Loading...
RES 2005-0558 - Contract with TAB Construction Co for OPW 50567, Y St construction from 27th to 30th Sts D�IAHA,A,A o sv Planning Department �`�►`! RECEIVED Omaha/Douglas Civic Center 1819 Famam Street,Suite 1100 ® ti 't« row 0,5AM 22 PM 0^ 30 Omaha,Nebraska 68183 (402)444-5150 ,r t,1- , , <_ . ,. Telefax(402)444-6140 D FEss t. l ..i. .... City of Omaha s Roben C.Peters J '+ E o m ,1� 5c'r+� Mike Fahey,Mayor Director May 3, 2005 eve Honorable President and Members of the City Council, The attached Resolution approves a Contract with TAB Construction Co. to construct new storm sewer, sidewalk, pavement, curb and gutter on "Y" Street between 27th and 30th Streets. The Wilson Packing Plant Redevelopment Plan, approved by the City Council on November 4, 2003, authorizes this work. The Engineer's estimate for this project is $534,526. The following bids were received October 3, 2000. A bid tabulation form is attached. CONTRACTOR TOTAL BID TAB CONSTRUCTION CO. $503,133.13 (LOW BID) Kiewit Western Co. $615,141.30 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 50567 P.T. - SSD, ST, PD, "Y" Street Construction from 27th Street to 30th Street project in the amount of$503,133.13 from the 2005 Economic Development — Wilson Packing account, Fund 13453, Organization 129132. This account will be repaid from the proceeds of land sales in the Skinner — Wilson Business Park. Honorable President and Members of the City Council Page 2 The Planning Department recommends acceptance of the bid from TAB Construction Co. in the amount of$503,133.13, being the lowest and best bid received, and request your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: i2'..1.1 #71.' " ""))/74--------a/ Vi0-0"" Cr Robert C. Peters r Date Mayor's Office Date Planning Director Approved as to Funding: Approved: c -cksa,°1.17_ 4\19\c,S . Carol A. Ebdon Date Gail Kinsey Tho s n Riau Date Finance Director cre Human Relations Director Approve a 0 G , ieregger, P Date 'ublic Works Director P:\PLN2\12296pjm.doc i i CITY OF OMAHA i PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS AND SPECIAL PROVISIONS i OPW 50567 P.T.-SSD ST PD i Y STREET CONSTRUCTION FROM 27TH i STREET TO 30TH STREET i i I Bids received until 11:00 o'clock A.M. MARCH 9, 2005 111 Contract Award , 20 Resolution No. Contractor: The$25.00 fee charged fo r or this set ofplans and specifications is NON-REFUNDABLE - j TABLE OF CONTENTS NOTICE TO BIDDERS NB-1 TO NB-3 ' PROPOSAL P-1 TO P-7 CERTIFICATE tSHOP DRAWING TRANSMITTAL FORM SDTF-1 CONTRACT C-1 TO C-4 ' PERFORMANCE,PAYMENT&GUARANTEE BOND B-1 TO B-4 ' CIVIL RIGHTS COMPLIANCE A-1 TO A-8 SPECIAL PROVISIONS INDEX SP-1 kuvq •• CIVI(Eticl !tet er i 4 1• •TER • 307 Jd414****. tfrf I Ain veyo", 1 NOTE: ALL "P" PAGES MUST BE FILLED OUT AND SUBMITTED WITH THE BID. 1 i 1 1 • Protected and/or Disadvantaged Business Checklist I Items Listed Below must be submitted with Bid: I1. ❑ Exhibit A - completed Protected and/or Disadvantaged Business Disclosure Participation Form. ' All PBE/DBE Subcontractors submitted on Exhibit A must be certified with the City of Omaha Human Relations Department prior to the time of the bid opening. A current list is available on the City of Omaha's web site,www.ci.omaha.ne.us/Departments/Human Relations or can be requested through the Human Relations Department at 402-444- ' 5055. 2. ❑ Verification in writing from each PBE/DBE Subcontractor showing that the PBE/DBE Subcontractor has agreed to perform the work identified on Exhibit A, Protected and/or Disadvantaged Business Disclosure Participation Form. ' Telephonic verifications will not be accepted. 3. ❑ If you have not met the PBE/DBE goal established for this project, evidence of good faith efforts must be submitted with your bid. (If you have questions regarding what constitutes good faith efforts please see the Protected and/or Disadvantaged Business Enterprise Participation contract specifications or contact the Human Relations Department.) 4. ❑ Exhibit B — completed Contractor Employment Data Form. ' • Should the bidder fail to comply with the above, its bid will be subject to rejection. • In Addition please review all the specifications and bid enclosures to be certain of a complete and compliant bid. ' 3/14/03 1 I 1 I 11 NOTICE TO BIDDERS ISealed Proposals will be received by the City of Omaha, at the City Clerk's Office,L/C 1, Omaha/Douglas Civic Center, until 11:00 a.m. on the 9TH day of MARCH, 2005 , for the construction of OPW 50567 P.T.-1 SSD,ST,PD being Y STREET CONSTRUCTION FROM 27TH STREET TO 30TH STREET. INSTRUCTIONS TO BIDDERS IPROPOSALS: Each Proposal shall be legibly written or printed in ink on the form provided in this bound copy of proposed contract documents. Alterations in the Proposal by interlineation, by interpolation, or otherwise, will I 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 Proposal 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 Iin the Proposal, properly signed by the bidder and attached to the Proposal when submitted. Each Proposal shall be enclosed in a sealed envelope or wrapping, addressed to the "City Council, City of j I Omaha, Nebraska" and identified on the outside with the words "Proposal for the Construction of OPW 50567 P.T.-SSD,ST,PD," the bidder's name and the bidder's address; and filed with the City Clerk, L/C 1, Omaha/Douglas Civic Center 68183. IProposals must be based upon the Specifications and/or plans for the work bid upon as prepared by the City Engineer and filed in his office. I 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. I No 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 association. 1 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). I .The Proposal Guarantee shall be made payable without condition to the City of Omaha, Nebraska, hereinafter referred to as City. The Proposal Guarantee may be retained by and shall be forfeited to the City as liquidated I 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 Construction NB-1 6/97 1 I 1 1 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 work 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. I 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 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. 1 Construction NB-2 6/97 1 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 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. 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 ' the 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 authorized 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 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. 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. BOUND 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. COPIES 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 obtained from the City Engineer at cost. . I Construction NB-3 3/20/03 t 1 . I.*I G. Pea (IC.K C..IL VN Proposal for Project No: OPW 50567 P.T.-SSD,ST,PD Omaha,Nebraska Bid Opening Date: MARCH 9,2005 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: OPW 50567 P.T.-SSD,ST,PD being Y STREET CONSTRUCTION FROM 27TH TO 30TH STREET 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 pit? T/.4,(,U cate issued thereto for the base bid sum , � fVE f�uA/ ebv Th' 'E 7',(oe"s4Mtl L2�t/E I�K/ti' 6V 7;1. CAi DOLLARS and 7 //2T7'E7t1 CENTS ($ 5 3, /33• / 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-1 8/97 I I 1 P2 ENGINEER'S ESTIMATE PROJECT DESCRIPTION:Y ST.CONSTRUCTION BETWEEN 27TH AND 30TH STREETS PROJECT NO: OPW50567 Date Printed: 2•Mar-05 BASE BID Item Bid Item Description Approximate Unit Unit Amount City Item Quantity Price /_ / 1 MOBILIZATION 1 LS 34.44--- 34,V.�+- 900.00, 00 2 CLEARING AND GRUBBING 1 LS it,I is /Zt13S 900 002 I3 STRIPING.STOCKPILING AND RESPREADING OF TOP SOIL 1700 CY .oC I7i5:143 900.003 4 EARTHWORK(EXCAVATION) 4500 CY 2„. `a 13 65 .6° 900.004 5 SUBGRADE PREPARATION 12 INCHES DEEP 5036 SY I 55A 7g65.V 900.005 _iv C 6 SIDEWALK SUBGRADE PREPARATION 6 INCHES DEEP 1053 SY I' '456,i`a 900,006 7 FAULTY SUBGRADE-REMOVE AND REPLACE 50 CY 3I_0:20 ISSo 105.002 Qa� 8 REMOVE CHAIN LINK FENCE 1044 LF t .ZO f�. 111.000 QO 9 SAW CUT-FULL DEPTH 305 LF S,9b I 1�_ 300.004 10 CLEARING AND GRUBBING TREES OVER 18"TO 27"DIAMETER 1 EA 3 ,5 OO 1I 5 101.001 11 REMOVE 12"OR SMALLER SEWER PIPE 180 LF IZ.QC �174 120.012 12 REMOVE 21"TO 24"SEWER PIPE 256 LF Io.p° 2.6��^.J� 120.024 T 13 REMOVE MANHOLE 1 EA (3� / 3c.°6 130.000 14 REMOVE SEDIMENT BASIN RISER AND PIPE 1 EA /g1�2.� 9(02.., 900.014 15 FILL SEDIMENT BASIN 1 EA 35454) .. (ez:5J� 9001015 16 CONVERT EXISTING AREA INLET TO 54"DIA.MANHOLE 17 VF 3OL " "° 120`to 900.016 17 REMOVE CURB 24 LF �7 I .dV 25.20 109.000 18 CONVERT EXISTING CURB INLET TO 54"DIA.MANHOLE 9 VF L�',� 2.49f C�J. 900.018 19 REMOVE PAVEMENT 132 SY 4 2° ./ 1.4/0 106.000 20 REMOVE DRIVEWAY 160 SY 4,`GO 1p"o°A0 108.000 21 REMOVE SIDEWALK 1598 SF 1_0 J I.1e17.w 108.001 22 REMOVE SILT FENCE 500 LF f_Od J 900.022 23 CONSTRUCT 15"RCP,CLASS III S .35 12 LF O ScQH��?43 401.015 24 CONSTRUCT 18"RCP,CLASS III 37 LF 34. '° IZ9^w 401.018 • l02..°° 3�,(1HL. 25 CONSTRUCT 24"RCP,CLASS III 591 LF ) 401.024 26 CONSTRUCT 15"RCP BEDDING 12 LF � 1 /11445 900.026 27 CONSTRUCT 18"RCP BEDDING 37 LF ,�714 jW 1. `a. 900.027 28 CONSTRUCT 24"RCP BEDDING 591 LF �J gu`�° )7` ,2.4 900.028 12 EA 2c H "& �9J J 7o� 29 CONSTRUCT CURB INLET-TYPE III C p 420.003 30 CONSTRUCT AREA INLET-TYPE II 6 EA I4'7,J �Q 13O. 428.002 ini31 CONSTRUCT 6"SANITARY SEWER PIPE 495 LF �� 7 ai /1�O 25 500,006 32 CONSTRUCT 12"SANITARY SEWER PIPE 1004 LF Lig S° , 4 Gig•oo 500.012 33 CONSTRUCT 6"SANITARY SEWER PIPE BEDDING 495 LF 1"', 10 1.011 900.033 34 CONSTRUCT 12"SANITARY SEWER PIPE BEDDING 1004 LF I" L7 "TQ • 900.034 35 CONSTRUCT 54"1.D,SANITARY MANHOLE 37 VF z434.75 75 7.5 515.054 36 CONSTRUCT 6"X 12"WYE 1 EA 3 31,go 331 Q° 517.003 3/2/2005 2:27 PM 1 OF 2 L:\03015\LDATA\ADDENDUM NO 1 MAR 2 2005.XLW.xls P2 ' 1 1 37 CONSTRUCT 6"PIPE PLUG 6 EA 10.66 1`-f' ,3O 525.006 38 CONSTRUCT 12"PIPE PLUG 1 EA 1 ""1 q 1 c 7 525.012 39 CONSTRUCT 12"SANITARY SEWER TAP 1 EA I-15 05 LI58.g5 900 039 40 CONSTRUCT 6"SANITARY SEWER TAP 2 EA 3 ,.O (o O. 900.040 41 ADJUST MANHOLE TO GRADE 1 EA l 4 3 g5 143 85 760.000 42 TRENCH STABILIZATION 20 TON 0 37 , 900.042 43 9"CONCRETE PAVEMENT-TYPE L65 4699 SY 3 3.6S 1st��/1l.L. 200.209 44 4"CONCRETE SIDEWALK 6798 SF �'}� `C 1�Y5 J�P�yi' 204.000 45 CONSTRUCT CONCRETE CURB RAMP 390 SF (.J''7� L•��� 204.100 46 CONSTRUCT EARTH DITCH CHECK 4 EA 103 I. i) i 6 . 900.046 47 CONSTRUCT THICKENED EDGE PAVEMENT 325 LF G. 1fG CO 900.047 1 r OO 48 CONSTRUCT 84"CHAIN LINK FENCE 460 LF `l 0 . -" 740.084 49 CRUSHED ROCK FOR SURFACING 267 TON 2..40,ll S lq 3 ` 301 000 50 CONSTRUCT SOIL RETENTION BLANKET 3900 SY l •)O 1-1LgSOW. 900.050 51 SILT FENCE 3310 LF 7_-(03 'Z65. ,zi 550.000 ��/'7 52 SEEDING-TYPE"A" 17425 SY ,32�1 G4.2+.1.5.O 606.001 53 INSTALL FILTER FABRIC SOCK AT AREA INLETS 7 EA 1 3%?5 ( RI O,75 900.053 54 TYPE III BARRICADES 1000 BAR DAYS I. .31 13•l7 abo 900.054 55 TEMPORARY TRAFFIC CONTROL SIGNS 250 SIGN DAYS 1 .31 .) ..�S0 900.055 56 FROEBEL SPIREA/SPIREAX BUMALDA'FROEBEL' 99 EA 7_4 5 2S99,75 900.056 tp 57 RED OAK/OUERCUS REBRUM 21 EA 7 18�%°O � o . 900.057 58 HETZ JUNIPER/JUNIPERUS CHINENSIS"HETZI COLUMNARIS" 60 EA -1 `8 .15 Ln2t7� 900.058 4 (.59 AMERICAN CRANBERRYBUSH VIBURNUMNIBURNUM TRILOBUM 108 EA 2-5 51Oe" 900.059 �OMCO 60 LANDSCAPING MAINTENANCE CONTRACT-2 YEARS 1 LS 17J ' 1.7 900.060 TOTAL BASE BID(ITEMS 1-59) 563, 133.13 PARKING LOT ALTERNATE BID Q'C 1 EARTHWORK(EXCAVATION) 500 CY 3.145i+/t�(•�j7 900.001 2 SUBGRADE PREPARATION 12 INCHES DEEP 1235 SY 1•`�1 1(�,6-!.is 900.002 3 REMOVE SIDEWALK 134 SF 3 J. -Zioz.0:, 108.001 4 REMOVE GRAVEL 1583 SY 1,.20 1 0 ``.'2° 900.004 �7 . �' 5 CONSTRUCT 15"STORM SEWER TAP 1 EA � (��© ?0 Q I. 900.005 6 CONSTRUCT 15"RCP,CLASS III 37 LF 3LI 30 /24.110 401.015 7 CONSTRUCT 15"RCP BEDDING 37 LF 5 5. 2-6S..35 900.007] 8 CONSTRUCT CURB INLET-TYPE III 1 EA 1I9Se° 1(964), 420.003 9 CONSTRUCT COMBINATION CURB AND GUTTER 500 LF 12.•3s (01'15 41› 202.005 10 CONSTRUCT ASPHALT BASE COURSE,PG 64-22 350 TON 4 ! !a 1�tiI i6.�C 301.050 11 CONSTRUCT ASPHALT SURFACE COURSE TYPE CMC,PG 70-28 117 TON LI 4 5s .�?