needed,provided that such applicant or recipient is notified in ' writing as to:the nature of the additional requirements,the reason why the additional requirements are being imposed,the nature of the corrective action needed,the time allowed for completing the corrective actions,and the method for requesting reconsideration of the additional requirements Imposed.Any special conditions shall be promptly removed once the conditions that prompted them have been corrected. _.15 Metric system of measurement.The Metric Conversion Act,as amended by the Omnibus Trade and Competitiveness Act(15 U.S.C.205)declares that the metric system is the preferred measurement system for U.S. trade and commerce.The Act requires each Federal agency to establish a date or dates in consultation with the Secretary of Commerce,when the metric'system of measurement will be used in the agency's procurements,grants, and other business-related activities. Metric implementation may take longer where the use of the system Is initially impractical or likely to cause significant inefficiencies in the accomplishment of federally-funded activities.Federal awarding agencies shall follow the provisions of E.O.12770,"Metric Usage in Federal Government Programs." .16 Resource Conservation and Recovery Act(RCRA)(Pub.L. 94-580 codified at 42 U.S.C.6962).Under the Act, any State agency or agency of a political subdivision of a State which is using appropriated Federal funds must comply with Section 6002.Section 6002 requires that preference be given in procurement programs to the purchase of specific products containing recycled materials identified in guidelines developed by the Environmental Protection Agency(EPA)(40 CFR parts 247-254),Accordingly,State and local institutions of higher education,hospitals,and non-profit organizations that receive direct Federal awards or other Federal funds shall give preference in their procurement programs funded with Federal funds to the purchase of recycled products pursuant to the EPA guidelines. _.17 Certifications and representations.Unless prohibited by statute or codified regulation,each Federal awarding agency is authorized and encouraged to allow recipients to submit certifications and representations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No. A-110 -- Uniform Administrative Requirements for Grants and Agreements ... Page 9 of 35 1 Financial and Program Management .20 Purpose of financial and program management.Sections_.21 through_.28 prescribe standards for financial management systems,methods for making payments and rules for:satisfying cost sharing and matching I requirements,accounting for program income, budget revision approvals,making audits,determining allowability of cost,and establishing fund availability. _ .21 Standards for financial management systems. I (a)Federal awarding agencies shall require recipients to relate financial data to performance data and develop unit cost information whenever practical, (b)Recipients'financial management systems shall provide for the following. (1)Accurate,current and complete disclosure of the financial results of each federally-sponsored project or I program in accordance with the reporting requirements set forth In Section_.52. If a Federal awarding agency requires reporting on an accrual basis from a recipient that maintains its records on other than an accrual basis,the recipient shall not be required to establish an accrual accounting system.These recipients may develop such accrual data for Its reports on the basis of an analysis of the documentation on hand. I (2)Records that identify adequately the source and application of funds for federally-sponsored activities. These records shall contain information pertaining to Federal awards,authorizations, obligations,unobligated balances,assets,outlays,income and interest. I (3)Effective control over and accountability for all funds,property and other assets. Recipients shall adequately safeguard all such assets and assure they are used solely for authorized purposes. I (4)Comparison of outlays with budget amounts for each award.Whenever appropriate,financial information should be related to performance and unit cost data. (5)Written procedures to minimize the time elapsing between the transfer of funds to the recipient from the I U.S.Treasury and the issuance or redemption of checks,warrants or payments by other means for program purposes by the recipient.To the extent that the provisions of the Cash Management Improvement Act (CMiA)(Pub. L. 101-453)govern,payment methods of State agencies,instrumentalities,and fiscal agents shall be consistent with CMiA Treasury-State Agreements or the CMIA default procedures codified at 31 CFR Ipart 205,'Withdrawal of Cash from the Treasury for Advances under Federal Grant and Other Programs.' (6)Written procedures forr determining the reasonableness,allocability and allowability of costs in accordance • with the provisions of the applicable Federal cost principles and the terms and conditions of the award. I (7)Accounting records including cost accounting records that are supported by source documentation. I (c)Where the Federal Government guarantees or insures the repayment of money borrowed by the recipient,the Federal awarding agency,at its discretion, may require adequate bonding and insurance if the bonding and insurance requirements of the recipient are not deemed adequate to protect the Interest of the Federal Government. I (d)The Federal awarding agency may require adequate fidelity bond coverage where the recipient lacks sufficient coverage to protect the Federal Government's interest. (e)Where bonds are required in the situations described above,the bonds shall be obtained from companies holding I certificates of authority as acceptable sureties,as prescribed in 31 CFR part 223, "Surety Companies Doing Business with the United States." _.22 Payment. 1 (a) Payment methods shall minimize the time elapsing between the transfer of funds from the United States Trea sury and the issuance or redemption of checks,warrants,or payment by other means by the recipients. Payment methods of State agencies or instrumentalities shall be consistent with Treasury-State CMIA agreements or default I procedures codified at 31 CFR part 205. I ht tp://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 er education,hospitals,and non-profit organizations that receive direct Federal awards or other Federal funds shall give preference in their procurement programs funded with Federal funds to the purchase of recycled products pursuant to the EPA guidelines. _.17 Certifications and representations.Unless prohibited by statute or codified regulation,each Federal awarding agency is authorized and encouraged to allow recipients to submit certifications and representations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreemen... Page 10 of 35 (b) Recipients are to be paid In advance,provided they maintain or demonstrate the willingness to maintain:(1) written procedures that minimize the time elapsing between the transfer al funds and disbursement by the recipient, and(2)financial management systems that meet the standards for fund control and accountability as established in Section_-_.21.Cash advances to a recipient organization shall be limited to the minimum amounts needed and be timed to be in accordance with the actual,immediate cash requirements of the recipient organization in carrying out the purpose of the approved program or project.The timing and amount of cash advances shall be as close as is administratively feasible to the actual disbursements by the recipient organization for direct program or project costs and the proportionate share of any allowable Indirect costs. (c)Whenever possible,advances shall be consolidated to cover anticipated cash needs for all awards made by the Federal awarding agency to the recipient. (1)Advance payment mechanisms include,but are not limited to,Treasury check and electronic funds transfer, ' (2)Advance payment mechanisms are subject to 31 CFR part 205. (3)Recipients shall be authorized to submit requests for advances and reimbursements at least monthly when electronic fund transfers are not used. (d) Requests for Treasury check advance payment shall be submitted on SF-270,'Request for Advance or Reimbursement,"or other forms as may be authorized by OMB.This form is not to be used when Treasury check111 advance payments are made to the recipient automatically through the use of a predetermined payment schedule or if precluded by special Federal awarding agency instructions for electronic funds transfer. (e)Reimbursement is the preferred method when the requirements in paragraph(b)cannot be met.Federal awarding agencies may also use this method on any construction agreement,or if the major portion of the construction project is accomplished through private market financing or Federal loans,and the Federal assistance constitutes a minor portion of the project. (1)When the reimbursement method is used,the Federal awarding agency shall make payment within 30 days after receipt of the billing,unless the billing Is improper. (2)Recipients shall be authorized to submit request for reimbursement at least monthly when electronic funds transfers are not used. (f)If a recipient cannot meet the criteria for advance payments and the Federal awarding agency has determined that reimbursement is not feasible because the recipient lacks sufficient working capital,the Federal awarding agency may provide cash on a working capital advance basis,Under this procedure,the Federal awarding agency shall advance cash to the recipient to cover its estimated disbursement needs for an initial period generally geared to the awardee's disbursing cycle.Thereafter,the Federal awarding agency shall reimburse the recipient for its actual cash disbursements.The working capital advance method of payment shall not be used for recipients unwilling or unable to provide timely advances to their subrecipient to meet the subrecipient's actual cash disbursements. (g)To the extent available,recipients shall disburse funds available from repayments to and interest earned on a revolving fund,program income,rebates,refunds,contract settlements,audit recoveries and interest earned on such funds before requesting additional cash payments. (h)Unless otherwise required by statute,Federal awarding agencies shall not withhold payments for proper charges made by recipients at any time during the project period unless(1)or(2)apply, (1)A recipient has failed to comply with the project objectives,the terms and conditions of the award,or Federal reporting requirements. (2)The recipient or subrecipient is delinquent in a debt to the United States as defined in OMB Circular A- 129,"Managing Federal Credit Programs.'Under such conditions,the Federal awarding agency may,upon reasonable notice,inform the recipient that payments shall not be made for obligations incurred after a specified date until the conditions are corrected or the indebtedness to the Federal Government is liquidated. (i)Standards governing the use of banks and other institutions as depositories of funds advanced under awards are as follows. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreem.en... Page 11 of 35 1 (1) Except for situations described in paragraph(1)(2),Federal awarding agencies shall not require separate I depository accounts for funds provided to a recipient or establish any eligibility requirements for depositories for funds provided to a recipient.However,recipients must be able to account for the receipt, obligation and expenditure of funds. I (2)Advances of Federal funds shall be deposited and maintained in insured accounts whenever possible. (()Consistent with the national goal of expanding the opportunities for women-owned and minority-owned business I enterprises,recipients shall be encouraged to use women-owned and minority-owned banks(a bank which is owned at feast 50 percent by women or minority group members). (k) Recipients shall maintain advances of Federal funds In interest bearing accounts,unless(1),(2)or(3) apply. I (1)The recipient receives less than$120,000 in Federal awards per year. I (2)The best reasonably available interest bearing account would not be expected to earn interest in excess of$250 per year on Federal cash balances. (3)The depository would require an average or minimum balance so high that it would not be feasible within Ithe expected Federal and non-Federal cash resources. (I)For those entities where CMIA and its implementing regulations do not apply,interest earned on Federal advances deposited in interest bearing accounts shall be remitted annually to Department of Health and Human I Services, Payment Management System,Rockville,MD 20852.Interest amounts up to$250 per year may be retained by the recipient for administrative expense.State universities and hospitals shall comply with CMIA,as It pertains to interest.If an entity subject to CMIA uses its own funds to pay pre-award costs for discretionary awards without prior written approval from the Federal awarding agency,it waives Its right to recover the interest under i CMIA. (m) Except as noted elsewhere in this Circular,only the following forms shall be authorized for the recipients in requesting advances and reimbursements.Federal agencies shall not require more than an original and two copies Iof these forms. (1)SF-270,Request for Advance or Reimbursement.Each Federal awarding agency shall adopt the SF-270 as a standard form for all nonconstruction programs when electronic funds transfer or predetermined I advance methods are not used.Federal awarding agencies,however,have the option of using this form for construction programs in lieu of the SF-271,"Outlay Report and Request for Reimbursement for Construction Programs." I (2)SF-271,Outlay Report and Request for Reimbursement for Construction Programs, Each Federal awarding agency shall adopt the SF-271 as the standard form to be used for requesting reimbursement for construction programs.However,a Federal awarding agency may substitute the SF-270 when the Federal awarding agency determines that it provides adequate information to meet Federal needs. 