�/00.y 301.604 12 4"CONCRETE SIDEWALK 95 SF ZB �+"`•� 204.000 65 13 CONSTRUCT CONCRETE CURB RAMP 55 SF ,Ov )QJ 204.100 A . I 14 PERMANENT PAINTED PAVEMENT MARKING-4"WHITE 600 LF • d5 C- 00 852.041 15 HANDICAP SYMBOLS 2 EA I Sd°D J'-'''"c' 900.015 11* TOTAL ALTERNATE BID(ITEMS 1 TO 15) 1 39)•1/"7c' 3/2/2005 2:27 PM 2 OF 2 L:\03015\LDATA\ADDENDUM NO 1 MAR 2 2005.XLW.xls 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 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 'I 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. jl II; The undersigned agrees to accomplish the work in its entirety within 100 working days and shall be 'i it prepared to begin within ten(10)days of notice to proceed and to forfeit liquidated damages as set r 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 ?I; 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. 1 • 111 I i it Construction P-3 3/20/03 i • • If awarded the Contract, our Surety will be Merchants Bonding Company (Mutual ) (Name of Surety Company) of Des Moines, IA Respectfully submitted, Signature of Bidder: (a) If an individual doing business as: (b) If a Partnership: Member of Firm Member of Firm (c) If Corporation: TAB Holding Company, Inc. Name of Corporation d-(1:4,1 \ ........ ..... Officer President Title W it; `"s ,,,r ATTEST: Business Address and Telephone No.: 4153 South 67th Street Omaha, NE 68117 (402) 331 -1244 Construction P-4 8/97 "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. TAB Holding Company, Inc. Na of Corporation e Officer President Title If Foreign Corporation: Nebraska Resident Agent is I�? if 1i 44 i 7 �I 7I ij Ij Construction j<{jt1 P 8/97 II!f . i'j l 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. 1 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 1 certified check, United States Government Bond(negotiable)or a bidder's bond for $ 5% of total Bid r 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 within 100 working days 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. 1 Construction P-3 3/20/03 I 1 1 If awarded the Contract,our Surety will be Merchants Bonding Company (Mutual ) (Name of Surety Company) of Des Moines, Iowa ' Respectfully submitted, Signature of Bidder: (a) If an individual doing I business as: (b) If a Partnership: Member of Firm Member of Firm 1 (c) If a Corporation: TAB Construction Company 111 4...5.4Nof Corporation Officer President Title Gy�Mess ATTE ST: Business Address and Telephone No.: I 4153 South 67th Street Omaha, NE 68117 , (402 ) 331 -1244 Construction P-4 8/97 1 1 I I "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. ' TAB Construction Nam of Corporation fficer ' President Title If Foreign Corporation: Nebraska Resident Agent II 1 1 Construction P-5 8/97 1 I 1 1 Project Name: EXHIBIT "A" PROTECTED AND/OR DISADVANTAGED 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 PBE and/or DBEs. Should the below listed PBE and/or DBE subcontractor be determined to be unable to perform successfully or is not performing satisfactorily, the Contractor shall obtain prior approval from the Human Relations Department Director or a designee, for substitution of the below listed subcontractor with a City of Omaha certified PBE and/or DBE. In submitting this form, the Bidder is certifying that it has contacted City of Omaha Human Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the program the opportunity to submit bids on this proiect. Type of work and Projected contract item or • commencement Name of PBE • parts thereof to be and completion *Agreed price with and/or DBE Address ' performed date of work PBE/DBEs Percentage (%) TAB 4153 S 67th St Construction Omaha, NE All 100% , 1 ' ' • Totals 100% 1 *Dollar value of each PBE/DBE agreement must be listed in the"Agreed Price"column;total in this column must equal the PBE/DBE goals. CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read, understands, and agrees to be bound by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits, regarding PBE/DBE, 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 PBE/DBE 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 Protected and/or Disadvantaged business enterprise(s) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work)listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees • that if any of the PBE/DBE Specification representations are made 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 Director of the Human Relations Department,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 William G. Ringsdorf Title President Date of Signing Firm or Corporate Name TAB Construction Company Address 4153 South 67th Street, Omaha, NE Telephone Number(402 ) 331 -1 244 P-6 PBE/DBE 12/5/02 I • Project Name. EXHIBIT "B" CONTRACTOR EMPLOYMENT DATA THIS FORM MUST BE SUBMITTED WITH THE BID BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING WORK FORCE DATA WITH EACH BID (Protected Class is defined as Black, Hispanic, Asian and Pacific Islander, American Indian or Alaskan Native, Female.) Total Employees Protected Class Males Protected Class Females American American Total Total Asian or Indian or Asian or Indian-or Work Protected Pacific Alaskan Pacific Alaskan Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native White • 3/6/05 17 6 4 1 1 *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department. Any Questions regarding the Contract Compliance Ordinance should be directed to the Human Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Firm's Name: TAB Construction -Company • (Date of Signing) William G. Ringsdorf President Signature: - (Print Name). (Title) (Signature) P-7 PBE/DBE 12/5/02 TO THE CITY OF OMAHA: CERTIFICATE Undersigned hereby certifies that all equipment to be used by undersigned in the performance of the contract pertaining to the project for: OPW 50567 P.T.SSD,ST,Pp being Y STREET CONSTRUCTION FROM 27TH STREET TO 30TH STREET ' and 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 Douglas County Nebraska State. The Certificate above is submitted pursuant to the requirements of Section 77-1323, Reissue Revised Statutes of 1 Nebraska. 1943, as amended. The Contractor further certifies that all non-salvaged material removed from the project will be disposed of at the ' following approved and permitted locations(s): Approved Site t The City must be informed of any additions or changes in such location(s). TAB Construction A(n) Corporation Contractor's Name (Specify: Corporation, Partnership, or Individual) By: (Ti e,spec :Pr ident, er,or Owner) Attest: Secrets (' corporation) ' STATE OF NEBRASKA ) - ) SS. COUNTY OF DOUGLAS ) William G. Ringsdorf and Daniel Grell being first duly sworn on oath depose and say that they are President and Secretary,respectively,of TAB Construction a Corporation ;that they have read the foregoing Certificate, know its contents, and the same are true. ' SUBSCRIBED and sworn to before me this 9th day March A.D.20 0 5 . l� My Commission Expires November 2 8, 2 0 0 6 ' Notary Public 6/97 SHOP DRAWING TRANSMITTAL FORM City of Omaha General Services Division Public Works Department,6th Floor Omaha/Douglas Civic Center 1819 Farnam Street Omaha.Nebraska 68183 Date: Transmittal Number 1st Submittal Resubmittal (Previous Transmittal Number ) Project Location Specification Section Number Paragraph Drawing or Action No. Description of Equipment Manufacturer Data No. Taken i 1 i Contractor iMailing 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 r 1 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 Company I ' 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 OPW 50567 P.T.-SSD,ST,PD being Y STREET CONSTRUCTION FROM 27TH STREET TO 30TH STREET 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 ' Five Hundred Three Thousand One Hundred Thirty —three Dollars and Thirteen Cents Dollars ($ 503, 1 33 . 1 3 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. Construction C-1 6/97 r 1 1 1 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. 7. Contractor shall conform with all applicable City Ordinances, with all applicable State and Federal I 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 I inspection by them. 10. Contractor shall indemnify and save harmless the City of Omaha, its officers, employees, agents and 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. I 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: 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 111 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, , 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 bills, and other indebtednesshave pertaining to the aforesaid work been paid. Construction C-2 3/20/03 i 1 14. The Contractor shall not, in the performance of this Contract discriminate or permit discrimination 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 certificates of insurance, or copies of policies, if required 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. . 1 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 I 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. 111 ' Construction C-3 6/97 1 The originally approved scope and primary features of a contract or purchase will not be significantly revised as a result of amendments not approved in advance by the City Council. The provisions of this Section will be quoted in all future City contracts. Nothing in this Section is intended to alter the authority of the Mayor under Section 5.16 of the City Charter to approve immediate purchases. Dated at Omaha,Nebraska this day of 7 ,2OD`S . ATTEST: CITY OF OMAHA,A MUNICIPAL CORPORATION B Y City Clerk Mayor Ordinance/Resolution No. 56 '8 passed on SEAL OF THE•CITTY OF OMAHA: ,200_5 ' TAB Construction Company , Contractor 4153 South 67th Street Street Address Omaha Nebraska 68117 ATTEST: City State Zip Code By , ecretary of (o1radtoC r 11 i am G. >t i ng r f CORPORATE SEAL: Title: resident , STIPULATIONS: CORPORATE CONTRACTOR: (1) Attach certified copy of resolution authorizing execution of this Contract; (2) Submit certificate showing corporation is qualified to do business in Nebraska. NON-CORPORATE CONTRACTOR: State Identity: Sole Owner(s);Partnership. If a Partnership, state names and addresses of all. ' 111 Construction C-4 6/97 i 1 1 Bond No. NEC 40827 Performance Bond . KNOW ALL MEN BY THESE PRESENTS:that TAB Ccnstruction Mc, (Here insert full name and address or legal title of Contractor) 4153 South 67th Street,OMAHA,NE 68117 as Principal, hereinafter called Contractor,and, Merchants Bonding Company(Mutual) (Here insert full name and address or legal title of Surety) 2100 Fleur Drive,Des Moines,Iowa 50321-1158 as Surety,hereinafter called Surety,are held and firmly bound unto City Of Omaha,NE • (Here insert full name and address or legal title of Owner) 1819 Farnam Street,Omaha,NE as Obligee, hereinafter called Owner, in the amount of Five Hundred Three Thousand One Hundred Thirty Three and 13/1 Dollars Dollars($503,133.13 for the payment whereof Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns, jointly and severally,firmly by these presents. WHEREAS, TAB Cmist ucticn, Contractor has by written agreement dated , entered into a contract with Owner for (Here insert full name,address and description of project) #OPW 50567 PT-SSD,ST,PD; "Y"Street Construction From 27th Street To 30th Street in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. CON 0438 (08/01) 1 • • PERFORMANCE BOND NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract,then this obligation shall be null and void;otherwise it shall remain in full force.and effect. The Surety hereby waives notice of any alteration or completion less the balance of the contract price, but not extension of time made by the Owner. exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth Whenever Contractor shall be, and declared by Owner in the first paragraph hereof. The term "balance of the to be in default under the Contract, the Owner having contract price,"as used in this paragraph, shall mean the performed Owner's obligations thereunder, the Surety total amount payable by Owner to Contractor under the may promptly remedy the default,or shall promptly Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. 1) Complete the Contract in accordance with its terms and conditions,or • Any suit under this bond must be instituted before the expiration of two (2)years from the date on which final 2) Obtain a bid or bids for completing the Contract in payment under the Contract falls due. accordance with its terms and conditions, and upon de- termination by Surety of the lowest responsible bidder, or, No right of action shall accrue on this bond to or for if the Owner elects, upon determination by the Owner and the use of any person or corporation other than the the Surety jointly of the lowest responsible bidder, Owner named herein or the heirs, executors, adminis- arrange for a contract between such bidder and Owner, trators or successors of the Owner. and make available as Work progresses (even though - there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph)sufficient funds to pay the cost of Signed and sealed this 25th day of March 2005 PRINCIPAL: SURETY: TAB Construction Merchants Bonding Company(Mutual) t7.) 7f William G. 1 gsd rf mor y-In-Fact - r• r DOUGLAS P VIN CON 0438 (08/01) 2 Bond No. NEC 40827 Labor and Material Payment Bond THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS:that TAB Construction, Inc. (Here insert full I name and address or legal title of Contractor) 4153 South 67th Street,OMAHA,NE 68117 as Principal,hereinafter called Contractor,and, Merchants Bonding Company(Mutual) (Here insert full name and address or legal title of Surety) 2100 Fleur Drive,Des Moines,Iowa 50321-1158 as Surety, hereinafter called Surety,are held and firmly bound unto City Of Omaha,NE (Here insert full name and address or legal title of Owner) 1819 Farnam Street,Omaha,NE as Obligee, hereinafter called Owner,for the use and benefit of claimants as hereinbelow defined, in the amount of Five Hundred Three Thousand One Hundred Thirty Three and 13/100 Dollars Dollars($503,133.13 ), (Here insert a sum equal to at least one-half of the contract price) for the payment whereof Principal and Surety bind themselves,their heirs,executors,administrators,successors and assigns, jointly and severally,firmly by these presents. WHEREAS, TAB COr]Stuction, Principal has by written agreement dated , entered into a contract with Owner for (Here insert full name,address and description of project) #OPW 50567 PT-SSD,ST,PD; "Y" Street Construction From 27th Street To 30th Street in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof,and is hereinafter referred to as the Contract. CON 0438 (08/01) 3 LABOR AND MATERIAL PAYMENT BOND NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise if shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract age prepaid, in an envelope addressed to the Principal, with the Principal or with a Subcontractor of the Principal Owner or Surety, at any place where an office is regularly for labor, material, or both, used or reasonably required maintained for the transaction of business, or served in for use in the performance of the Contract, labor and any manner in which legal process may be served in the material being construed to include that part of water, state in which the aforesaid project is located, save that gas, power, light, heat, oil, gasoline, telephone service or such service need not be made by a public officer. rental of equipment directly applicable to the Contract. b)After the expiration of one (1)year following the date 2. The above named Principal and Surety hereby jointly on which Principal ceased Work on said Contract, it and severally agree with the Owner that every claimant being understood, however, that if any limitation as herein defined, who has not been paid in full before embodied in this bond is prohibited by any law controlling the expiration of a period of ninety (90) days after the the construction hereof such limitation shall be deemed to date on which the last of such claimant's work or labor be amended so as to be equal to the minimum period of was done or performed, or materials were furnished by limitation permitted by such law. such claimant may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such c) Other than in a state court of competent jurisdiction in sum or sums as may be justly due claimant, and have and for the county or other political subdivision of the execution thereon. The Owner shall not be liable for the state in which the Project, or any part thereof, is situated, payment of any costs or expenses of any such suit. or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not 3. No suit or action shall be commenced hereunder by elsewhere. any claimant: a) Unless claimant, other than one having a direct 4. The amount of this bond shall be reduced by and to contract with the Principal, shall have given written notice the extent of any payment or payments made in good to any two of the following: the Principal, the Owner, or faith hereunder, inclusive of the payment by Surety of the Surety above named, within ninety (90) days after mechanics' liens which may be filed of record against such claimant did or performed the last of the work or such improvement,whether or not claim for the amount of labor, or furnished the last of the materials for which said such lien be presented under and against this bond. claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail,post- Signed and sealed this 25th day of March 2005 PRINCIPAL: SURETY: TAB Construction Merchants Bonding Company(Mutual) �i Willia G. ngsd rf Actor ey-In-Fact DOUGLAS P VIN CON 0438 (08/01) 4 Merchants Bonding Company (Mutual) POWER O F ATTORNEY Bond#: NEC 40827 Know All Persons By These Presents,that the MERCHANTS BONDING COMPANY(MUTUAL),a corporation duly organized under 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 DOUGLAS P IRVIN of COUNCIL BLUFF and State of IA 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 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: SEVEN MILLION FIVE HUNDRED THOUSAND($7,500,000.00)DOLLARS 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- 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. 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. 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 1st day of January , 2005 . •0NG CO4/ •• MERCHANTS BONDING COMPANY(MUTUAL) ; 0•oRPa ••y • ••V 4 •y: •Q'• 1933 . y C. By X:" 7:7„,‘, • �• ao STATE OF IOWA •••� •`•••• President COUNTY OF POLK ss. On this 1st day of January , 2005 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. 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. J:: CINDY SMYTH Commission Number 173504 My Commission Expires A OWA March 16,2006 Notary Public,Polk County,Iowa 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 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 Witness Whereof,I have hereunto set my hand and affixed the seal of the Company on this 25th day of March 2005 •.......• �▪ ? P09• pR 9 •. *.1• Secretary �•• C, y� •ti:_ _o- •z 3 : •6• 1933 :c a :.Jd• s>'W • \1� POA 0005 (9/04) ••• Protected and Disadvantaged Business Enterprise Programs ' Who Qualifies as a Protected /Disadvantaged Business Enterprise? tThe term "Protected Business Enterprises" (PBE) is defined to be a business at least 51 percent of which is owned, controlled, and actively managed by protected class members (Black, Hispanic, Asian, or Pacific Islander, American Indian or Alaskan Native or Female). The term "Disadvantaged Business Enterprise" (DBE) is defined to be a small business that has been in existence for at least one year and has annual gross receipts ' of $150,000 or less. A DBE may include, but not limited to a business owned by a Protected class, but such business must meet two or other conditions set forth in the City of Omaha Contract Compliance Ordinance, Section 10-191, I M (1) through (5). What are the benefits of becoming certified as a PBE/DBE? Certification as a PBE or DBE provides greater exposure for work opportunities on ' City of Omaha projects. The names of all certified PBE/DBE'S appear in the PBE/DBE directory, which is disseminated to local government agencies, contractors and to the public. City of Omaha contractors will use the PBE/DBE directory as a basic resource for soliciting Minority/Women/Small Business participation on City of Omaha Projects. The City of Omaha shall make every good-faith effort to award City contracts and City-assisted construction contracts to Disadvantaged Business Enterprises in amounts no less than 10% of the dollar volume of the applicable contracts awarded by the city. Other benefits include the authority,. (but not a ' requirement), of the City Council to award a contract to a DBE that is not the lowest bidder. A contract or subcontract can be awarded to a DBE if determined by the City to be an acceptable cost higher than a competing lower bid except for specially assessed Projects. A DBE company may be awarded the contract over the lowest bidder as long as the cost differential does not exceed 3%. If your business is not certified with the City of Omaha and you are interested in becoming certified as a Protected and/or Disadvantaged Business Enterprise please contact the Human Relations Department at 402-444-5055. The PBE/DBE applications, Contract Compliance Report Form CC-1 and a current PBE/DBE City of Omaha certified directory are located on the City of Omaha website, www.ci.omaha.ne.us. Click on departments. Click on Human Relations. ' A-1 PBE/DBE Doc.12/5/02 I UTILIZATION OF Enterprises in the performance of any contract PROTECTED AND/OR DISADVANTAGED resulting from this solicitation or, as an alternative, BUSINESS ENTERPRISES that the contractor has made or will make good faith efforts toward meeting the PBE/DBE goals, A. Protected and/or Disadvantaged Business Enterprise and will demonstrate to the City of Omaha's (PBE/DBE) Participation Contract Specifications satisfaction that the contractor has made such Pursuant to City of Omaha Contract Compliance efforts. Bidders must submit with their bids, on the Ordinance. form set forth in the PBE/DBE specifications, the names, respective scope of work, and the dollar I 1. It is the policy of the City of Omaha that Protected values of each PBE/DBE subcontractor that the and/or Disadvantaged Business Enterprises shall Bidder proposes for participation in the contract have the maximum practicable opportunity to work. In any case, Exhibits "A" and "B" must be I participate in the City of Omaha projects. submitted with the bid. If the information so Consequently, the PBE/DBE requirements of submitted indicates that the City of Omaha goals Contract Compliance Ordinance apply to this will not be met, the Bidder shall submit good faith solicitation. In this regard, the Contractor to whom efforts documentation with their bid. The evidence I any award of this solicitation is made shall take all must show to the City of Omaha's satisfaction that necessary and reasonable steps in accordance with the bidder has in good faith made every reasonable this solicitation to ensure that Protected and/or effort, in the City of Omaha's judgment, to meet Disadvantaged Business Enterprises have the such goals. If any bidder fails to submit, with the maximum opportunity to participate in the Contract. bid, the required information concerning The Contractor shall not discriminate on the basis of PBE/DBE participation, or if, having failed to I race, color, national origin, sex, religion, age or meet the City of Omaha's goals or fails to disability in the award or performance of any demonstrate to the City of Omaha's satisfaction the contract or subcontract resulting from or relating to bidder's good faith efforts to do so, the City of this solicitation. Failure to carry out the pre-award Omaha may, in its discretion,reject the bid. requirements of these PBE/DBE specifications will be sufficient ground to reject the Bid. Failure of the 3. Protected and/or Disadvantaged Business Contractor to carry out the requirements of the Enterprise Goals. Bidders are hereby informed that I PBE/DBE specifications shall constitute a material pursuant to Sec. 10-200 and Executive Order No. breach of the contract and may result in termination F-11-02 the City of Omaha has a PBE of the contract. The Contractor shall use its best Participation goal of no less than 13% and a DBE efforts to carry out the PBE/DBE policy consistent participation goal of no less than 10% of the dollar I with efficient performance