1 ,_.23 Cost sharing or matching. I (a)All contributions,including cash and third party in-kind,shall be accepted as part of the recipient's cost sharing or matching when such contributions meet all of the following criteria. (1)Are verifiable from the recipient's records. I (2)Are not included as contributions for any other federally-assisted project or program. (3)Are necessary and reasonable for proper and efficient accomplishment of project or program objectives. Ihttp://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 statute,Federal awarding agencies shall not withhold payments for proper charges made by recipients at any time during the project period unless(1)or(2)apply, (1)A recipient has failed to comply with the project objectives,the terms and conditions of the award,or Federal reporting requirements. (2)The recipient or subrecipient is delinquent in a debt to the United States as defined in OMB Circular A- 129,"Managing Federal Credit Programs.'Under such conditions,the Federal awarding agency may,upon reasonable notice,inform the recipient that payments shall not be made for obligations incurred after a specified date until the conditions are corrected or the indebtedness to the Federal Government is liquidated. (i)Standards governing the use of banks and other institutions as depositories of funds advanced under awards are as follows. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110--Uniform Administrative Requirements for Grants and Agreemen... Page 12 of 35 (4)Are allowable under the applicable cost principles. I.- (5)Are not paid by the Federal Government under another award,except where authorized by Federal statute to be used for cost sharing or matching. (6)Are provided for In the approved budget when required by the Federal awarding agency. (7)Conform to other provisions of this Circular, as applicable. (b)Unrecovered indirect costs may be included as part of cost sharing or matching only with the prior approval of the Federal awarding agency. (c)Values for recipient contributions of services and property shall be established in accordance with the applicable cost principles.If a Federal awarding agency authorizes recipients to donate buildings or land for construction/facilities acquisition projects or long-term use,the value of the donated property for cost sharing or matching shall be the lesser of(1)or(2). (1)The certified value of the remaining life of the property recorded in the recipient's accounting records at the time of donation. I'I (2)The current fair market value.However,when there is sufficient justification,the Federal awarding agency may approve the use of the current fair market value of the donated property,even if it exceeds the certified value at the time of donation to the project. (d)Volunteer services furnished by professional and technical personnel,consultants,and other skilled and unskilled labor may be counted as cost sharing or matching if the service is an integral and necessary part of an approved project or program.Rates for volunteer services shall be consistent with those paid for similar work in the recipient's organization.In those instances in which the required skills are not found in the recipient organization,rates shall be consistent with those paid for similar work in the labor market in which the recipient competes for the kind of services involved. In either case,paid fringe benefits that are reasonable,allowable,and allocable may be included in the valuation. i I (e)When an employer other than the recipient furnishes the services of an employee,these services shall be valued at the employee's regular rate of pay(plus an amount of fringe benefits that are reasonable,asonable,allowable,and allocable, but exclusi ve ive of overhead costs),provided these services are In the same skill for which the employee Is normally paid. (f) Donated supplies may include such items as expendable equipment,office supplies,laboratory supplies or workshop and classroom supplies.Value assessed to donated supplies included In the cost sharing or matching share shall be reasonable and shall not exceed the fair market value of the property at the time of the donation. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 j 1 may substitute the SF-270 when the Federal awarding agency determines that it provides adequate information to meet Federal needs. 1 ,_.23 Cost sharing or matching. I (a)All contributions,including cash and third party in-kind,shall be accepted as part of the recipient's cost sharing or matching when such contributions meet all of the following criteria. (1)Are verifiable from the recipient's records. I (2)Are not included as contributions for any other federally-assisted project or program. (3)Are necessary and reasonable for proper and efficient accomplishment of project or program objectives. Ihttp://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 statute,Federal awarding agencies shall not withhold payments for proper charges made by recipients at any time during the project period unless(1)or(2)apply, (1)A recipient has failed to comply with the project objectives,the terms and conditions of the award,or Federal reporting requirements. (2)The recipient or subrecipient is delinquent in a debt to the United States as defined in OMB Circular A- 129,"Managing Federal Credit Programs.'Under such conditions,the Federal awarding agency may,upon reasonable notice,inform the recipient that payments shall not be made for obligations incurred after a specified date until the conditions are corrected or the indebtedness to the Federal Government is liquidated. (i)Standards governing the use of banks and other institutions as depositories of funds advanced under awards are as follows. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I • Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreemen... Page 13 of 35 { (g)The method used for determining cost sharing or matching for donated equipment,buildings and land for which title passes to the recipient may differ according to the purpose of the award,if(1)or(2)apply. 77. (1)If the purpose of the award is to assist the recipient in the acquisition of equipment, or buildings lan total value of the donated property may be claimed as cost sharing or matching. g d,t he I (2) if the purpose of the award is to support activities that require the use of equipment,buildings or land, normally only depreciation or use charges for equipment and buildings may be made, However,the full value of equipment or other capital assets and fair rental charges for land may be allowed,provided that the Federal awarding agency has approved the charges. (h)The value of donated property shall be determined in accordance with the usual accounting policies of the recipient,with the following qualifications. (1)The value of donated land and buildings shall not exceed its fair market value at the time of donation to the recipient as established by an independent appraiser(e.g.,certified real property appraiser or General Services Administration representative)and certified by a responsible official of the recipient. (2)The value of donated equipment shall not exceed the fair market value of equipment of the same age and condition at the time of donation. (3)The value of donated space shall not exceed the fair rental value of comparable space as established b an independent appraisal of comparable space and facilities in a privately-owned building in the same y locality. I (4)The value of loaned equipment shall not exceed its fair rental value. i (5)The following requirements pertain to the recipient's supporting records for in-kind contributions from third parties, (I)Volunteer services shall be documented and,to the extent feasible,supported by the same methods used by the recipient for its own employees. I (ii)The basis for determining the valuation for personal service,material,equipment, buildings and land shall be documented. _.24 Program income. 1 (a)Federal awarding agencies shall apply the standards set forth in this section in requiring recipient organizations to account for program income related to projects financed in whole or in part with Federal funds. http://www.whitehouse. ov/omb/circulars a g / 110/a110.html 2/23/2009 tory supplies or workshop and classroom supplies.Value assessed to donated supplies included In the cost sharing or matching share shall be reasonable and shall not exceed the fair market value of the property at the time of the donation. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 j 1 may substitute the SF-270 when the Federal awarding agency determines that it provides adequate information to meet Federal needs. 1 ,_.23 Cost sharing or matching. I (a)All contributions,including cash and third party in-kind,shall be accepted as part of the recipient's cost sharing or matching when such contributions meet all of the following criteria. (1)Are verifiable from the recipient's records. I (2)Are not included as contributions for any other federally-assisted project or program. (3)Are necessary and reasonable for proper and efficient accomplishment of project or program objectives. Ihttp://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 statute,Federal awarding agencies shall not withhold payments for proper charges made by recipients at any time during the project period unless(1)or(2)apply, (1)A recipient has failed to comply with the project objectives,the terms and conditions of the award,or Federal reporting requirements. (2)The recipient or subrecipient is delinquent in a debt to the United States as defined in OMB Circular A- 129,"Managing Federal Credit Programs.'Under such conditions,the Federal awarding agency may,upon reasonable notice,inform the recipient that payments shall not be made for obligations incurred after a specified date until the conditions are corrected or the indebtedness to the Federal Government is liquidated. (i)Standards governing the use of banks and other institutions as depositories of funds advanced under awards are as follows. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreemen,.. Page 14 of 35 (b)Except as provided in paragraph(h)below,program income earned during the project period shall be retained by the recipient and,in accordance with Federal awarding agency regulations or the terms and conditions of the award, shall be used in one or more of the ways listed in the following. (1)Added to funds committed to the project by the Federal awarding agency and recipient and used to further eligible project or program objectives. (2) Used to finance the non-Federal share of the project or program. (3)Deducted from the total project or program allowable cost in determining the net allowable costs on which the Federal share of costs is based. (c)When an agency authorizes the disposition of program income as described in paragraphs(b)(1)or(b)(2), program income in excess of any limits stipulated shall be used In accordance with paragraph(b)(3). 1 (d)In the event that the Federal awarding agency does not specify in its regulations or the terms and conditions of the award how program Income Is to be used,paragraph(b)(3)shall apply automatically to all projects or programs except research.For awards that support research,paragraph(b)(1)shall apply automatically unless the awarding agency indicates in the terms and conditions another alternative on the award or the recipient is subject to special award conditions,as Indicated in Section .14. 1 (e)Unless Federal awarding agency regulations or the terms and conditions of the award provide otherwise, recipients shall have no obligation to the Federal Government regarding program income earned after the end of the project period. (f)If authorized by Federal awarding agency regulations or the terms and conditions of the award,costs incident to the generation of program income may be deducted from gross income to determine program income,provided these costs have not been charged to the award. (g)Proceeds from the sale of property shall be handled in accordance with the requirements of the Property Standards(See Sections_..�,..30 through�.37). ' � I (h)Unless Federal awarding agency regulations or the terms and condition of the award provide otherwise, recipients shall have no obligation to the Federal Government with respect to program Income earned from license fees and royalties for copyrighted material,patents,patent applications,trademarks,and Inventions produced under an award.However,Patent and Trademark Amendments(35 U.S.C. 18)apply to inventions made under an experimental,developmental,or research award. .25 Revision of budget and program plans, h ttp://www.whitehouse.gov/omb/circulars/a 110/a110.html 2/23/2009 1 and shall not exceed the fair market value of the property at the time of the donation. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 j 1 may substitute the SF-270 when the Federal awarding agency determines that it provides adequate information to meet Federal needs. 1 ,_.23 Cost sharing or matching. I (a)All contributions,including cash and third party in-kind,shall be accepted as part of the recipient's cost sharing or matching when such contributions meet all of the following criteria. (1)Are verifiable from the recipient's records. I (2)Are not included as contributions for any other federally-assisted project or program. (3)Are necessary and reasonable for proper and efficient accomplishment of project or program objectives. Ihttp://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 statute,Federal awarding agencies shall not withhold payments for proper charges made by recipients at any time during the project period unless(1)or(2)apply, (1)A recipient has failed to comply with the project objectives,the terms and conditions of the award,or Federal reporting requirements. (2)The recipient or subrecipient is delinquent in a debt to the United States as defined in OMB Circular A- 129,"Managing Federal Credit Programs.'Under such conditions,the Federal awarding agency may,upon reasonable notice,inform the recipient that payments shall not be made for obligations incurred after a specified date until the conditions are corrected or the indebtedness to the Federal Government is liquidated. (i)Standards governing the use of banks and other institutions as depositories of funds advanced under awards are as follows. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No.A-110 --Uniform Administrative Requirements for Grants and Agreemen... Page 15 of 35 (a)The budget plan is the financial expression of the project or program as approved during the award process.It may Include either the Federal and non-Federal share,or only the Federal share,depending upon Federal awarding agency requirements. It shall be related to performance for program evaluation purposes whenever appropriate. (b)Recipients are required to report deviations from budget and program plans,and request prior approvals for budget and program plan revisions,in accordance with this section. 