on the project. volume of all the contracts that it awards. All bidders shall make every good faith effort to meet 2. Bidders are hereby informed that the City of Omaha said goals. I has established goals for the participation of Protected and/or Disadvantaged Business Enterprise 4. The City of Omaha shall set specific goals for all in all contracts that it awards. Subcontracts contracts over $200,000 to assist it in meeting its awarded, by the Bidder that is successful in this overall PBE/DBE goals set forth above. The City solicitation, to firms owned by Protected and/or of Omaha has established a PBE/DBE goal of Disadvantaged Business Enterprises is essential to 5.0% of the dollar amount of the bid (Bid Total) the achievement of the City of Omaha's PBE/DBE for this contract (if said contract is anticipated to I goals. Therefore, to be considered for award, be over $200,000). Bidders shall make every good Bidders must comply with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, I each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a111 A-2 PBE/DBE Doc. 12/5/02 I I 1 I PBE/DBE.A Bidder's failure to meet the PBE/DBE I goal or to show reasonable efforts to that end will, h. Efforts made to assist the PBE/DBEs in the City of Omaha's discretion, constitute contacted that needed assistance in obtaining sufficient ground for bid rejection. Such reasonable bonding, lines of credit, or insurance required efforts may include, but are not limited to, some or by the Bidder or the City of Omaha; i all of the following: i. Designation, in writing, of a liaison officer a. Attendance at the pre-bid conference, if any; who administers the Bidder's Protected and/or 1 Disadvantaged Business Enterprise utilization b. Follow-up of initial solicitations of interest by program; contacting PBE/DBEs to determine with certainty whether the PBE/DBEs are interested; j. Expansion of search for PBE/DBEs to a wider Igeographic area than the area in which the c. Efforts made to select portions of the work Bidder generally seeks subcontractors if use of (including where appropriate, breaking down the customary solicitation area does not result I contracts into economically feasible units) in meeting the goals by the Bidder; and, proposed to be performed by PBE/DBEs in • order to increase the likelihood of achieving the k. Utilization of services of available protected I PBE/DBE goals; community organizations, protected contractor's group, local, state, and federal d. Efforts to negotiate with PBE/DBEs for specific minority business assistance offices, and other sub-bids, including at a minimum: organizations that provide assistance in the Irecruitment and placement of PBE/DBEs. (1) The names, addresses, type of work to be subcontracted, and telephone numbers of 6. The Bidder must comply with the following: 1 PBE/DBEs that were contacted; (2) A description of the information provided a. Prior to award of this Contract all Bidders to PBE/DBEs regarding the plans and shall submit Exhibit "A", Protected and/or Disadvantaged Business Disclosure specifications for portions of the work to be Participation Form. Exhibit "A" must be 1 performed;and, submitted with the bid. Bidder must also (3) A detailed statement of the reasons why submit a copy of the written bid submitted by 1 additional prospective agreements with the PBE/DBE subcontractor to the Bidder or PBE/DBEs needed to meet the stated goals, other verification in writing from the were not reached. PBE/DBE subcontractor that said subcontractor has agreed to perform the I g e. Advertisement in general circulation media, subcontracting. work identified in. the bid trade association publications, and protected- submitted by the Bidder. focus media for a reasonable period before bids b. If Bidder fails to meet the goals set forth I are due; above, Good Faith Efforts Documentation must be submitted with bid. f. Notification, in writing, to a reasonable number I of specific PBE/DBEs that their interest in c. Also, prior to award of this contract all contract work is solicited, in sufficient time to Bidders must submit Exhibit "B" Contractor allow the PBE/DBEs to participate effectively; employment data form with the bid. I g. Concerning each PBE/DBE the Bidder d. The Bidder and any of its subcontractors that contacted but rejected as unqualified, the have been designated by the Bidder as PBE reasons for the Bidder's conclusion; and/or DBE must have been approved as such by the Human Relations Department prior to I bid opening on the project. IA-3 PBE/DBE Doc. 12/5/02 I I e. After bid opening and during contract B. PBE/DBE Reporting and Record Keeping performance, Bidders and the Contractor, as the Requirements. case may be, are required to make every reasonable effort to replace a PBE/DBE subcontractor that is determined to be unable to 1. The Contractor shall submit periodic reports of perform successfully or is not performing contracting with Protected and/or satisfactorily, with another PBE and/or DBE, Disadvantaged Business Enterprises in such prior to substituting such PBE/DBE, the form and manner and at such time as Contractor shall seek approval from the Human prescribed by the City of Omaha(Exhibit C is I Relations Department. The City of Omaha's currently required to be submitted within 10 Human Relations Department Director or a calendar days following the end of each designee, shall approve all prior substitutions in calendar quarter, from the start of the project). I writing in order to ensure that the substituted firms are bona fide PBE/DBEs. 2. The Contractor and subcontractors shall permit access to their books, records, and f. In the event of the Contractor's non-compliance accounts by the Human Relations Director or a I 1 with the Protected and/or Disadvantaged designated representative for purpose of Business Enterprise requirements of this investigation to ascertain compliance with Contract, the City of Omaha shall impose such these specified requirements. Such records contract sanctions as it may determine to be shall be maintained by the Contractor in a appropriate, including,but not limited to: fashion that is readily accessible to the City of Omaha for a minimum of three years (1) Rejection of the Bid following completion of this Contract. I (2) Withholding of payments to the Contractor until the Contractor complies; and/or 3. To ensure that all obligations under any (3) Cancellation, termination or suspension of contract awarded as a result of this bid the Contract, in whole or in part;or solicitation are met, the City of Omaha will (4) Any other penalty set forth in the City of conduct specific reviews of the Contractor's Omaha's Contract Compliance Ordinance. PBE/DBE involvement efforts during contract performance. The Contractor shall bring to 7. For the information of Bidders, Contract the attention of the Human Relations Director Compliance Ordinance outlines the City of Omaha's any situation in which regularly scheduled rules, guidelines and criteria for (a) making progress payments are not made to PBE/DBE I determinations as to the legitimacy of PBE/DBEs, subcontractors. (b) ensuring that contracts are awarded to Bidders that meet PBE/DBE goals. In submitting its bid,the Bidder is certifying that it has 1 contacted City of Omaha Human Relations Department 8. The Bidder/Contractor shall cooperate with the prior to bid opening regarding this project and has Human Relations Department in any reviews of the afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. I Bidder/Contractor's procedures and practices with Failure to comply with the above shall result in the bid respect to the Protected and/or Disadvantaged being rejected by the City of Omaha. Business Enterprise which the Human Relations j Department may from time to time conduct. I 1 I A-4 PBE/DBE Doc. 12/5/02 1 1 I . I IEXHIBIT "A" PROTECTED AND/OR DISADVANTAGED BUSINESS DISCLOSURE PARTICIPATION FORM .. ITHIS 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 PBE and/or DBEs. Should the below listed PBE and/or DBE subcontractor be ' determined to be unable to perform successfully or is not performing satisfactorily, the Contractor shall obtain prior approval from the Human Relations Department Director or a designee, for substitution of the below listed subcontractor with a City of Omaha certified PBE and/or DBE. In submitting this form, the Bidder is certifying that it has contacted City of Omaha Human Relations Department prior to bid opening regarding this project and has Iafforded subcontractors participating in the program the opportunity to submit bids on this project. Type of work and Projected contract item or commencement *Agreed price I Name of PBE and/or parts thereof to be and completion with Percentage DBE Address performed date of work PBE/DBEs (%) I _ I - ITotals *Dollar value of each PBE/DBE agreement must be listed in the"Agreed Price"column;total in this column must equal the IPBE/DBE goals. • . CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or I good faith effort as documented. The Undersigned/Contractor certifies that he/she has read, understands, and agrees to be bound by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits, regarding PBE/DBE, 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 PBE/DBE Participation Contract Specifications and that said I 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 Protected and/or Disadvantaged business enterprise(s) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit I A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made 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 Director of the Human Relations Department, 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 I 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 to the terms of anyfuture Contract Awards. 9 subject Signature Title Date of Signing IFirm or Corporate Name • Address Telephone Number I IA-5 PBE/DBE Doc. 12/5/02 I I • EXHIBIT "B" CONTRACTOR EMPLOYMENT DATA • THIS FORM MUST BE SUBMITTED WITH THE BID , BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING WORK FORCE DATA WITH EACH BID (Protected Class is defined as Black, Hispanic, Asian and Pacific Islander,American Indian or Alaskan Native, Female.) Total Employees Protected Class Males Protected Class Females • American American Total Asian or Indian or Asian or Indian or Total Work Protected Pacific Alaskan Pacific Alaskan Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native • White *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department. Any Questions regarding the Contract Compliance Ordinance should be directed to the Human Relations Department at(402)444-5'055. (PLEASE PRINT LEGIBLY OR TYPE) • 1 Firm's Name: (Date of Signing) • • Signature: 1 (Print Name) (Title) (Signature) • • • • 1 1 1 A-6 PBE/DBE Doc.12/5/02 1 EXHIBIT "C" QUARTERLY REPORT ON PROTECTED AND/OR DISADVANTAGED BUSINESS ENTERPRISES ' (This form must be submitted within 10 calendar days of the end of each calendar quarter, from the start of the project.) Company Name: Project Number: Project Name: Total Contract Amount: • I Calendar Quarter Covered by this Report: 1st 3rd 2nd 4th Year 200_ I. Protected and/or Disadvantaged Contractors Instructions: List all Protected and/or Disadvantaged Subcontractors which have performed work since Notice to Proceed (NTP), are currently performing work,and are contemplated to perform work during the duration of the City of Omaha Contracts. Name and total dollars committed and paid. 1 Name of Protected Dollars Paid and/or Disadvantaged Dollars Paid During Since Business Enterprise Work Assignment Dollars Committed Quarter (NTP)to Date 1 t r A-7. PBE/DBE Doc. 12/5/02 ' 1 I Contract Compliance Ordinance No.35344,Section 10-192 Equal Employment Opportunity Clause During the performance of this contract,the contractor agrees as follows: 1) The contractor shall not discriminate against any employee applicant for employment because of race, religion, color, sex, national origin, or disability as defined by the Americans With Disabilities Act of 1990 and Omaha Municipal Code 13-89. The contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex or national origin. The contractor shall take all actions necessary to comply with the Americans With Disabilities Act of 1990 and Omaha Municipal Code (Chapter 13) including, but not limited to, reasonable accommodation. As used herein,the word "treated" shall mean and include, without limitation,the following: Recruited, whether advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; .demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2) The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the , contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex or national origin. 3) The contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the contractor's commitments under the equal employment opportunity clause of the city and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4) The contractor shall furnish to the contract compliance officer all federal forms containing the information and reports required by the federal government for federal contracts under federal rules and regulations, and including the information required by section 10-192 to 10-194, inclusive, and shall permit reasonable access to his records. Records accessible to the contract compliance officer shall be those which are related to paragraphs (1) through (7) of this subsection and only after reasonable notice is given the contractor. The purpose of this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5) The contractor shall take such actions with respect to any subcontractor as the city may direct as a means of enforcing the provisions of paragraphs (1) through (7) herein, including penalties and sanctions for noncompliance; however, in the event the contractor becomes involved in or is threatened with litigation as the result of such directions by the city, the city will enter into such litigation as is necessary to protect the interests of the city and to effectuate these provisions (of this division); and in the case of contracts receiving federal assistance, the contractor or the city may request the United States to enter into such litigation to protect the interests of the United States. i 6) The contractor shall file and shall cause his subcontractors, if any to file compliance reports with the contractor in the same form and to the same extent as required by the federal government for federal contracts under federal rules and regulations. Such compliance reports shall be filed with the contract compliance officer. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies,programs and statistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1)through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. I A-8 PBE/DBE Doc 12/5/02 , I I II SPECIAL PROVISIONS I INDEX SPECIAL PROVISIONS 38 pages S.P.-1 ICONTRACT CONTROL S.P.-2 INDEX TO STANDARD PLATES 3 pages S.P.-3 1 GENERAL REQUIREMENTS 5 pages S.P. -5 IREMOVALS AND SITE PREPARATION 1 page S.P. -6 EARTHWORK 7 pages S.P.-7 ICONCRETE PAVEMENT 5 pages S.P.-8 ASPHALT PAVEMENT 2 pages S.P. -9 TRAFFIC CONTROL 1 page S.P. -10 IPAVEMENT MARKINGS 5 pages S.P.-11 STORM SEWER 3 pages S.P.-12 ITECHNICAL SPECIFICATIONS -EROSION CONTROL • 2 pages S.P.-13 LANDSCAPING MAINTENANCE AND GUARANTEE 1 page S.P.-14 I NPDES CERTIFICATION STATEMENT 1 page I I 1 I 1 Construction S.P.-1 3/20/03 I I I I SPECIAL PROVISIONS CONTRACT CONTROL: I 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; 111 (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; I (b) The Special Provisions herein contained; (c) The.City of Omaha Standard Specifications for Public Works Construction, 1 2003 Edition; then the conditions shall control and prevail in accordance with the sequence above I 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: I www.ci.omaha.ne.us/publicworks/PublicWorks.htm. 1 I i Construction S.P.-2 3/20/03 1 1 I STANDARD I PLATE ISSUE NUMBER STANDARD PLATES DATE I SECTION 1 -PAVEMENTS AND APPURTENANCES 1-01 CONCRETE ALLEY PAVEMENT 3/26/2003 1-10 25'... RESIDENTIAL CONCRETE PAVEMENT 3/26/2003 I1-12 25'... RESIDENTIAL ASPHALT CONCRETE PAVEMENT 3/26/2003 1-13 25'... RESIDENTIAL GRADING SECTIONS WITHOUT SIDEWALK 3/26/2003 I1-16 30'... INDUSTRIAL CONCRETE PAVEMENT 3/26/2003 1-20 38'... 3 LANE CONCRETE PAVEMENT 3/26/2003 I 1-30 50'... 4 LANE CONCRETE PAVEMENT 3/26/2003 1 32 62'... 5 LANE CONCRETE PAVEMENT 3/26/2003 1-40 66'... 4 LANE DIVIDED CONCRETE PAVEMENT 3/26/2003 1-42 68'... 4 LANE DIVIDED CONCRETE PAVEMENT 3/26/2003 1-50 CONCRETE PAVEMENT JOINT DETAILS 3/26/2003 I 1-52 CONCRETE CURB DETAILS 3/26/2003 1-54 CONCRETE MEDIAN DETAILS 3/26/2003 1-60 MISCELLANEOUS CONCRETE PAVEMENT DETAILS 3/26/2003 1 1-70 CONCRETE DRIVEWAY DETAILS 3/26/2003 1-82 CONCRETE CURB RAMP DETAILS 3/26/2003 ISECTION 2 -BITUMINOUS RESURFACING 2-01 PAVEMENT WIDENING, REPAIR AND SURFACING DETAILS 3/26/2003 III 2-10 ASPHALT RESURFACING ADJUSTMENT DETAILS 6/27/2003 SECTION 3-SEWERS 3-01 SEWER BEDDING DETAILS 10/6/2003 3-18-1 SAMPLING MANHOLES (1 of 2 Sheets) 6/27/2003 I3-18-2 SAMPLING MANHOLES (2 of 2 Sheets) 3/26/2003 3-70 FLARED END SECTIONS AND BAR GRATES 3/26/2003 I 3-72 TIMBER PILE PIPE SUPPORT 3/26/2003 3-75 REINFORCED CONCRETE IMPACT STILLING BASIN 3/26/2003 3-83 REINFORCED CONCRETE PIPE COUPLERS 3/26/2003 I3-90-1 CAST IRON MANHOLE RINGS, COVERS,MANHOLE STEPS (1 of 2 6/27/2003 Sheets) 1 3-90-2 CAST IRON MANHOLE RINGS,COVERS,MANHOLE STEPS (2 of 2 3/26/2003 Sheets) 3-92 TYPE "A" FLAT CAST IRON GRATE,FRAME AND CURB INLET 3/26/2003 111 3-93 TYPE "V" CAST IRON VANE GRATE AND FRAME 3/26/2003 3-94 TYPE "SC" CAST IRON GRATE AND FRAME 3/26/2003 I S.P. 3 Standard Plate Index 6—17-2003 (10/31/03) 1 of 3 I I STANDARD PLATE ISSUEIII NUMBER STANDARD PLATES DATE SECTION 4-STRUCTURAL I 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 I 5-10 CHANNEL AND SLOPE STABILIZATION MAT DETAILS • 3/26/2003 SECTION 6—TRAFFIC SIGNALIZATION I 6-01 PULL BOX DETAILS . 3/26/2003 6-04 CONCRETE PAD DETAIL FOR PAD MOUNTED CONTROLLER CABINET 3/26/2003 1 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 6-23 MAST ARM TRANSFORMER BASE DETAILS • 3/26/2003 6-24 MAST ARM SIGNAL MOUNTING 3/26/2003 1 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 II 6-32 SPAN WIRE MOUNTING DETAILS 3/26/2003 • 6-40 POLE BRACKET INSTALLATION DETAILS 3/26/2003 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 1 6-72 MAGNETIC DETECTOR INSTALLATION DETAIL 3/26/2003 6-74 STANDARD TRAFFIC SIGNAL WIRING CODES 3/26/2003 6-76 ELECTRIC SERVICE PEDESTAL 3/26/2003 6-78 POWER SERVICE DETAILS 3/26/2003 6-80-1 STREET NAME SIGN LAYOUTS (1 of 2 Sheets) 3/26/2003 1 6-80-2 STREET NAME SIGN LAYOUTS (2 of 2 Sheets) 3/26/2003 6-82 OVERHEAD MOUNTED SIGNS 3/26/2003 1 6-84 POST MOUNTED SIGNS 3/26/2003 6-85 SIGN POST ANCHORING SYSTEMS 3/26/2003 6-88 CONSTRUCTION SIGN 3/26/2003 I ' 6-90 SPEED BUMP DETAILS 3/26/2003 6-91 SPEED TABLE DETAILS 3/26/2003 ' S.P. 3 Standard Plate Index 6-17-2003 (10/31/03) 2 of 3 I I I 1 STANDARD PLATE ISSUE I NUMBER STANDARD PLATES DATE EXISTING STANDARD PLATES I 321 SIDEWALK CONSTRUCTION DETAILS 4/1/1983 32 SIDEWALK LOCATION STANDARD 3/1/1970 401-1 STEP DETAIL(I OF 2 SHEETS) 3/17/1970 401-2 STEP DETAIL(2 OF 2 SHEETS) 3/17/1970 684 CURB WALL DETAIL 3/13/1973 I703 TYPE "A" SINGLE INLET 2/1/1970 704 TYPE "AA DOUBLE INLET 2/1/1970 I 707 TYPE "AA DOUBLE INLET(ALTERNATE) 1/1/1968 70 TYPE "SADDLE CREEK" SINGLE INLET 1/1/1968 708 MANHOLE DETAIL 1/1/1968 111 710 TYPE "C"DOUBLE INLET 1/1/1968 712 TYPE "B-B" SINGLE BASIN GRATE 1/1/1968 I 716 TYPICAL RISER DETAIL 12/1/1974 71 RING AND BEEHIVE GRATE 11/14/1969 717-1 AREA INLET(1 of2 SHEETS) 11/22/1976 1 ' 717-2 AREA INLET(2 of 2 SHEETS) 11/22/1976 721-] CURB INLET-TYPE I(1 of 5 SHEETS) 4/20/1983 I 721-2 CURB INLET-TYPE II (2 of 5 SHEETS) 4/20/1983 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 111 721-5 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 739 SANITARY MANHOLE 2/19/1973 I I I I S.P. 3 Standard Plate Index 6—17-2003 (10/31/03) 3 of 3 I I GENERAL REQUIREMENTS 1. SCOPE OF WORK The scope of work described in these SPECIFICATIONS shall consist of the construction of street 1 pavement, sanitary sewers, storm sewers 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 March 2, 2005 at 9:30 a.m. The location of the meeting will be at the ENGINEER'S office at 3552 Farnam Street, Omaha, NE. Questions regarding the PLANS and these SPECIAL PROVISIONS can be addressed at the meeting. 1 5. FORCE ACCOUNT WORK All force account work shall be paid for on a time and materials basis and shall be determined as follows: I 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 d supplies (above). 5. EQUIPMENTtools COST: an 77% of the "Blue Book" hourly rate plus operating. 6. NOTICE TO UTILITY COMPANIES 1 S.P. 5 1 of 5 1 1 The CONTRACTOR shall give at least 48 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- 636-3332 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. , 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 public and private streets, sidewalks, and property that are not designated for removal under this I contract. The CONTRACTOR shall promptly clean up all mud and debris along haul routes. 9. SHOP DRAWINGS AND CERTIFICATIONS I 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 addition to five copies to be retained by the ENGINEER. SHOP DRAWINGS and/or certifications shall be provided for the following: 111 • Reinforcing Steel S.P. 5 2of5 • 1 I I • Grates I10. GEOTECHNICAL REPORT The Geotechnical Engineering Report titled "Wilson Packing Plant" dated February 15, 2002 is I 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 pavement information. 1 11. PROJECT SCHEDULE The project shall be bid using a base bid and alternate. Both base bid and alternate bid shall be I completed (per PLANS, contract documents including seeding and erosion control) within 100 working days from starting date.Award will be based on the lowest responsible Bidder for either the Base Bid or Alternate Bid, depending on which represents"the best interests of the City". The City 1 reserves the right to not construct the alternate bid without invalidating the Contract. ' 12. MOBILIZATION 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. 13. PRE-CONSTRUCTION CONFERENCE " 1 • Prior to the beginning of construction, a Pre-construction Conference shall be held with the ENGINEER, a representative of the CITY, the Contractor's representative (including the on-site I 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 ENGINEER shall notify the CONTRACTOR of the date, time and location of the conference. 16. PROGRESS MEETINGS IProgress Meetings will be scheduled throughout the work period on a weekly basis. 17. DAMAGE TO EXISTING STRUCTURES r • The 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 forward copies to the City of Omaha for their approval before any remedial activities are undertaken. I If dire consequence will result as part of the review and submittal process,the CONTRACTOR shall contact the ENGINEER and attempt to correct the problem immediately. Repairs will be made at the CONTRACTOR'S expense. 18. RIGHT-OF-WAY AVAILABILITY/PHASING: The Contractor shall confine all of his operations to the street right-of-ways of 27th, 30th, and Y IStreets, construction easements and right of entry permits. I S.P. 5 3 of 5 I • 19. PROTECTIVE/SECURITY FENCING: 1 The Contractor shall provide, place, and maintain fencing along open work areas to assure protection of the general public and to secure all areas within the construction zone. The fencing shall be a minimum of 48 inches in height. It shall be placed and secured in such a manner to guard against the creation of entry points around or through by persons unaware of site conditions or dangers. The fencing may be of wire/lath construction or synthetic fabric (similar to snow fencing) provided it is free of breaks or breaches. The fencing shall be secured to steel posts set at a maximum spacing of 8 feet. I The Contractor is directed to Section 107.07"Public Convenience and Safety" and Section 107.08 "Barricades, Danger, Warning, and Detour Signs" of the Standard Specifications for additional requirements. 