111. (c)For nonconstruction awards, recipients shall request prior approvals from Federal awarding agencies for one or ' more of the following program or budget related reasons, (1)Change in the scope or the objective of the project or program(even if there is no associated budget revision requiring prior written approval). 1 (2)Change in a key person specified in the application or award document, I (3)The absence for more than three months,or a 25 percent reduction in time devoted to the project,by the approved project director or principal investigator. • (4)The need for additional Federal funding. I (5)The transfer of amounts budgeted for indirect costs to absorb increases in direct costs,or vice versa, if approval Is required by the Federal awarding agency. (6)The inclusion,unless waived by the Federal awarding agency,of costs that require prior approval in i accordance with OMB Circular A-21,"Cost Principles for Educational Institutions,"OMB Circular A-122,"Cost Principles for Non-Profit Organizations,"or 45 CFR part 74 Appendix E,"Principles for Determining Costs Applicable to Research and Development under Grants and Contracts with Hospitals,"or 48 CFR part 31, "Contract Cost Principles and Procedures,"as applicable. I (7)The transfer of funds allotted for training allowances(direct payment to trainees)to other categories of expense. (8) Unless described in the application and funded in the approved awards,the subaward,transfer or contracting out of any work under.an award.This provision does not apply to the purchase of supplies, material,equipment or general support services. (d)No other prior approval requirements for specific items may be Imposed unless a deviation has been approved by OMB. htt //www.whitehouse. ov/omb/circulars/a110/a110.html P� g 2/23/2009 ons produced under an award.However,Patent and Trademark Amendments(35 U.S.C. 18)apply to inventions made under an experimental,developmental,or research award. .25 Revision of budget and program plans, h ttp://www.whitehouse.gov/omb/circulars/a 110/a110.html 2/23/2009 1 and shall not exceed the fair market value of the property at the time of the donation. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 j 1 may substitute the SF-270 when the Federal awarding agency determines that it provides adequate information to meet Federal needs. 1 ,_.23 Cost sharing or matching. I (a)All contributions,including cash and third party in-kind,shall be accepted as part of the recipient's cost sharing or matching when such contributions meet all of the following criteria. (1)Are verifiable from the recipient's records. I (2)Are not included as contributions for any other federally-assisted project or program. (3)Are necessary and reasonable for proper and efficient accomplishment of project or program objectives. Ihttp://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 statute,Federal awarding agencies shall not withhold payments for proper charges made by recipients at any time during the project period unless(1)or(2)apply, (1)A recipient has failed to comply with the project objectives,the terms and conditions of the award,or Federal reporting requirements. (2)The recipient or subrecipient is delinquent in a debt to the United States as defined in OMB Circular A- 129,"Managing Federal Credit Programs.'Under such conditions,the Federal awarding agency may,upon reasonable notice,inform the recipient that payments shall not be made for obligations incurred after a specified date until the conditions are corrected or the indebtedness to the Federal Government is liquidated. (i)Standards governing the use of banks and other institutions as depositories of funds advanced under awards are as follows. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e i Circular No. A-110--Uniform Administrative Requirements for Grants and Agreemen... Page 16 of 35 (e)Except for requirements listed in paragraphs(c)(1)and(c)(4)of this section,Federal awarding agencies are authorized,at their option,to waive cost-related and administrative prior written approvals required by this Circular and OMB Circulars A-21 and A-122.Such waivers may Include authorizing recipients to do any one or more of the following. {1)Incur pre-award costs 90 calendar days prior to award or more than 90 calendar days with the prior approval of the Federal awarding agency.All pre-award costs are incurred at the recipient's risk(i.e.,the Federal awarding agency is under no obligation to reimburse such costs if for any reason the recipient does not receive an award or if the award is less than anticipated and inadequate to cover such costs). (2)Initiate a one-time extension of the expiration date of the award of up to 12 months unless one or more of the following conditions apply.For one-time extensions,the recipient must notify the Federal awarding agency in writing with the supporting reasons and revised expiration date at least 10 days before the expiration date specified in the award.This one-time extension may not be exercised merely for the purpose of using unobligated balances. • I (i)The terms and conditions of award prohibit the extension. (iI)The extension requires additional Federal funds. • (iii)The extension involves any change in the approved objectives or scope of the project. (3)Carry forward unobligated balances to subsequent funding periods. (4) For awards that support research,unless the Federal awarding agency provides otherwise in the award or in the agency's regulations,the prior approval requirements described in paragraph(e)are automatically waived(i.e.,recipients need not obtain such prior approvals)unless one of the conditions included In paragraph(e)(2)applies. (f)The Federal awarding agency may,at its option, restrict the transfer of funds among direct cost categories or programs,functions and activities for awards in which the Federal share of the project exceeds$100,000 and the cumulative amount of such transfers exceeds or is expected to exceed 10 percent of the total budget as last approved by the Federal awarding agency.No Federal awarding agency shall permit a transfer that would cause any Federal appropriation or part thereof to be used for purposes other than those consistent with the original intent of the appropriation. (g)All other changes to nonconstruction budgets,except for the changes described in paragraph(j),do not require prior approval. • (h)For construction awards,recipients shall request prior written approval promptly from Federal awarding agencies for budget revisions whenever(1),(2)or(3)apply. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 1 l awarding agency determines that it provides adequate information to meet Federal needs. 1 ,_.23 Cost sharing or matching. I (a)All contributions,including cash and third party in-kind,shall be accepted as part of the recipient's cost sharing or matching when such contributions meet all of the following criteria. (1)Are verifiable from the recipient's records. I (2)Are not included as contributions for any other federally-assisted project or program. (3)Are necessary and reasonable for proper and efficient accomplishment of project or program objectives. Ihttp://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 statute,Federal awarding agencies shall not withhold payments for proper charges made by recipients at any time during the project period unless(1)or(2)apply, (1)A recipient has failed to comply with the project objectives,the terms and conditions of the award,or Federal reporting requirements. (2)The recipient or subrecipient is delinquent in a debt to the United States as defined in OMB Circular A- 129,"Managing Federal Credit Programs.'Under such conditions,the Federal awarding agency may,upon reasonable notice,inform the recipient that payments shall not be made for obligations incurred after a specified date until the conditions are corrected or the indebtedness to the Federal Government is liquidated. (i)Standards governing the use of banks and other institutions as depositories of funds advanced under awards are as follows. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I ICircular No. A-110 -- Uniform Administrative Requirements for Grants and Agreemen... Page 17 of 35 1 1 (1)The revision results from changes In the scope or the objective of the project or program. ' 1 I (2)The need arises for additional Federal funds to complete the project. I (3)A revision is desired which involves specific costs for which prior written approval requirements may be imposed consistent with applicable OMB cost principles listed in Section ,27, I (i)No other prior approval requirements for specific items may be imposed unless a deviation has been approved by ! OMB. I (j)When a Federal awarding agency makes an award that provides support for both construction and nonconstruction work,the Federal awarding agency may require the recipient to request prior approval from the Federal awarding agency before making any fund or budget transfers between the Iwo types of work supported. , (k) For both construction and nonconstruction awards,Federal awarding agencies shall require recipients to notify I the Federal awarding agency in writing promptly whenever the amount of Federal authorized funds is expected to I exceed the needs of the recipient for the project period by more than$5000 or five percent of the Federal award, whichever is greater.This notification shall not be required if an application for additional funding is submitted for a continuation award. I (I)When requesting approval for budget revisions,recipients shall use the budget forms that were used in the application unless the Federal awarding agency indicates a letter of request suffices. I (m)Within 30 calendar days from the date of receipt of the request for budget revisions, Federal awarding agencies f shall review the request and notify the recipient whether the budget revisions have been approved. If the revision is 1 still under consideration at the end of 30 calendar days,the Federal awarding agency shall Inform the recipient in writing of the date when the recipient may expect the decision. I I _.26 Non-Federal audits. (a) Recipients and subrecipients that are Institutions of higher education or other non-profit organizations(including hospitals)shall be subject to the audit requirements contained in the Single Audit Act Amendments of 1996(31 USC 1 I7501-7507)and revised OMB Circular A-133,"Audits of States,Local Governments,and Non-Profit Organizations." I (b)State and local governments shall be subject to the audit requirements contained in the Single Audit Act Amendments of 1996(31 USC 7501-7507)and revised OMB Circular A-133,"Audits of States,Local Governments, and Non-Profit Organizations." • I I (rl Fnr-nrnflt hn.nifaln not rnvarari by thn ni wilt nrnviclnno of ravinnrl f1MFi(arrnlar A-1 TA.hall hn Al ihiar.f to thn ai will Ihtt ://www.whitehouse. ov p g iomb/cttcularsla110/a1.l0.htm1 2/23/2009 determines that it provides adequate information to meet Federal needs. 1 ,_.23 Cost sharing or matching. I (a)All contributions,including cash and third party in-kind,shall be accepted as part of the recipient's cost sharing or matching when such contributions meet all of the following criteria. (1)Are verifiable from the recipient's records. I (2)Are not included as contributions for any other federally-assisted project or program. (3)Are necessary and reasonable for proper and efficient accomplishment of project or program objectives. Ihttp://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 statute,Federal awarding agencies shall not withhold payments for proper charges made by recipients at any time during the project period unless(1)or(2)apply, (1)A recipient has failed to comply with the project objectives,the terms and conditions of the award,or Federal reporting requirements. (2)The recipient or subrecipient is delinquent in a debt to the United States as defined in OMB Circular A- 129,"Managing Federal Credit Programs.'Under such conditions,the Federal awarding agency may,upon reasonable notice,inform the recipient that payments shall not be made for obligations incurred after a specified date until the conditions are corrected or the indebtedness to the Federal Government is liquidated. (i)Standards governing the use of banks and other institutions as depositories of funds advanced under awards are as follows. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreemen... Page 18 of 35 requirements of the Federal awarding agencies. !-_ (d)Commercial organizations shall be subject to the audit requirements of the Federal awarding agency or the prime recipient as incorporated Into the award document. I i .27 Allowable costs.For each kind of recipient,there Is a set of Federal principles for determining allowable 111 costs.Allowability of costs shall be determined in accordance with the cost principles applicable to the entity incurring the costs.Thus,allowability of costs Incurred by State,local or federally-recognized Indian tribal governments is determined in accordance with the provisions of OMB Circular A-87,"Cost Principles for State,Local, and Indian Tribal Governments."The allowability of costs incurred by non-profit organizations is determined in accordance with the provisions of OMB Circular A-122,"Cost Principles for Non-Profit Organizations."The allowability of costs incurred by institutions of higher education is determined in accordance with the provisions of OMB Circular A-21,"Cost Principles for Educational Institutions."The allowability of costs incurred by hospitals is determined in accordance with the provisions of Appendix E of 45 CFR part 74,"Principles for Determining Costs Applicable to Research and Development Under Grants and Contracts with Hospitals."The allowability of costs incurred by commercial organizations and those non-profit organizations listed in Attachment C to Circular A-122 is determined in accordance with the provisions of the Federal Acquisition Regulation(FAR)at 48 CFR part 31. _.28 Period of availability of funds.Where a funding period is specified,a recipient may charge to the grant only allowable costs resulting from obligations incurred during the funding period and any pre-award costs authorized by the Federal awarding agency. I __.29 Conditional exemptions. (a)OMB authorizes conditional exemption from OMB administrative requirements and cost principles circulars for certain Federal programs with statutorily-authorized consolidated planning and consolidated administrative funding, that are identified by a Federal agency and approved by the head of the Executive department or establishment.A Federal agency shall consult with OMB during its consideration of whether to grant such an exemption. (b)To promote efficiency in State and local program administration,when Federal non-entitlement programs with common purposes have specific statutorily-authorized consolidated planning and consolidated administrative funding and where most of the State agency's resources come from non-Federal sources,Federal agencies may exempt these covered State-administered,non-entitlement grant programs from certain OMB grants management requirements.The exemptions would be from all but the allocability of costs provisions of OMB Circulars A-87 (Attachment A,subsection C.3),"Cost Principles for State,Local,and Indian Tribal Governments,"A-21 (Section C, subpart 4),"Cost Principles for Educational Institutions,"and A-122(Attachment A,subsection A.4), "Cost Principles 111 for Non-Profit Organizations,"and from all of the administrative requirements provisions of OMB Circular A-110, Uniform Administrative Requirements for Grants and Agreements with institutions of Higher Education,Hospitals, and Other Non-Profit Organizations,"and the agencies'grants management common rule. (c)When a Federal agency provides this flexibility,as a prerequisite to a State's exercising this option,a State must adopt its own written fiscal and administrative requirements for expending and accounting for all funds,which are consistent with the provisions of OMB Circular A-87,and extend such policies to all subreciplents.These fiscal and administrative requirements must be sufficiently specific to ensure that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I 1 Circular No. A-110 -- Uniform Administrative Requirements for Grants and Agreemen... Page 19 of 35 supported by a Federal award. Federal awarding agencies shall require recipients to observe these standards under awards and shall not impose additional requirements,unless specifically required by Federal statute.The recipient I may use its own property management standards and procedures provided it observes the provisions of Sections _.31 through .37. I _.31 insurance coverage. Recipients shall,at a minimum, provide the equivalent insurance coverage for real property and equipment acquired with Federal funds as provided to property owned by the recipient.Federally- owned property need not be insured unless required by the terms and conditions of the award. 1 _.32 Real property,Each Federal awarding agency shall prescribe requirements for recipients concerning the use and disposition of real property acquired in whole or in part under awards.Unless otherwise provided by statute, such requirements,at a minimum,shall contain the following. I (a)Title to real property shall vest in the recipient subject to the condition that the recipient shall use the real property , for the authorized purpose of the project as long as it is needed and shalt not encumber the property without I approval of the Federal awarding agency. (b)The recipient shall obtain written approval by the Federal awarding agency for the use of real property in other I federally-sponsored projects when the recipient determines that the property is no longer needed for the purpose of the original project.Use in other projects shall be limited to those under federally-sponsored projects(i.e.,awards)or programs that have purposes consistent with those authorized for support by the Federal awarding agency. I • '(c)When the real property is no longer needed as provided in paragraphs(a)and(b),the recipient shall request I disposition instructions from the Federal awarding agency or its successor Federal awarding agency.The Federal awarding agency shall observe one or more of the following disposition instructions. I • (1)The recipient may be permitted to retain title without further obligation to the Federal Government after it compensates the Federal Government for that percentage of the current fair market value of the property attributable to the Federal participation In the project. I (2)The recipient may be directed to self the property under guidelines provided by the Federal awarding agency and pay the Federal Government for that percentage of the current fair market value of the property attributable to the Federal participation in the project(after deducting actual and reasonable selling and fix-up expenses,if any,from the sales proceeds).When the recipient is authorized or required to sell the property, proper sales procedures shall be established that provide for competition to the extent practicable and result I in the highest possible return. I (3)The recipient may be directed to transfer title to the property to the Federal Government or to an eligible third party provided that,in such cases,the recipient shall be entitled to compensation for its attributable percentage of the current fair market value of the property. I _.33 Federally-owned and exempt property. 111 (a) Federally-owned property. I (1)Title to federally-owned property remains vested in the Federal Government.Recipients shall submit annually an inventory listing of federally-owned property in their custody to the Federal awarding agency. Upon completion of the award or when the property is no longer needed,the recipient shall report the htt ://www.whitehouse. ov/omb/circus r 1 p g a s/a 10/a110.html 2/23/2009 OMB Circular A-87,and extend such policies to all subreciplents.These fiscal and administrative requirements must be sufficiently specific to ensure that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No. A-110 —Uniform Administrative Requirements for Grants and Agreemen... Page 20 of 35 property to the Federal awarding agency for further Federal agency utilization. (2) if the Federal awarding agency has no further need for the properly,it shall be declared excess and 111 reported to the General Services Administration,unless the Federal awarding agency has statutory authority to dispose of the property by alternative methods(e.g.,the authority provided by the Federal Technology Transfer Act(15 U.S.C.3710(I))to donate research equipment to educational and non-profit organizations In accordance with E.O. 12821,'Improving Mathematics and Science Education in Support of the National Education Goals.")Appropriate instructions shall be issued to the recipient by the Federal awarding agency. (b)Exempt property.When statutory authority exists,the Federal awarding agency has the option to vest title to property acquired with Federal funds in the recipient without further obligation to the Federal Government and under ! ' conditions the Federal awarding agency considers appropriate.Such property is"exempt property.'Should a Federal awarding agency not establish conditions,title to exempt property upon acquisition shall vest in the recipient without further obligation to the Federal Government. I _.34 Equipment. (a)Title to equipment acquired by a recipient with Federal funds shall vest in the recipient,subject to conditions of this section. I (b)The recipient shall not use equipment acquired with Federal funds to provide services to non-Federal outside organizations for a fee that is less than private companies charge for equivalent services, unless specifically authorized by Federal statute,for as long as the Federal Government retains an interest in the equipment. (c)The recipient shall use the equipment in the project or program for which it was acquired as long as needed, whether or not the project or program continues to be supported by Federal funds and shall not encumber the property without approval of the Federal awarding agency.When no longer needed for the original project or program,the recipient shall use the equipment in connection with Its other federally-sponsored activities,in the following order of priority:(I)Activities sponsored by the Federal awarding agency which funded the original project, then(it)activities sponsored by other Federal awarding agencies. • I (d)During the time that equipment is used on the project or program for which it was acquired,the recipient shall make It available for use on other projects or programs if such other use will not interfere with the work on the project or program for which the equipment was originally acquired. First preference for such other use shall be given to 111 other projects or programs sponsored by the Federal awarding agency that financed the equipment;second preference shall be given to projects or programs sponsored by other Federal awarding agencies.If the equipment is owned by the Federal Government,use on other activities not sponsored by the Federal Government shall be permissible if authorized by the Federal awarding agency. User charges shall be treated as program income. (e)When acquiring replacement equipment,the recipient may use the equipment to be replaced as trade-in or sell the equipment and use the proceeds to offset the costs of the replacement equipment subject to the approval of the Federal awarding agency. 1 (f)The recipient's property management standards for equipment acquired with Federal funds and federally-owned equipment shall include all of the following. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 se fiscal and administrative requirements must be sufficiently specific to ensure that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreemen... Page 21 of 35 (1)Equipment records shall be maintained accurately and shall include the following information. I, (i)A description of the equipment, I (ii)Manufacturer's serial number,model number,Federal stock number,national stock number,or other identification number. (ill) Source of the equipment,Including the award number, S (iv)Whether title vests in the recipient or the Federal Government. ' ICI (v)Acquisition date(or date received,if the equipment was furnished by the Federal Government) and cost. • (vi)Information from which one can calculate the percentage of Federal participation In the cost of the equipment(not applicable to equipment furnished by the Federal Government). (vii)Location and condition of the equipment and the date the information was reported. ' (viii)Unit acquisition cost, (ix)Ultimate disposition data,including date of disposal and s ales price or the method o determine current fair market value where a recipient compensates the Federal awarding agency d t for its share, (2) Equipment owned by the Federal Government shall be identified to indicate Federal ownership. (3)A physical inventory of equipment shall be taken and the results reconciled with the equipment records at least once every two years.Any differences between quantities determined by the physical inspection and those shown in the accounting records shall be investigated to determine the causes of the difference.The recipient shall,in connection with the inventory,verify the existence,current utilization,and continued need for the equipment. ff /A\ A ......a-..t.....a�.... -L..tt L� ._ ..L[....1 ..f--..-- -J-........1.......J��,...-J.. ri http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 the project or program for which it was acquired as long as needed, whether or not the project or program continues to be supported by Federal funds and shall not encumber the property without approval of the Federal awarding agency.When no longer needed for the original project or program,the recipient shall use the equipment in connection with Its other federally-sponsored activities,in the following order of priority:(I)Activities sponsored by the Federal awarding agency which funded the original project, then(it)activities sponsored by other Federal awarding agencies. • I (d)During the time that equipment is used on the project or program for which it was acquired,the recipient shall make It available for use on other projects or programs if such other use will not interfere with the work on the project or program for which the equipment was originally acquired. First preference for such other use shall be given to 111 other projects or programs sponsored by the Federal awarding agency that financed the equipment;second preference shall be given to projects or programs sponsored by other Federal awarding agencies.If the equipment is owned by the Federal Government,use on other activities not sponsored by the Federal Government shall be permissible if authorized by the Federal awarding agency. User charges shall be treated as program income. (e)When acquiring replacement equipment,the recipient may use the equipment to be replaced as trade-in or sell the equipment and use the proceeds to offset the costs of the replacement equipment subject to the approval of the Federal awarding agency. 1 (f)The recipient's property management standards for equipment acquired with Federal funds and federally-owned equipment shall include all of the following. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 se fiscal and administrative requirements must be sufficiently specific to ensure that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreemen... Page 22 of 35 I equipment.Any loss,damage,or theft of equipment shall be investigated and fully documented;if the equipment was owned by the Federal Government,the recipient shall promptly notify the Federal awarding agency. (5)Adequate maintenance procedures shall be implemented to keep the equipment in good condition. (6)Where the recipient is authorized or required to sell the equipment,proper sales procedures shall be established which provide for competition to the extent practicable and result in the highest possible return. (g)When the recipient no longer needs the equipment,the equipment may be used for other activities in accordance with the following standards.For equipment with a current per unit fair market value of$5000 or more,the recipient may retain the equipment for other uses provided that compensation is made to the original Federal awarding agency or its successor.The amount of compensation shall be computed by applying the percentage of Federal participation in the cost of the original project or program to the current fair market value of the equipment.If the recipient has no need for the equipment,the recipient shall request disposition instructions from the Federal awarding agency.The Federal awarding agency shall determine whether the equipment can be used to meet the agency's requirements.If no requirement exists within that agency,the availability of the equipment shall be reported to the General Services Administration by the Federal awarding agency to determine whether a requirement for the equipment exists in other Federal agencies.The Federal awarding agency shall issue instructions to the recipient no later than 120 calendar days after the recipient's request and the following procedures shall govern. I I (1)If so instructed or if disposition instructions are not issued within 120 calendar days after the recipient's request,the recipient shall sell the equipment and reimburse the Federal awarding agency an amount computed by applying to the sales proceeds the percentage of Federal participation in the cost of the original project or program. However,the recipient shall be permitted to deduct and retain from the Federal share $500 or ten percent of the proceeds,whichever is less,for the recipient's selling and handling expenses. r (2)If the recipient is Instructed to ship the equipment elsewhere,the recipient shall be reimbursed by the Federal Government by an amount which is computed by applying the percentage of the recipient's participation in the cost of the original project or program to the current fair market value of the equipment, plus any reasonable shipping or interim storage costs incurred. (3)If the recipient is instructed to otherwise dispose of the equipment,the recipient shall be reimbursed by the Federal awarding agency for such costs Incurred in its disposition. • (4)The Federal awarding agency may reserve the right to transfer the title to the Federal Government or to a third party named by the Federal Government when such third party is otherwise eligible under existing statutes.Such transfer shall be subject to the following standards. (1)The equipment shall be appropriately identified in the award or otherwise made known to the recipient in writing. (ii)The Federal awarding agency shall issue disposition instructions within 120 calendar days after receipt of a final inventory.The final inventory shall list all equipment acquired with grant funds and http://www.whitehouse.gov/omb/circulars/a110/a110,html 2/23/2009 r equipment shall include all of the following. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 se fiscal and administrative requirements must be sufficiently specific to ensure that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 Circular No. A-110 -- Uniform Administrative Requirements for Grants and Agreemen... Page 23 of 35 ' federally-owned equipment.If the Federal awarding agency faits to issue disposition instructions within the 120 calendar day period,the recipient shall apply the standards of this section,as appropriate. (iii)When the Federal awarding agency exercises its right to take title,the equipment shall be subject to the provisions for federally-owned equipment. ^.35 Supplies and other expendable property. (a)Title to supplies and other expendable properly shall vest In the recipient upon acquisition.If there is a residual inventory of unused supplies exceeding$5000 in total aggregate value upon termination or completion of the project or program and the supplies are not needed for any other federally-sponsored project or program,the recipient shall retain the supplies for use on non-Federal sponsored activities or sell them,but shall, in either case,compensate the Federal Government for its share.The amount of compensation shall be computed in the same manner as for equipment. 1 (b)The recipient shall not use supplies acquired with Federal funds to provide services to non-Federal outside organizations for a fee that Is less than private companies charge for equivalent services,unless specifically authorized by Federal statute as long as the Federal Government retains an interest in the supplies. 1 _ .36 Intangible property. 1 (a)The recipient may copyright any work that Is subject to copyright and was developed,or for which ownershipwas purchased, under an award.The Federal awarding agency(les)reserve a royalty-free,nonexclusive and irrevocble right to reproduce,publish,or otherwise use the work for Federal purposes,and to authorize others to do so. p subjectapplicableregulationsgoverning patents and Inventions,including Recipients are to overnin government-wide regulations issued by the Department of Commerce at 37 CFR part 401,"Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts and Cooperative Agreements.° • (c)The Federal Government has the right to: 1 (1)obtain,reproduce,publish or otherwise use the data first produced under an award;and I (2)authorize others to receive,reproduce,publish,or otherwise use such data for Federal purposes. ' (d)(1) In addition,in response to a Freedom of Information Act(FOIA)request for research data relating to published research findings produced under an award that were used by the Federal Government in developing an agency action that has the force and effect of law,the Federal awarding agency shall request,and the recipient shall provide,within a reasonable time,the research data so that they can be made available to the public through the procedures established under the FOIA.If the Federal awarding agency obtains the research data solely in response to a FOIA request,the agency may charge the requester a reasonable fee equaling the full incremental cost of obtaining the research data.This fee should reflect costs incurred by the agency,the recipient,and applicable n.,h.nnininnin Thin inn in In n.•Lfiiinn fn nn../nnn Ihn ..neon*. .tn./nor lhn Gr\lA /C I I 0 r. CGA/n%/AI/ANN http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 )The equipment shall be appropriately identified in the award or otherwise made known to the recipient in writing. (ii)The Federal awarding agency shall issue disposition instructions within 120 calendar days after receipt of a final inventory.The final inventory shall list all equipment acquired with grant funds and http://www.whitehouse.gov/omb/circulars/a110/a110,html 2/23/2009 r equipment shall include all of the following. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 se fiscal and administrative requirements must be sufficiently specific to ensure that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 Circular No. A-110-- Uniform Administrative Requirements for Grants and Agreemen... Page 24 of 35 (2)The following definitions apply for purposes of paragraph(d)of this section: (i)Research data is defined as the recorded factual material commonly accepted in the scientific community as necessary to validate research findings,but not any of the following:preliminary analyses,drafts of scientific papers,plans for future research,peer reviews,or communications with 111 colleagues,This"recorded"material excludes physical objects(e.g., laboratory samples). Research data also do not include: I (A)Trade secrets,commercial information,materials necessary to be held confidential by a researcher until they are published,or similar information which is protected under law;and (B)Personnel and medical information and similar information the disclosure of which would constitute a clearly unwarranted invasion of personal privacy,such as information that could be used to identify a particular person in a research study. (ii) Published is defined as either when: ' (A)Research findings are published In a peer-reviewed scientific or technical journal;or I (B)A Federal agency publicly and officially cites the research findings in support of an agency action that has the force and effect of law. (Ili) Used by the Federal Government in developing an agency action that has the force and effect of law is defined as when an agency publicly and officially cites the research findings in support of an agency action that has the force and effect of law. (e)Title to intangible property and debt instruments acquired under an award or subaward vests upon acquisition in the recipient.The recipient shall use that property for the originally-authorized purpose,and the recipient shall not encumber the property without approval of the Federal awarding agency.When no longer needed for the originally authorized purpose,disposition of the intangible property shall occur in accordance with the provisions of paragraph _.34(g)• I �.37 Property trust relationship. Real property,equipment,intangible property and debt instruments that are acquired or improved with Federal funds shall be held in trust by the recipient as trustee for the beneficiaries of the project or program under which the property was acquired or improved.Agencies may require recipients to record liens or other appropriate notices of record to indicate that personal or real property has been acquired or Improved with Federal funds and that use and disposition conditions apply to the property. Procurement Standards �.40 Purpose of procurement standards.Sections .41 through .48 set forth standards for use by recipients in establishing procedures for the procurement of supplies and other expendable property,equipment,real property and other services with Federal funds.These standards are furnished to ensure that such materials and services are obtained In an effective manner and in compliance with the provisions of applicable Federal statutes and executive orders. No additional procurement standards or requirements shall be imposed by the Federal awarding agencies 1 upon recipients,unless specifically required by Federal statute or executive order or approved by OMB. http://www.whitehouse.gov/omb/circuIars/a110/a110.html 2/23/2009 n writing. (ii)The Federal awarding agency shall issue disposition instructions within 120 calendar days after receipt of a final inventory.The final inventory shall list all equipment acquired with grant funds and http://www.whitehouse.gov/omb/circulars/a110/a110,html 2/23/2009 r equipment shall include all of the following. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 se fiscal and administrative requirements must be sufficiently specific to ensure that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreemen... Page 25 of 35 .41 Recipient responsibilities.The standards contained in this section do not relieve the recipient of the contractual responsibilities arising under its contract(s).The recipient is the responsible authority,without recourse to the Federal awarding agency,regarding the settlement and satisfaction of all contractual and administrative issues arising out of procurements entered into in support of an award or other agreement.This includes disputes,claims, protests of award,source evaluation or other matters of a contractual nature.Matters concerning violation of statute are to be referred to such Federal, State or local authority as may have proper jurisdiction. _.42 Codes of conduct.The recipient shall maintain written standards of conduct governing the performance of its ' employees engaged in the award and administration of contracts.No employee,officer,or agent shall participate in the selection,award,or administration of a contract supported by Federal funds if a real or apparent conflict of interest would be involved. Such a conflict would arise when the employee,officer,or agent,any member of his or her Immediate family,his or her partner,or an organization which employs or is about to employ any of the parties indicated herein,has a financial or other interest in the firm selected for an award.The officers,employees,and agents of the recipient shall neither solicit nor accept gratuities,favors,or anything of monetary value from contractors,or parties to subagreements. However, recipients may set standards for situations in which the financial interest is not substantial or the gift is an unsolicited item of nominal value.The standards of conduct shall provide ' for disciplinary actions to be applied for violations of such standards by officers,employees,or agents of the recipient. �.43 Competition.All procurement transactions shall be conducted in a manner to provide,to the maximum extent ' practical,open and free competition.The recipient shall be alert to organizational conflicts of interest as well as noncompetitive practices among contractors that may restrict or eliminate competition or otherwise restrain trade, In order to ensure objective contractor performance and eliminate unfair competitive advantage,contractors that develop or draft specifications,requirements,statements of work,Invitations for bids and/or requests for proposals shall be excluded from competing for such procurements.Awards shall be made to the bidder or offeror whose bid or offer is responsive to the solicitation and is most advantageous to the recipient,price,quality and other factors considered.Solicitations shall clearly set forth all requirements that the bidder or offeror shall fulfill In order for the bid or offer to be evaluated by the recipient.Any and all bids or offers may be rejected when it is in the recipient's interest to do so. 1 _.44 Procurement procedures. (a)All recipients shall establish written procurement procedures.These procedures shall provide for,at a minimum, that(1), (2)and(3)apply. ' (1)Recipients avoid purchasing unnecessary items. (2)Where appropriate,an analysis is made of lease and purchase alternatives to determine which would be the most economical and practical procurement for the Federal Government. 1 (3)Solicitations for goods and services provide for all of the following. I� t i (I)A clear and accurate description of the technical requirements for the material,product or service to be procured.In competitive procurements,such a description shall not contain features which unduly restrict competition. (iI)Requirements which the bidder/offeror must fulfill and all other factors to be used in evaluating bids or proposals. 