20. PRESERVATION OF TREES, SHRUBS, FENCES &STRUCTURES: ' Unless noted for removal, the Contractor shall protect from defacement, injury, or destruction all trees shown on the plans. Any trees that are defaced or injured by the Contractor shall be treated and restored by a license arborist to the satisfaction of the Engineer or if beyond saving, the tree shall be removed and replaced with a comparable plant at the Contractor's expense. All tree and tree root trimming shall be accomplished under the direction of a licensed arborist. The Contractor shall protect fences, building, structures, and any and all materials not designated for removal on the plans or directed by the Engineer. All such damages incurred as a result of this project shall be repaired or compensated for by the Contractor at no cost to the City. ' 21. STORAGE AREA: At the completion of the project, the Contractor shall repair all areas that were damaged due to ' storage of equipment or materials. The cost of this work shall be considered incidental to the unit bid items. 22. DUST & DEBRIS CONTROL: The Contractor shall take such measures as necessary to control dust in those areas where dust I from excavations, embankments, stockpiles, and other work areas in or near the project, used by the Contractor in constructing the work, would cause a nuisance or hazard to others. Such measures shall be subject to approval of the Engineer. The cost of such dust control shall not be paid for directly but shall be considered subsidiary to the cost of items for which direct payment is made. 23. CONTRACTOR'S RESPONSIBILITY: Care should be taken at all times by the Contractor to maintain working relationships with the numerous property owners, to confine his working operations to the limits of construction, and to assure that equipment and construction personnel do not trespass onto private property. The storage and moving of equipment and material and the removal and replacement of excavation material shall be done in such a manner as to cause the least disruptive action to this area. S.P. 5 4of5 ` 1 l 1 The Contractor shall ensure that his material suppliers conform to all City ordinances within the project limits. 24. CONTRACTOR'S EXPERIENCE AND SUPERVISION: ' The Contractor for this project is expected to employ the necessary personnel with the experience and expertise in dealing with the everyday problems that will be encountered on a project of this kind. The Contractor shall at all times have on the work site, as his agent, a competent superintendent capable of thoroughly understanding the contract documents,thoroughly experienced in the type of work being performed, who shall receive instructions from the Engineer or his authorized 1 representatives. The superintendent shall have full authority to execute the orders or directions of the Engineer without delay, and promptly to supply such materials, equipment, tools, labor, and incidentals as may be required. Such superintendent shall be furnished irrespective of the amount of work sublet. SUB-CONTRACTORS: This project involves working with existing facilities. The Contractor,AND 1 ANY SUB-CONTRACTORS HE MAY EMPLOY, shall be familiar with the work involved in connecting or reconnection to these types of lines. He is also advised that his sub-contractors must have a thorough knowledge of the contract documents, including standard plates that pertain to this project. - ENDOF SECTION TION -I 1 I t 1 r I S.P. 5 5 of 5 1 REMOVALS AND SITE PREPARATION ' 1. REMOVE SEDIMENT BASIN RISER AND PIPE I Sediment Basin riser and pipe shall be removed as directed by the ENGINEER. The removal of the sediment basin and pipe shall be measured per each and paid for at the contract unit price for"Remove Sediment Basin Riser and Pipe". The payment shall be full compensation for all labor, equipment, materials and incidentals necessary to remove the basin, pipe, and 1 footings. Removed items shall be properly disposed to an approved off-site location. 2. FILL SEDIMENT BASIN IFill of the sediment basin shall be as directed by the ENGINEER. The fill of the sediment basin shall be measured per each and paid for at the contract unit price for "Fill Sediment I Basin." The payment shall be full compensation for all labor, equipment, and materials and incidentals necessary to fill the basin. I3. CONVERT EXISTING AREA INLET TO 54" MANHOLE The CONTRACTOR shall convert the existing area inlets to a 54" I.D. manhole at locations shown on the plans. This work shall be measured per vertical feet and paid for at the contract unit price for"Convert Area Inlet to 54"Manhole". Such payment shall be full compensation for all labor, equipment, materials, and incidentals necessary to complete the work. I 4. CONVERT EXISTING CURB INLET TO 54" MANHOLE The CONTRACTOR shall convert the existing curb inlets to a 54" I.D. manhole at locations I shown on the plans. This work shall be measured per vertical feet and paid for at the contract unit price for"Convert Curb Inlet to 54" Manhole". Such payment shall be full compensation for all labor, equipment, materials, and incidentals necessary to complete the work. II5. REMOVE GRAVEL Gravel shall be removed as shown on the PLANS. The removal of Gravel shall be measured I per square yard and paid for at the contract unit price for"Remove Gravel". The payment shall be full compensation for all labor,equipment, materials, and incidentals necessary to complete the removal, including legally disposing off-site. I6. REMOVE SILT FENCE I Silt fence shall be removed as shown on the PLANS. The removal of silt fence shall be measured per linear foot and paid for at the contract unit price for"Remove Silt Fence". The payment shall be full compensation for all labor, equipment, materials, and incidentals Il necessary to complete the removal, including legally disposing off-site. - END OF SECTION - I I S.P. 6 1 of I IEARTHWORK IA. CLEARING AND GRUBBING 1. DESCRIPTION: This item shall consist of clearing and grubbing, including the I disposal of materials, for all areas within the construction limits designated on the plans or as required by the ENGINEER. I Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees less than 8 inches in diameter, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, culverts, flumes, debris, rubbish of any nature, natural Iobstructions or such material which in the opinion of the ENGINEER is unsuitable for the foundation of embankments, pavement or other required structures, including the grubbing of stumps, roots, matted roots, foundations, and the I disposal from the project of all spoil materials resulting from clearing and grubbing by burning or otherwise. I2. GENERAL CONSTRUCTION METHODS: a. The areas within the construction limits denoted on the PLANS are to be I cleared and grubbed under this item shall be staked on the ground by the ENGINEER. The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations. Ib. All debris and spoil materials removed by clearing and grubbing shall be disposed of by removal to approved off site disposal areas I c. When approved by the ENGINEER, waste concrete and masonry may be placed as erosion protection. Any broken concrete or masonry which cannot be used in construction and all other materials not considered suitable for use Ielsewhere, shall be disposed of by the CONTRACTOR off the project site. d. The removal of existing utilities required to permit orderly progress of work I shall be accomplished by local agencies, unless otherwise shown on the PLANS. Whenever a telephone or telegraph pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or relocated, I the CONTRACTOR shall notify the proper local authority or owner and attempt to secure prompt action. 3. CLEARING AND GRUBBING: a. In areas designated to be cleared and grubbed, all trees, stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be I removed. Tap roots and other projections over 1-1/2 inches in diameter shall be grubbed out to a depth of at least 18 inches below the finished subgrade or slope elevation. Ib. Any buildings and miscellaneous structures in the area designated for clearing and grubbing shall be demolished or removed, and all materials Ithere from shall be disposed of by the CONTRACTOR off the project site. S.P. 7 I 1 of 7 1 The remaining or existing foundations, wells, cesspools, and all like I structures shall be destroyed by breaking out or breaking down the materials of which the foundations, wells, cesspools, etc., are built to a depth at least 2 feet below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material which cannot be used in backfill shall be removed and disposed of by the CONTRACTOR off the project site. The holes or openings shall be backfilled with acceptable material and properly compacted. • c. All holes remaining after the grubbing operation in embankment areas shall have the sides broken down to flatten out the slopes, and shall be filled with acceptable material, moistened and properly compacted in layers to the density required. The same construction procedure shall be applied to all holes remaining after grubbing in excavation areas where the depth of holes exceeds the depth of the proposed excavation. d. Trees to remain will be designated in the field by the ENGINEER. • Designated trees will not be removed and shall be protected from damage. 4. MEASUREMENT AND PAYMENT: Clearing and grubbing shall be paid for at the contract lump sum price. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete this item. B. SITE PREPARATION 1. SCOPE OF WORK: Site preparation work shall consist of all clearing and grubbing, stripping, stockpiling and respreading of topsoil, preparation of land to be filled by scarifying, and all work necessary to prepare the site for grading and earthwork operations to conform with the lines, grades, and slopes as shown on the PLANS and as directed by the ENGINEER. • 2. GENERAL CLEARING AND GRUBBING: General clearing and grubbing shall be in accordance with Paragraph A. 1 3. STRIPPING, STOCKPILING AND RESPREADING OF TOPSOIL: a. In all areas of fill and areas of cut, all foreign matter and coarse vegetation , shall be removed and otherwise disposed of. These areas shall then be stripped to a depth of not less than 6 inches and not more than 12 inches. The stripped topsoil shall be stockpiled on site. Upon bringing the entire project to finish grade, stocked topsoil material ("black dirt") shall be uniformly distributed over the newly finished areas to a minimum depth of 4 inches, or as otherwise directed by the ENGINEER. I b. Stripping, stockpiling and respreading of topsoil shall be measured in cubic yards and paid for at the contract unit price for "Stripping, Stockpiling and Respreading Topsoil". The total volume shall be measured in stockpile(s) by the ENGINEER. Measurement will be made by cross sections and method of average end areas shall be used to determine the volume for payment. 'S.P. 7 2of7 i I c. The contract unit price shall be full compensation for stripping, loading, ' hauling, stockpiling, re-loading, placing and spreading of topsoil and for all labor, equipment, tools, and incidentals necessary to complete the item. ' C. SITE GRADING AND EARTHWORK 1. DESCRIPTION: This Specification covers the excavation, hauling, disposal, placement, and compaction of all materials required for site grading. 2. DEFINITIONS: a. Suitable Materials. Suitable materials for backfill or embankment shall include materials that are free of debris, roots, organic or frozen materials, stones having a maximum dimension less than 3 inches. Any off-site borrow ' material shall be defined as clean, inorganic silt or clean clay with a liquid limit less than 45 and a plasticity index less than 20. b. Unsuitable Materials. Unsuitable materials shall include all materials that contain debris, roots, organic or frozen materials, stones having a maximum dimension larger than 3 inches, or any other materials determined by the ' SOILS ENGINEER to be unsuitable for providing a stable slope, embankment, backfill, or subgrade. Otherwise suitable material which is unsuitable due to excess moisture content will not be classified as unsuitable ' material unless it cannot be dried by manipulation, aeration, or blending with other materials satisfactorily as determined by the SOILS ENGINEER. See the GEOTECHNICAL reports for a complete list of requirements for fill ' materials. 