1 http://www.whitehouse, ov/omb/circulars/a110/a11 . g 0 html 2/23/2009 that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e • I Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreemen,.. Page 26 of 35 I I (iii)A description,whenever practicable,of technical requirements in terms of functions to be performed or performance required,including the range of acceptable characteristics or minimum acceptable standards. :::- I(iv)(iv)The specific features of"brand name or equal"descriptions that bidders are required to meet when such items are included in the solicitation. I (v)The acceptance,to the extent practicable and economically feasible,of products and services dimensioned in the metric system of measurement. II (vi)Preference,to the extent practicable and economically feasible,for products and services that conserve natural resources and protect the environment and are energy efficient. (b)Positive efforts shall be made by recipients to utilize small businesses,minority-owned firms,and women's I business enterprises,whenever possible.Recipients of Federal awards shall take all of the following steps to further this goal. i (1)Ensure that small businesses,minority-owned firms,and women's business enterprises are used to the fullest extent practicable. I (2)Make information on forthcoming opportunities available and arrange time frames for purchases and contracts to encourage and facilitate participation by small businesses,minority-owned firms,and women's business enterprises, I (3)Consider in the contract process whether firms competing for larger contracts intend to subcontract with small businesses,minority-owned firms,and women's business enterprises. I (4)Encourage contracting with consortiums of small businesses,minority-owned firms and women's business enterprises when a contract is too large for one of these firms to handle individually. I { (5)Use the services and assistance,as appropriate,of such organizations as the Small Business II Administration and the Department of Commerce's Minority Business Development Agency in the solicitation and utilization of small businesses,minority-owned firms and women's business enterprises. (c)The type of procuring instruments used(e.g.,fixed price contracts,cost reimbursable contracts,purchase orders, I and incentive contracts)shall be determined by the recipient but shalt be appropriate for the particular procurement and for promoting the best interest of the program or project involved.The"cost-plus-a-percentage-of-cost"or "percentage of construction cost"methods of contracting shall not be used. (d)Contracts shall be made only with responsible contractors who possess the potential ability to perform successfully under the terms and conditions of the proposed procurement.Consideration shall be given to such littp://www.whitehouse.gov/omb/circulars/a110/al 1 0.html 2/23/2009 I 1 (3)apply. ' (1)Recipients avoid purchasing unnecessary items. (2)Where appropriate,an analysis is made of lease and purchase alternatives to determine which would be the most economical and practical procurement for the Federal Government. 1 (3)Solicitations for goods and services provide for all of the following. I� t i (I)A clear and accurate description of the technical requirements for the material,product or service to be procured.In competitive procurements,such a description shall not contain features which unduly restrict competition. (iI)Requirements which the bidder/offeror must fulfill and all other factors to be used in evaluating bids or proposals. 1 http://www.whitehouse, ov/omb/circulars/a110/a11 . g 0 html 2/23/2009 that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e r Circular No. A-110-- Uniform Administrative Requirements for Grants and Agreemen... Page 27 of 35 matters as contractor integrity,record of past performance,financial and technical resources or accessibility to other necessary resources.In certain circumstances,contracts with certain parties are restricted by agencies' implementation of E.O.s 12549 and 12689,"Debarment and Suspension.' (e)Recipients shall,on request,make available for the Federal awarding agency,pre-award review and procurement documents,such as request for proposals or Invitations for bids,Independent cost estimates,etc.,when any of the following conditions apply. (1)A recipient's procurement procedures or operation fails to comply with the procurement standards in the Federal awarding agency's implementation of this Circular. r • . (2)The procurement is expected to exceed the small purchase threshold fixed at 41 U.S.C.403(11) (currently$25,000)and is to be awarded without competition or only one bid or offer is received in response ' to a solicitation. 1 (3)The procurement,which Is expected to exceed the small purchase threshold,specifies a"brand name" product. (4)The proposed award over the small purchase threshold is to be awarded to other than the apparent low bidder under a sealed bid procurement. r (5)A proposed contract modification changes the scope of a contract or increases the contract amount by more than the amount of the small purchase threshold. .45 Cost and price analysis.Some form of cost or price analysis shall be made and documented in the procurement files in connection with every procurement action.Price analysis may be accomplished in various ways, Including the comparison of price quotations submitted,market prices and similar indicia,together with discounts. ' Cost analysis is the review and evaluation of each element of cost to determine reasonableness,allocability and allowability. .46 Procurement records.Procurement records and files for purchases in excess of the small purchase threshold shall include the following at a minimum:(a) basis for contractor selection, (b)justification for lack of competition when competitive bids or offers are not obtained,and(c)basis for award cost or price. _.47 Contract administration.A system for contract administration shall be maintained to ensure contractor r conformance with the terms,conditions and specifications of the contract and to ensure adequate and timely follow up of all purchases. Recipients shall evaluate contractor performance and document,as appropriate,whether contractors have met the terms,conditions and specifications of the contract. I .48 Contract provisions.The recipient shall include,in addition to provisions to define a sound and complete ement,the following provisions in all contracts.The following provisions shall also be applied to subcontracts. ' (a)Contracts in excess of the small purchase threshold shall contain contractual provisions or conditions that allow for administrative,contractual,or legal remedies in instances in which a contractor violates or breaches the contract terms,and provide for such remedial actions as may be appropriate. http://www.whitehouse.gov/omb/circulars/a110/a110.htm1 2/23/2009 mine which would be the most economical and practical procurement for the Federal Government. 1 (3)Solicitations for goods and services provide for all of the following. I� t i (I)A clear and accurate description of the technical requirements for the material,product or service to be procured.In competitive procurements,such a description shall not contain features which unduly restrict competition. (iI)Requirements which the bidder/offeror must fulfill and all other factors to be used in evaluating bids or proposals. 1 http://www.whitehouse, ov/omb/circulars/a110/a11 . g 0 html 2/23/2009 that:funds are used in compliance with all applicable Federal statutory and regulatory provisions,costs are reasonable and necessary for operating these programs,and funds are not be used for general expenses required to carry out other responsibilities of a State or its subreciplents. I Property Standards _.30 Purpose of property standards.Sections_.31 through .37 set forth uniform standards governing manonoment anti Aiannoitinn of nrnnorh,fnrnioh,rl hi,the I_erlerwi nnvernmant u,hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110 -- Uniform Administrative Requirements for Grants and Agreemen... Page 28 of 35 (b)All contracts in excess of the small purchase threshold shall contain suitable provisions for termination by the recipient, including the manner by which termination shall be effected and the basis for settlement. In addition,such contracts shall describe conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. (c)Except as otherwise required by statute,an award that requires the contracting(or subcontracting)for111 construction or facility improvements shall provide for the recipient to follow its own requirements relating to bid guarantees,performance bonds,and payment bonds unless the construction contract or subcontract exceeds $100,000. For those contracts or subcontracts exceeding$100,000,the Federal awarding agency may accept the bonding policy and requirements of the recipient,provided the Federal awarding agency has made a determination that the Federal Government's interest is adequately protected. If such a determination has not been made,the minimum requirements shall be as follows. (1)A bid guarantee from each bidder equivalent to five percent of the bid price.The"bid guarantee"shall consist of a firm commitment such as a bid bond,certified check,or other negotiable instrument accompanying a bid as assurance that the bidder shall,upon acceptance of his bid,execute such contractual documents as may be required within the time specified. (2)A performance bond on the part of the contractor for 100 percent of the contract price.A"performance bond°is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. (3)A payment bond on the part of the contractor for 100 percent of the contract price.A"payment bond"is one executed in connection with a contract to assure payment as required by statute of all persons supplying labor and material in the execution of the work provided for in the contract. (4)Where bonds are required in the situations described herein,the bonds shall be obtained from companies holding certificates of authority as acceptable sureties pursuant to 31 CFR part 223,"Surety Companies Doing Business with the United States." (d)All negotiated contracts(except those for less than the small purchase threshold)awarded by recipients shall include a provision to the effect that the recipient,the Federal awarding agency,the Comptroller General of the United States,or any of their duly authorized representatives,shall have access to any books,documents,papers and records of the contractor which are directly pertinent to a specific program for the purpose of making audits, examinations,excerpts and transcriptions, (e)All contracts, including small purchases, awarded by recipients and their contractors shall contain the procurement provisions of Appendix A to this Circular, as applicable. Reports and Records I .50 Purpose of reports and records.Sections_ .51 through .53 set forth the procedures for monitoring and reporting on the recipient's financial and program performance and the necessary standard reporting forms.They also set forth record retention requirements. _.51 Monitoring and reporting program performance. (a) Recipients are responsible for managing and monitoring each project,program,subaward,function or activity supported by the award.Recipients shall monitor subawards to ensure subrecipients have met the audit requirements as delineated In Section_.26. I , (b)The Federal awarding agency shall prescribe the frequency with which the performance reports shall be submitted. Except as provided in paragraph .51(f), performance reports shall not be required more frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year; quarterly or semi-annual reports shall be due 30 days after the reporting period.The Federal awarding agency may require annual reports before the anniversary dates of multiple year awards in lieu of these requirements.The final performance reports are due 90 calendar days after the expiration or termination of the award. 1 http://www.whitehouse.goviombkirculars/a110/a110.html 2/23/2009 hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 111 Circular No. A-110-- Uniform Administrative Requirements for Grants and Agreemen... Page 29 of 35 (c)If inappropriate,a final technical or performance report shall not be required after completion of the project, (d)When required,performance reports shall generally contain,for each award,brief information on each of the following. I (1)A comparison of actual accomplishments with the goals and objectives established for the period,the ' findings of the investigator,or both.Whenever appropriate and the output of programs or projects can be readily quantified,such quantitative data should be related to cost data for computation of unit costs. (2)Reasons why established goals were not met,if appropriate. (3)Other pertinent Information including,when appropriate,analysis and explanation of cost overruns or high unit costs. ' (e)Recipients shall not be required to submit more than the original and two copies of performance reports. (f)Recipients shall immediately notify the Federal awarding agency of developments that have a significant impact on the award-supported activities.Also,notification shall be given in the case of problems,delays,or adverse conditions which materially impair the ability to meet the objectives of the award.This notification shall Include a statement of the action taken or contemplated, and any assistance needed to resolve the situation. (g)Federal awarding agencies may make site visits,as needed. (h)Federal awarding agencies shall comply with clearance requirements of 5 CFR part 1320 when requesting performance data from recipients. ' .52 Financial reporting. (a)The following forms or such other forms as may be approved by OMB are authorized for obtaining financial information from recipients. (1)SF-269 or SF-269A,Financial Status Report. (I)Each Federal awarding agency shall require recipients to use the SF-269 or SF-269A to report the status of funds for all nonconstruction projects or programs.A Federal awarding agency may, ' however,have the option of not requiring the SF-269 or SF-269A when the SF-270,Request for Advance or Reimbursement, or SF-272,Report of Federal Cash Transactions,is determined to provide adequate Information to meet its needs,except that a final SF-269 or SF-269A shall be required at the completion of the project when the SF-270 is used only for advances. (li)The Federal awarding agency shall prescribe whether the report shall be on a cash or accrual basis.If the Federal awarding agency requires accrual information and the recipient's accounting records are not normally kept on the accrual basis,the recipient shall not be required to convert its ' accounting system,but shall develop such accrual information through best estimates based on an analysis of the documentation on hand. (iii)The Federal awarding agency shall determine the frequency of the Financial Status Report for each project or program,considering the size and complexity of the particular project or program. However,the report shall not be required more frequently than quarterly or less frequently than annually.A final report shall be required at the completion of the agreement. ' (iv)The Federal awarding agency shall require recipients to submit the SF-269 or SF-269A(an original and no more than two copies)no later than 30 days after the end of each specified reporting period for quarterly and semi-annual reports,and 90 calendar days for annual and final reports. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/21/2nn9 wards to ensure subrecipients have met the audit requirements as delineated In Section_.26. I , (b)The Federal awarding agency shall prescribe the frequency with which the performance reports shall be submitted. Except as provided in paragraph .51(f), performance reports shall not be required more frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year; quarterly or semi-annual reports shall be due 30 days after the reporting period.The Federal awarding agency may require annual reports before the anniversary dates of multiple year awards in lieu of these requirements.The final performance reports are due 90 calendar days after the expiration or termination of the award. 1 http://www.whitehouse.goviombkirculars/a110/a110.html 2/23/2009 hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No. A-110--Uniform Administrative Requirements for Grants and Agreemen... Page 30 of 35 Extensions of reporting due dates may be approved by the Federal awarding agency upon request of the recipient. (2)SF-272, Report of Federal Cash Transactions. (i)When funds are advanced to recipients the Federal awarding agency shall require each recipient to submit the SF-272 and,when necessary,its continuation sheet,SF-272a.The Federal awarding agency shall use this report to monitor cash advanced to recipients and to obtain disbursement information for each agreement with the recipients, (ii)Federal awarding agencies may require forecasts of Federal cash requirements in the"Remarks" section of the report. (iii)When practical and deemed necessary,Federal awarding agencies may require recipients to report in the"Remarks"section the amount of cash advances received in excess of three days. Recipients shall provide short narrative explanations of actions taken to reduce the excess balances. (iv)Recipients shall be required to submit not more than the original and two copies of the SF-272 15 calendar days following the end of each quarter,The Federal awarding agencies may require a monthly report from those recipients receiving advances totaling$1 million or more per year, (v)Federal awarding agencies may waive the requirement for submission of the SF-272 for any one of the following reasons:(1)When monthly advances do not exceed$25,000 per recipient,provided that such advances are monitored through other forms contained in this section;(2)If,in the Federal awarding agency's opinion,the recipient's accounting controls are adequate to minimize excessive Federal advances;or,(3)When the electronic payment mechanisms provide adequate data. (b)When the Federal awarding agency needs additional information or more frequent reports,the following shall be .. observed. (1)When additional information is needed to comply with legislative requirements,Federal awarding agencies shall issue instructions to require recipients to submit such information under the"Remarks"section of the reports. (2)When a Federal awarding agency determines that a recipient's accounting system does not meet the standards in Section .21,additional pertinent information to further monitor awards may be obtained upon written notice to the recipient until such time as the system is brought up to standard.The Federal awarding agency,In obtaining this information,shall comply with report clearance requirements of 5 CFR part 1320. (3)Federal awarding agencies are encouraged to shade out any line item on any report if not necessary. (4)Federal awarding agencies may accept the identical information from the recipients in machine readable format or computer printouts or electronic outputs in lieu of prescribed formats. (5) Federal awarding agencies may provide computer or electronic outputs to recipients when such expedites or contributes to the accuracy of reporting. .53 Retention and access requirements for records. (a)This section sets forth requirements for record retention and access to records for awards to recipients.Federal awarding agencies shall not impose any other record retention or access requirements upon recipients. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 d for quarterly and semi-annual reports,and 90 calendar days for annual and final reports. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/21/2nn9 wards to ensure subrecipients have met the audit requirements as delineated In Section_.26. I , (b)The Federal awarding agency shall prescribe the frequency with which the performance reports shall be submitted. Except as provided in paragraph .51(f), performance reports shall not be required more frequently than quarterly or,less frequently than annually.Annual reports shall be due 90 calendar days after the grant year; quarterly or semi-annual reports shall be due 30 days after the reporting period.The Federal awarding agency may require annual reports before the anniversary dates of multiple year awards in lieu of these requirements.The final performance reports are due 90 calendar days after the expiration or termination of the award. 1 http://www.whitehouse.goviombkirculars/a110/a110.html 2/23/2009 hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e 1 Circular No. A-110-- Uniform Administrative Requirements for Grants and Agreemen... Page 31 of 35 ' (b)Financial records,supporting documents,statistical records,and all other records pertinent to an award shall be retained for a period of three years from the date of submission of the final expenditure report or,for awards that are renewed quarterly or annually, from the date of the submission of the quarterly or annual financial report,as authorized by the Federal awarding agency.The only exceptions are the following. (1) if any litigation,claim,or audit is started before the expiration of the 3-year period,the records shall be ' retained until all litigation,claims or audit findings involving the records have been resolved and final action taken, (2)Records for real property and equipment acquired with Federal funds shall be retained for 3 years after final disposition. (3)When records are transferred to or maintained by the Federal awarding agency,the 3-year retention ' requirement is not applicable to the recipient. (4)Indirect cost rate proposals,cost allocations plans, etc.as specified in paragraph .53(g). • (c)Copies of original records may be substituted for the original records if authorized by the Federal awarding agency. (d)The Federal awarding agency shall request transfer of certain records to its custodyfrom recipients when determines that the records possess long term retention value.However,In order to avid duplicate recordkeeping,a Federal awarding agency may make arrangements for recipients to retain any records that are continuously needed for joint use. (e)The Federal awarding agency, the Inspector General,Comptroller General of the United States,or any of their ' duly authorized representatives, have the right of timely and unrestricted access to any books,documents,papers, or other records of recipients that are pertinent to the awards,In order to make audits,examinations,excerpts, transcripts and copies of such documents.This right also includes timely and reasonable access to a recipient's personnel for the purpose of interview and discussion related to such documents.The rights of access in this paragraph are not limited to the required retention period,but shall last as long as records are retained. (f)Unless required by statute,no Federal awarding agency shall place restrictions on recipients that limit public access to the records of recipients that are pertinent to an award,except when the Federal awarding agency can demonstrate that such records shall be kept confidential and would have been exempted from disclosure pursuant to the Freedom of Information Act(5 U.S.C.552)if the records had belonged to the Federal awarding agency. (g)indirect cost rate proposals,cost allocations plans,etc.Paragraphs(g)(1)and(g)(2)apply to the following types of documents,and their supporting records:indirect cost rate computations or proposals,cost allocation plans,and any similar accounting computations of the rate at which a particular group of costs is chargeable(such as computer ' usage chargeback rates or composite fringe benefit rates). (1) It submitted for negotiation. If the recipient submits to the Federal awarding agency or the subrecipient submits to the recipient the proposal, plan,or other computation to form the basis for negotiation of the rate, then the 3-year retention period for its supporting records starts on the date of such submission. (2) if not submitted for negotiation.If the recipient is not required to submit to the Federal awarding agency or the subrecipient is not required to submit to the recipient the proposal,plan,or other computation for negotiation purposes,then the 3-year retention period for the proposal,plan,or other computation and its ' supporting records starts at the end of the fiscal year(or other accounting period)covered by the proposal, plan,or other computation. Termination and Enforcement � 1 http://www.whitehouse.gov/omb/cireulars/a110/a110.html 2/23/2009 e 30 days after the reporting period.The Federal awarding agency may require annual reports before the anniversary dates of multiple year awards in lieu of these requirements.The final performance reports are due 90 calendar days after the expiration or termination of the award. 1 http://www.whitehouse.goviombkirculars/a110/a110.html 2/23/2009 hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e � Circular No. A-110--Uniform Administrative Requirements for Grants and Agreemen... Page 32 of 35 _.60 Purpose of termination and enforcement,Sections .61 and._.62 set forth uniform suspension, termination and enforcement procedures. .61 Termination. +t (a)Awards may be terminated in whore or in part only if(1),(2)or(3)apply. ' (1)By the Federal awarding agency,if a recipient materially falls to comply with the terms and conditions of j an award, I (2)By the Federal awarding agency with the consent of the recipient,in which case the two parties shall agree upon the termination conditions,including the effective date and, in the case of partial termination,the portion to be terminated. (3)By the recipient upon sending to the Federal awarding agency written notification setting forth the reasons for such termination,the effective date,and,in the case of partial termination,the portion to be terminated. However,if the Federal awarding agency determines in the case of partial termination that the reduced or modified portion of the grant will not accomplish the purposes for which the grant was made,it may terminate the grant in Its entirety under either paragraphs(a)(1)or(2). (b)If costs are allowed under an award,the responsibilities of the recipient referred to in paragraph .71(a), including those for property management as applicable,shall be considered In the termination of the award,and provision shall be made for continuing responsibilities of the recipient after termination, as appropriate. _.62 Enforcement. (a)Remedies for noncompliance.if a recipient materially fails to comply with the terms and conditions of an award, whether stated in a Federal statute,regulation,assurance,application,or notice of award,the Federal awarding agency may,in addition to imposing any of the special conditions outlined in Section .14,take one or more of the following actions,as appropriate in the circumstances. ' (1)Temporarily withhold cash payments pending correction of the deficiency by the recipient or more severe enforcement action by the Federal awarding agency. (2)Disallow(that is,deny both use of funds and any applicable matching credit for)all or part of the cost of 111 the activity or action not in compliance. (3)Wholly or partly suspend or terminate the current award. I (4)Withhold further awards for the project or program. (5)Take other remedies that may be legally available. I , (b)Hearings and appeals, In taking an enforcement action,the awarding agency shall provide the recipient an opportunity for hearing,appeal,or other administrative proceeding to which the recipient is entitled under any statute or regulation applicable to the action involved. (c)Effects of suspension and termination.Costs of a recipient resulting from obligations incurred by the recipient during a suspension or after termination of an award are not allowable unless the awarding agency expressly authorizes them in the notice of suspension or termination or subsequently.Other recipient costs during suspension or after termination which are necessary and not reasonably avoidable are allowable if(1)and(2)apply. (1)The costs result from obligations which were properly incurred by the recipient before the effective date of suspension or termination,are not in anticipation of it,and in the case of a termination,are noncancellable.< (2)The costs would be allowable if the award were not suspended or expired normally at the end of the funding period in which the termination takes effect. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 111 ther computation and its ' supporting records starts at the end of the fiscal year(or other accounting period)covered by the proposal, plan,or other computation. Termination and Enforcement � 1 http://www.whitehouse.gov/omb/cireulars/a110/a110.html 2/23/2009 e 30 days after the reporting period.The Federal awarding agency may require annual reports before the anniversary dates of multiple year awards in lieu of these requirements.The final performance reports are due 90 calendar days after the expiration or termination of the award. 