3. GENERAL CONSTRUCTION METHODS: a. Before beginning grading operations, the CONTRACTOR shall prepare the site as specified in the Site Preparation and Clearing and Grubbing. b. Grading operations shall be suspended any time that satisfactory results cannot be obtained because of rain, frozen material, or other unsatisfactory conditions. ' c. The CONTRACTOR shall control grading operations such that the site shall be well-drained at all times. When necessary, temporary drains and ditches shall be constructed to intercept or divert surface drainage which may affect the work. 4. STRIPPING, STORING, SPREADING OF TOPSOIL: These operations shall be tperformed as described in the paragraph B above. 1 1 S.P. 7 ' 3 of 7 i 5. EXCAVATION: 1 a. No excavation shall be started until grading stakes have been set by the ENGINEER. b. All suitable excavated materials shall be used in the formation of embankments. If the volume of excavation exceeds the amount required for construction of embankment, the excess material shall be placed as on-site embankment in areas to be designated by the ENGINEER. c. All unsuitable materials shall be excavated to the depth designated by the SOILS ENGINEER. Unsuitable materials shall be disposed of, by the CONTRACTOR, on-site as directed by the ENGINEER. The excavated area shall be refilled with suitable material, obtained from the grading operations or haul-in, and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. 6. EMBANKMENT: a. Embankments shall be formed using suitable excavated materials, or approved off-site borrow materials only. The suitability of material for use in embankment shall be subject to the approval of the SOILS ENGINEER. b. On all areas to accept fill or where an embankment is to be constructed, all sod and vegetable matter and topsoil shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a depth of 8 to 12 inches. This area shall then be compacted as indicated below. Where embankments are to be placed on slopes steeper than 5 to 1, the slope shall be stepped to a vertical depth of at least 12 inches. No additional payment shall be made for the scarifying operations as described above but considered incidental to the embankment construction pay items. I c. Embankments shall be formed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section. Placement of embankments shall begin in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished grade line. d. After each layer has been placed, mixed, and spread evenly, it shall be thoroughly compacted to meet the requirements specified below. Compaction shall be by means of sheep's foot rollers, multiple-wheel, pneumatic-tired rollers, or other types of rollers. Rollers shall be of such design that they will be able to compact the fill to the specified density. Rolling shall be accomplished while the fill material is at the specified moisture content. Rolling of each layer shall be continuous over its entire area, and the roller shall make sufficient trips to insure that the desired density has been obtained. I e. No layer shall be covered until the previous layer has been approved. • S.P. 7 4of7 ' I 1 f. No fill material shall be placed, spread, or rolled while it is frozen or thawing or during unfavorable weather conditions. When the work is interrupted by I heavy rain, fill operations shall not be resumed until field tests by the SOILS ENGINEER indicate that the moisture content and density of the fill are satisfactory. Ig. The majority of the on-site soils are generally expected to meet the plasticity criteria recommended for structural fill. However, moderate to high-plasticity zones could be encountered. The proposed fill soils should be anticipated to Irequire some moisture adjustment prior to compaction, particularly for the wetter material that may be present in ditch bottoms or other poorly drained areas. I 7. COMPACTION AND MOISTURE REQUIREMENTS: I a. All layers of embankment shall be compacted at moisture content from 3% below to 4% above the optimum moisture content. Cohesive structural fill placed in the upper 12 inches of pavement subgrades should be compacted I to at least 90 percent of the material's optimum (ASTM D1557, Modified Proctor). Compaction could be reduced to 95% for cohesive fill or backfill that is greater than 12 inches below the design soil subgrade elevation under I pavements maximum standard Proctor dry density (ASTM D-698). See Geotechnical Report for various soil moisture requirements. I b. Maximum dry density and optimum moisture content shall be determined in accordance with ASTM D 698 (Standard Proctor) and ASTM D1557, Modified Proctor. Ic. When material varies from the specified moisture content limits, it shall be treated as follows: When too wet, it shall be drained or worked until allowable moisture content is attained; when too dry, it shall be watered. 8. FINISH GRADING: All disturbed areas, including all excavations and embankments, shall be shaped to the lines and grades shown on the PLANS with smooth and uniform Itransitions. 9. TOLERANCES: In all areas, the finished surface shall be of such smoothness that it will not vary more than 0.20 foot from true grade as established by grade stakes. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 1 10. SETTLEMENT: A delay of 21 days shall be allowed between the completion of grading and the beginning of the paving operations to allow for primary consolidation. No paving operations will be allowed without written approval from the ENGINNER stating that the I primary consolidation has been complete. See Geotechnical Report for complete instructions on consolidation. I11. MEASUREMENT AND PAYMENT: a. Earthwork (excavation). Common earth excavation shall be measured and Ipaid for by the cubic yard, as measured in cut. The contract quantity was S.P. 7 I 5 of 7 I determined by cross sections method and shall be considered as an ' established quantity. If adjustments to the grades shown on the PLAN are made, corresponding adjustments in the quantity shall also be made. These adjustments shall be determined using cross sections of the adjusted areas taken by the ENGINEER after re-spreading and blading of topsoil. Adjustments in the established quantity will be based on the difference between these cross sections and cross sections shown on the PLAN. . These adjustments shall be determined using new proposed contours prepared by the ENGINEER. Adjustments in the established quantity will be based on the difference between the proposed contours on the PLANS and the new proposed contours. All cross sections and volume computations will be available for review by the CONTRACTOR at the office of the ENGINEER. Payment shall be made at the contract unit price per cubic yard for "EARTHWORK (EXCAVATION)" and shall be full compensation for all labor, materials, and equipment necessary for excavating, hauling, spreading, and compacting materials as required completing the project in accordance with I these specifications b. Embankment. Separate payment will not be made for formation of embankments. c. Excess Excavated Material. Excess excavated material shall be disposed of to an on-site location as directed by the Engineer. The excess excavated material quantity was included in the project quantity for "EARTHWORK EXCAVATION". The excess excavated shall be compacted at the same rates as the regular embankment. e. Subgrade Preparation 12 Inches Deep. The CONTRACTOR shall prepare the subgrade to 12 inches below the subgrade level by scarifying and recompacting the existing on-site material. The extent and details of 12 inch subgrade preparation are shown on the typical sections. The subgrade shall be compacted to a minimum of 90 percent of the maximum dry density at a I moisture content between three percent (-3%) below and four percent (+4%) above the optimum moisture content. Subgrade preparation shall be measured in square yards and shall be paid for at the contract unit price for "Subgrade Preparation 12 Inches Deep". The payment shall be full compensation for scarifying, recompacting, and all incidental work required completing this item as shown on the plans or as directed by the ENGINEER. f. Sidewalk Subqrade Preparation 6 Inches Deep. Subgrade preparation shall be measured in square yards and shall be paid for at the contract unit price for "Sidewalk Subgrade Preparation 6 Inches Deep". Sidewalk preparation shall include scarifying the subgrade, to a depth of six to eight inches and to a width extending twelve-inches (12") beyond the edges of the sidewalk The subgrade shall be compacted to at least ninety-five percent (95%) of the maximum dry density at a moisture content between three percent (-3%) below and four percent (+4%) above optimum moisture content. Maximum dry density and optimum moisture content shall be determined in accordance 111 with ASTM D 698 (Standard Proctor). The payment shall be full compensation for scarifying, recompacting and all incidental work required to complete this item as shown on the plans or as directed by the ENGINEER. , S.P. 7 6of7 ' Hi I . g. Earthwork-Faulty Subgrade-Remove And Replace. The CONTRACTOR I shall replace unsuitable materials from subgrade base (below subgrade bottom) as described in the plans or as directed by the ENGINEER. I On-site suitable material shall be used to replace unsuitable material. It shall be measured in cubic yards of in-place compacted volume and shall be paid for at the Contract unit price for "Earthwork - Faulty Subgrade - Remove and I Replace". The payment shall be full compensation for excavating the unsuitable material at the on-site location, hauling this material to an off-site location, excavation of.suitable material at an on-site borrow site and hauling- in and compacting the material at the on-site location and all incidental work 1 required to complete this item as shown on the plans or as directed by the ENGINEER. The extent of the unsuitable material shall be determined on-site by the ENGINEER. Ih. SUBGRADE PROTECTION. Prior to placement of the granular surfacing material, the pavement sub grades should be shaped and crowned to provide Ipositive drainage to roadside ditches. 1 - END OF SECTION- I I I • IIII 1 . I S.P. 7 7 of 7. • CONCRETE PAVEMENT 111 1. COMPOSITION OF CONCRETE: Concrete shall be proportioned in accordance with the PROJECT SPECIFICATIONS with portland cement meeting the requirements of ASTM C- 150, Type I. 1 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. The Contractor shall use slip form self-propelled concrete spreaders for all 1 curb and gutter and integral curb pouring at all tangent locations. (Manual placement will be allowed at horizontal curb locations only.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 Ispecifications. 2. PLANT CHECKS: Plant checks of the concrete batching plant will generally be performed I 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,which may make a no-notice plant check. The plant check will I 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. I3. 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. Ii 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 1 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. lb. 