1 http://www.whitehouse.goviombkirculars/a110/a110.html 2/23/2009 hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110-- Uniform Administrative Requirements for Grants and Agreemen... Page 33 of 35 ► (d)Relationship to debarment and suspension.The enforcement remedies identified in this section,including suspension and termination,do not preclude a recipient from being subject to debarment and suspension under E.O.s 12549 and 12689 and the Federal awarding agency implementing regulations(see Section .13), SUBPART D-After-the-Award Requirements .70 Purpose.Sections .71 through._.73 contain closeout procedures and other procedures for subsequent disallowances and adjustments. �.71 Closeout procedures. (a)Recipients shall submit,within 90 calendar days after the date of completion of the award,all financial, ' performance,and other reports as required by the terms and conditions of the award.The Federal awarding agency may approve extensions when requested by the recipient. ' (b)Unless the Federal awarding agency authorizes an extension,a recipient shall liquidate all obligations incurred under the award not later than 90 calendar days after the funding period or the date of completion as specified in the terms and conditions of the award or in agency implementing instructions. ' (c)The Federal awarding agency shall make prompt payments to a recipient for allowable reimbursable costs under the award being closed out. (d)The recipient shall promptly refund any balances of unobligated cash that the Federal awarding agency has advanced or paid and that is not authorized to be retained by the recipient for use In other projects.OMB Circular A- 129 governs unreturned amounts that become delinquent debts. (e)When authorized by the terms and conditions of the award,the Federal awarding agency shall make a settlement for any upward or downward adjustments to the Federal share of costs after closeout reports are received. (f)The recipient shall account for any real and personal property acquired with Federal funds or received from the ' Federal Government in accordance with Sections. .._.31 through .37. (g) In the event a final audit has not been performed prior to the closeout of an award,the Federal awarding agency shall retain the right to recover an appropriate amount after fully considering the recommendations on disallowed ' costs resulting from the final audit. .72 Subsequent adjustments and continuing responsibilities. • (a)The closeout of an award does not affect any of the following. (1)The right of the Federal awarding agency to disallow costs and recover funds on the basis of a later audit ' or other review. (2)The obligation of the recipient to return any funds due as a result of later refunds,corrections,or other transactions. (3)Audit requirements in Section .26. (4)Property management requirements in Sections .31 through .37, (5)Records retention as required in Section .53. ' (b)After closeout of an award,a relationship created under an award may be modified or ended in whole or in part with the consent of the Federal awarding agency and the recipient,provided the responsibilities of the recipient referred to in paragraph .73(a), including those for property management as applicable,are considered and provisions made for continuing responsibilities of the recipient,as appropriate. 111 ..._.73 Collection of amounts due. blip.//www.whitehouse.gov/omb/circulars/a110/a110.html ')/TIi"nno suspension or termination,are not in anticipation of it,and in the case of a termination,are noncancellable.< (2)The costs would be allowable if the award were not suspended or expired normally at the end of the funding period in which the termination takes effect. http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 111 ther computation and its ' supporting records starts at the end of the fiscal year(or other accounting period)covered by the proposal, plan,or other computation. Termination and Enforcement � 1 http://www.whitehouse.gov/omb/cireulars/a110/a110.html 2/23/2009 e 30 days after the reporting period.The Federal awarding agency may require annual reports before the anniversary dates of multiple year awards in lieu of these requirements.The final performance reports are due 90 calendar days after the expiration or termination of the award. 1 http://www.whitehouse.goviombkirculars/a110/a110.html 2/23/2009 hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e I Circular No. A-110 --Uniform Administrative Requirements for Grants and Agreemen... Page 34 of 35 (a)Any funds paid to a recipient in excess of the amount to which the recipient is finally determined to be entitled under the terms and conditions of the award constitute a debt to the Federal Government.If not paid within a reasonable period after the demand for payment,the Federal awarding agency may reduce the debt by(1),(2)or (3). {}1:= • II (1)Making an administrative offset against other requests for reimbursements. III • (2)Withholding advance payments otherwise due to the recipient. I (3)Taking other action permitted by statute. (b)Except as otherwise provided by law,the Federal awarding agency shall charge interest on an overdue debt in accordance with 4 CFR Chapter Ii,"Federal Claims Collection Standards.° Appendix A Contract Provisions • All contracts,awarded by a recipient including small purchases,shall contain the following provisions as applicable: I 1. Equal Employment Opportunity-All contracts shall contain a provision requiring compliance with E.O. 11246, "Equal Employment Opportunity,'as amended by E.O. 11375,°Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and as supplemented by regulations at 41 CFR part 60,"Office of Federal Contract Compliance Programs, Equal Employment Opportunity,Department of Labor." 2.Copeland"Anti-Kickback"Act(18 U.S.C.874 and 40 U.S.C.276c)-All contracts and subgrants in excess of $2000 for construction or repair awarded by recipients and subreciplents shall include a provision for compliance with the Copeland"Anti-Kickback"Act(18 U.S.C.874),as supplemented by Department of Labor regulations(29 CFR part 3,"Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient shall be prohibited from inducing,by any means,any person employed in the construction,completion,or repair of public work, to give up any part of the compensation to which he is otherwise entitled.The recipient shall report all suspected or reported violations to the Federal awarding agency. 3.Davis-Bacon Act, as amended(40 U.S,C.276a to a-7)-When required by Federal program legislation,all construction contracts awarded by the recipients and subrecipients of more than$2000 shall include a provision for compliance with the Davis-Bacon Act(40 U.S.C.276a to a-7)and as supplemented by Department of Labor regulations(29 CFR part 5,"Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act,contractors shall be required to pay wages to laborers'and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week.The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination.The recipient shall report all suspected or reported violations to the Federal awarding agency. 4.Contract Work Hours and Safety Standards Act(40 U.S.C.327-333)-Where applicable,all contracts awarded by recipients in excess of$2000 for construction contracts and in excess of$2500 for other contracts that involve the I ' employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards.Act(40 U.S.G.327-333),as supplemented by Department of Labor regulations(29 CFR part 5).Under Section 102 of the Act,each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours.Work in excess of the standard work week Is permissible provided that the worker is compensated at a rate of not less than 1 Yz times the basic rate of nay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is anplicable to http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 n of the award. 1 http://www.whitehouse.goviombkirculars/a110/a110.html 2/23/2009 hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e Circular No. A-110-- Uniform Administrative Requirements for Grants and Agreemen.,. Page 35 of 35 construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary,hazardous or dangerous.These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market,or contracts for transportation or transmission of Intelligence. 5. Rights to Inventions Made Under a Contract or Agreement-Contracts or agreements for the performance of experimental,developmental,or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401,"Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency, 6.Clean Air Act(42 U.S.C.7401 et seq .)and the Federal Water Pofiution Control Act(33 U.S.C.1251 et seq.), ' as amended-Contracts and subgrants of amounts in excess of$100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act (42 U.S.C, 7401 et seq,)and the Federal Water Pollution Control Act as amended(33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). 7. Byrd Anti-Lobbying Amendment(31 U.S.C.1352)-Contractors who apply more shall fife the required certification.Each tier certifies to the tier above that it will not and has not used OFederal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency,a member of Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining any Federal contract,grant or any other award covered by 31 U.S.C, 1352.Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.Such disclosures are forwarded from tier to tier up to the recipient. 8.Debarment and Suspension(E,O,s 12549 and 12689)-No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension."This list contains the names of parties ' debarred,suspended,or otherwise excluded by agencies,and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549.Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of Its principal employees. ' Return to Top I 1 1 http://www.whitehouse.gov/omb/circulars/aI10/a110,html 2/23/2009 ll be required to pay wages not less than once a week.The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination.The recipient shall report all suspected or reported violations to the Federal awarding agency. 4.Contract Work Hours and Safety Standards Act(40 U.S.C.327-333)-Where applicable,all contracts awarded by recipients in excess of$2000 for construction contracts and in excess of$2500 for other contracts that involve the I ' employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards.Act(40 U.S.G.327-333),as supplemented by Department of Labor regulations(29 CFR part 5).Under Section 102 of the Act,each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours.Work in excess of the standard work week Is permissible provided that the worker is compensated at a rate of not less than 1 Yz times the basic rate of nay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is anplicable to http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 n of the award. 1 http://www.whitehouse.goviombkirculars/a110/a110.html 2/23/2009 hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e C-25A CITY OF OIVIAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on May 26, 2010 for OPW 51948-ST, PD, SP North 24th Street Streetscape Phase VI, for streetscape improvements on 24th Street; and;- WHEREAS, Tab Construction submitted a bid of$377,604.35, being the lowest and best bid within the bid specifications for OPW 51948 North 24th Street Streetscape Phase VI; and, WHEREAS, Tab Construction has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights -Human Relations. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the attached contract with Tab Construction for OPW 51948-ST, PD, SP North 24th Street Streetscape Phase VI,between Cuming Street and Lake Street in the amount of $377,604.35 is hereby approved and the Finance Department is authorized to pay the cost of OPW 51948-ST, PD, SP North 24th Street Streetscape Phase VI in the amount of$150,000.00 from the 2010 Community Development Block Grant Fund 12186, Organization 129131 and $277,604.35 from the 2006 Street and Highway Bond, Fund No. 13182, Organization No. 117111. PROV 7D AS TO F . 69 4/0 CITY ATTO Y DATE Plnlsf1424-res geLt4,4,0114. By 447 Councilmember Adopted .L .01 ey Clerk7/ Q Approved.... Mayor ing Amendment(31 U.S.C.1352)-Contractors who apply more shall fife the required certification.Each tier certifies to the tier above that it will not and has not used OFederal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency,a member of Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining any Federal contract,grant or any other award covered by 31 U.S.C, 1352.Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.Such disclosures are forwarded from tier to tier up to the recipient. 8.Debarment and Suspension(E,O,s 12549 and 12689)-No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension."This list contains the names of parties ' debarred,suspended,or otherwise excluded by agencies,and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549.Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of Its principal employees. ' Return to Top I 1 1 http://www.whitehouse.gov/omb/circulars/aI10/a110,html 2/23/2009 ll be required to pay wages not less than once a week.The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination.The recipient shall report all suspected or reported violations to the Federal awarding agency. 4.Contract Work Hours and Safety Standards Act(40 U.S.C.327-333)-Where applicable,all contracts awarded by recipients in excess of$2000 for construction contracts and in excess of$2500 for other contracts that involve the I ' employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards.Act(40 U.S.G.327-333),as supplemented by Department of Labor regulations(29 CFR part 5).Under Section 102 of the Act,each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours.Work in excess of the standard work week Is permissible provided that the worker is compensated at a rate of not less than 1 Yz times the basic rate of nay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is anplicable to http://www.whitehouse.gov/omb/circulars/a110/a110.html 2/23/2009 n of the award. 1 http://www.whitehouse.goviombkirculars/a110/a110.html 2/23/2009 hnea nnat WOO nhornari to a nrnianl http:/Jwww.w hitehouse.gov/omb/circulars/a110/a110.html I 2/23/2009 09 ,I entations required by statute,executive order,or regulation on an annual basis,if the recipients have ongoing and continuing relationships with the agency.Annual certifications and representations shall be signed by responsible officials with the authority to ensure recipients'compliance with the pertinent requirements. SUBPART C-Post-Award Requirements http://www.whitehouse.gov/omb/circulars/a110/a110.html i 2/23/2009 whitehouse.gov/omb/circulars/a110/a110.htm l 2/23/2009 I I y violation of the clause set forth in subparagraph(1)of this paragraph,the Secretary of Housing and Urban Development or the Secretary of Labor shall contractor and any subcontractor responsible therefor shall be liable for the direct as a means of enforcing such provisions. unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia ore territory,to such District or to such territory),for liquidated damages. . I • I 1 I I I I I I ! 1 Consulting Engineers&Land Surveyors < `o 5 > = ° ,,,,no.,,,,,,;.-.., 10836 OLD MILL ROAD OMAHA,NEBRASKA 68154 p F mp' �0 o 1 P:402.330.8860 F:402.3313.5866 WWW.TD2CO.COM FINAL PLAT z m o -e b r-' N O b9 C/] O b9 (") N n - W O F-t CD i--' pt, NJ CD W r� 0 ti 00 CT CC LA D O COD V 1 cn • ti N '° p O C CT .� s' ' .A N O O to O cm 4 Cr 0 ,"t , O �. O ,-t a 0 INr-' b Lw N A O CCDD F CD • S I 0 ~ P, � zf � 0 `C O y � V\. • b W P n A, N '" a CD C d n `c , _ O ~ . O 0 CDbEa n o N � 2 n CD ° H • • , ,N*' is•, r , ! „ ? ' Coordinated with Youthbuild Programs administered in the Metro area? Other? Explain: • 1 I I 1 i i