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%. I 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 I 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 I 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 I S.P. 8 I 1of5 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 disturbed in the field, then the procedures described for"Investigation of Low-Strength Test Results" shall be followed to determine the acceptability of the pavement. TABLE 1. - COMPRESSIVE STRENGTH REQUIREMENTS I CLASS MINIMUM 28-DAY OF CONCRETE COMPRESSIVE STRENGTH FL 60 3500 psi FL 65 4000 psi d. Tests of Field-Cured Specimens. (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 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 LABORATORY-CURED MAXIMUM REQUIRED CLASS OF CYLINDER COMPRESSIVE FIELD-CURED CYLINDER CONCRETE STRENGTH LIMIT COMPRESSIVE STRENGTH I FL 60 4000 psi 3700 psi FL 65 4600 psi 4300 psi I e. Investigation of Low-Strength Test Results. (1) If any strength test of laboratory-cured cylinders falls below required strength, or if tests 1 of field-cured cylinders indicate deficiencies in protection and curing, or if all cylinder test 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 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 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 an additional core. , S.P. 8 2of5 1 I I 1 TABLE 3. - MINIMUM COMPRESSIVE STRENGTH CLASS OF AGE OF (AVERAGE OF TWO CORES) CONCRETE CONCRETE FOR FULL PAYMENT FOR REDUCED PAYMENT FL 60 42 days 3130 psi 2975 psi FL 60 56 days 3230 psi 3070 psi FL 65 42 days 3575 psi 3400 psi IFL 65 56 days 3690 psi 3510 psi (3) If the above full payment criteria are not met, the concrete represented by the low- I 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 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 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. (4) Reduced unit prices for pavement represented by deficient strength core tests shall be computed using the following formula: A3 x Unit Bid Price = Reduced Unit Price: B3 Where: A = Actual average compressive strength of two cores tested as described above, and B = Minimum compressive strength for full payment as listed in Table 3 above. (5) The area represented by a cylinder or core test shall be the full width of pavement 1 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. (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. ' (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 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. S.P. 8 1 3of5 1 t 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. 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. 111 b. The CONTRACTOR shall monitor the weather conditions forecast for the planned time of concrete placement, compute an estimated evaporation rate from the pavement 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 gallons per square foot per hour,the CONTRACTOR shall take precautionary measures1 as necessary to reduce the evaporation 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 burlap drag, (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 1 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 I commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operation shall be immediately stopped. 6. OPENING OF PAVEMENT TO TRAFFIC: Pavement may be opened to construction traffic 7 1 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. 8 4of5 . , I I 8. WATER 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 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 . IPavement—Type L65". 12. CONSTRUCT THICKENED EDGE PAVEMENT 1 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 1 Thickened Edge Pavement." The payment shall be full compensation for all labor,equipment, materials and incidentals necessary to complete the work. - END OF SECTION - • I I S.P. 8 5 of 5 1 ASPHALT PAVEMENT 1. Asphaltic Concrete Pavement The current City of Omaha asphalt mix design (attached next page) shall be used for all asphaltic concrete on this project. The base course shall be 6"thick and the surface course shall be 2"thick of type CMC. Asphaltic concrete shall be measured in tons and paid for at the contract unit price for"Construct Asphalt Base Course, PG 64-22"and"Construct Asphalt Surface Course Type 1 CMC, PG 70-28". - END OF SECTION - I I I t i I 1 I S.P. 9 1 of 2 r - I • a 0 0 m E ��U J I e < ¢ ¢ ¢ ¢ ¢N .y I o �mmuoivrOiN� E 0 I- C_ Y= N W G Q to z z z z z z d o co.p.N N u7 7 11 x a Q. .0) U) U _ R 11 D.1 O 'o co O 'NNN U J N v. m C In O 0 O° tO d' ^l O^ E W W E Q I Z m C m I o ,o CD N C rn a l I I 000�NNZ' N I Co o .. o o o rnc+�ccx" O a N`` O) 3 3 _ w w v) ti W of 0-03- E M x J❑ N X R O ,- C O X N N co.-. E U O CO _1 I I .--C. E m E c ao a m m o o E NN N o c to U W m Q 0 o c o m v ai oI a o 0 C N N w-x v a w o a CCC NNNC CO COE L.N w � w .. \ 0. C c a)M cz U `L U W a' O •C t9 C N O C 0 a0 O .E O K N C')N E.E a 4-0 . LL C) <W O' Q um�i E E E c O n O1 co m o o O 0. a o m �0 ,- o D c'va w d�0 a. W 7 Q w w o a ,n c m v m rn a I o of m N E 0 E N N j CO O x _� v .- v C t o `n o C 0) u�Nx Nx N rn co cn C O~ d C111 a o co E 5 d W O X U rG u'lU W O 2 u C K N X O O O m C O x Ni(")N O E N r.i a s a ¢w0 P t E E � e m v p. of 0 0 0 0 0 'h o .- CA I 0dIm o E of U. ILxw ❑ N o E m E _ Cl) c v m o m of m E I0 I � E I N E2 E c C1 C y F w OV p v o v a 0 2 CO 2 °° °° °n a o o miI N N N 'c E. c°. c °rn S x rn C CD Q U CO`� N C 3 0 N V E o - a F m a O J O O N ,y _ 4) 0 2 Uw QZ r e C - c N X O 0 a0 C O X NNN` 0 Om t0 c 0 -b+ QU ¢��'— x 0 E Q v E`° N ., U) 'o O 'a 0 0 � cc�m- o E vc N G �� jn' �O�¢ .J c o z v c� I c_ coo v r a0i rn o. I 100 I um'INNCC N 2 co w m �Q i Qo rn� af0lya 2 v a o N^Q!� a „2 a ce Q R. m O N � o E E}U O N X N 0 'CO O 0X W' Q 2 w= C n EEc CI J7 ti U. O j > Eo 0 0 0 0m I Nv E Cl) v m0 m o comI Io . EoNN 2 O. lc:;ICJ `So' c ° co ma a 00-.XccN E 3M Oo v a g 2 c �C. N zw N � G 03 ,N0 J - N CC I- cc V� j OC } . Y n 0 0 d m C aO O O m c o al 2SZU ] cEmcHA 7 4 w O O Xo 0E N aXQ ti ww O E O I MNN. wm� a Dl0 mVW � > �CCCDN� N c ao c Cl) c v o � mC � OENN E2 Z � ` wrn rn«� ZF• =JU ,, N C 7 ILL. FQ- 0)� w EE 111 w cc 5QC9 o C N O O. (0 0 O �mm_ E m < a W Z L = E Q E 't E ai m r u) In In O N I 0-7 10 N<m E `o aci 0 CLa oo< J c a Z 0 C9 c °_ m y C C a I I I �ooCNNIX N a a y V F}- Z V)d 2 ? < a 2 C a COI--cCX N m > = W ,,, a) rI Ili a-t C ��' ❑ F•p to a K c ww ❑ N Z w Z hO N R. a F- Q❑= E V) QJ 2 Z o Z a C X = V'aO N aO m m n.( CO I W 9 U O a") ~U ❑ W K¢N 0 ❑ LU W = E an o E E nln�n####### Z U co 6^ a 0 _II- 079Iw- I ¢ (9 ¢ > ?W w vi > E ° o •.E " w w� m m Q 0a7Z0a ¢U > w cc mQ J w U0 71, .` 0 E Z E U) z m. I y J Uill❑ 0 =O < 3 Z $W U. Z it g Q (� a g m @.) a > w g N + p a � U � a W 1 E ILI J Q❑ w� VU() W ❑ y N� U0 Z p Z o E iW < � Q Za � oo Frii � E �X ILI co z 7. �, I_ a I • I1 1 TRAFFIC CONTROL 1 1. TRAFFIC CONTROL There are no traffic restrictions for this project. The proposed roadway corridor does I not carry traffic at the present time. Type III barricades and warning signs shall be installed to prevent access to the construction site. Barricades, traffic signs, and other temporary traffic control devices shall be installed and maintained as shown on the PLANS or as directed by the ENGINEER. I The CONTRACTOR shall conduct his operations in such a manner as to leave all streets and access roads open to traffic at all times except as noted on the PLANS. I He 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, I Specifications, Methods and Materials" and the "Manual on Uniform Traffic Control Devices 2003 edition". IMETHOD OF MEASUREMENT a. Type Ill Barricade - Shall be measured as barricade day. Ib. Temporary Traffic Control Signs - Shall be measured as sign day. BASIS OF PAYMENT . • a. Type III Barricade - Will be paid for by the barricade days at the contract unit I price. The items measured for payment under this item shall be limited to Type III 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 1 for work related to supplying, installing, maintaining, relocating and removing of temporary traffic control devices and any other incidentals necessary to complete this work. Ib. 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 I temporary stand-alone traffic signs and traffic signs on barricades. 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. - END OF SECTION - 1 _ I • I S.P. 10 I 1of1 1 PAVEMENT MARKING 1. DESCRIPTION: This item shall consist of the markings and stripes on the surface of the pavement, applied in accordance with these specifications and at the locations shown on the PLANS, or as directed by the ENGINEER. 2. MATERIALS: a. Paint. Paint shall be furnished and installed in compliance with the City of Omaha's Specification for Furnishing Fast Drying White and Yellow Acrylic Waterbome Traffic Line Paint Using Rhoplex Fastrack HD-21. b. Tape. The tape placed as part of this project shall be grooved in on concrete surfaces (see specifications below), and installed using the "in lay" process (as specified in manufacturer guidelines) when placed on new asphalt surfaces. Symbols (arrows and onlys)shall be installed using the"N"Series 3M recommended installation process (not installed in grooves). The tape used shall be 3M 380 or 3M 420 or approved substitute. Both of these tapes can be installed on concrete or asphalt surfaces. The 380 tape shall be used for lane lines, dashed or solid and the 420 tape shall be used for stop bars, short skips, cross walks, arrows and onlys. All tape installation in asphalt or concrete shall fully conform with the manufacturer's installation instructions. 3. CONSTRUCTION METHODS, PAINT: • a. Weather Limitations. The painting shall be performed only.when the surface is dry, when the pavement temperature is above 50 degrees F.,when the relative humidity . is below 85%, and when the weather is not foggy.or windy. Marking will not be • applied when the pavement temperature is greater than 120 degrees F. b. Equipment. All equipment for the work shall be approved by the ENGINEER and 1 shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. c. Preparation of Surface. Immediately before application of the paint,the surface shall be dry and free from dirt, grease, oil, or other foreign material, which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, and loose materials. Paint shall not be applied to Portland cement concrete pavement until the concrete in the areas to be painted is clean of curing material. Sand blasting or high-pressure water shall be used to remove curing material from concrete surfaces. d. Layout of Markings. On those sections of pavement where no previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint application. 1 S.P. 11 1 1of5 e. Application. Markings shall be applied at the locations and to the dimensions and spacing shown on the PLANS. Paint shall not be applied until the layout and condition of the surface have been approved by the ENGINEER. I The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine with a wet film thickness of 15.0 mils. The addition of thinner will not be permitted. The edges of the markings shall not vary from a straight line more than 2 inches in 50 feet, and the dimensions shall be within a tolerance of plus or minus 5 percent. f. Protection. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. I g. Temporary Marking. Lane markings for temporary traffic control shall be installed and maintained during the respective phase of construction. Temporary marking shall be applied at 35% of the application rate specified above (35 to 38.5 SF/gallon). The cost for application of temporary marking shall include removal at the end of the construction phase. 1 4. CONSTRUCTION METHODS, TAPE: A. PROVIDE AND INSTALL PREFORMED PAVEMENT MARKING TAPE I The type of tape shall be a 3M, long life tape or pre-approved equal. Paint is not an acceptable substitute. The CONTRACTOR will be responsible for supplying and applying the tape according to the manufacturers guidelines, which includes but is not limited to cleaning, scarifying, and lightly grinding the surface of the concrete. The unit cost shall include all materials, equipment and labor involved in the application of this material. I a. Weather Limitations. Tape application shall be performed only when the surface is dry. There should be no rainfall within 24 hours prior to tape installation. Rainfall during or before application will cause adhesion failures. Pavement temperature shall be a minimum 70 degrees F and rising. b. Equipment. All equipment for the work shall be approved by the ENGINEER and 1 shall include the apparatus necessary to properly clean the existing surface, application equipment (manual or automatic as necessary), and such auxiliary I manual equipment as may be necessary to satisfactorily complete the job. B. PREFORMED PAVEMENT MARKING TAPE, 3M TYPE 380 AND 420 The permanent preformed pavement marking tape,which includes all crosswalk lines,double, solid or dashed yellow or white lines on this project, shall be applied to the pavement in contractor-installed grooves. ' The permanent preformed pavement tape symbols which includes all arrows and onlys on this project, shall be applied to scarified pavement using the 3M"N"Series tape using 3M Stamark Contact Cement E-44T or a pre-approved equal. The pavement marking tape shall be 3M, Type 380, 4" or 24" White Preformed Pavement S.P. 11 2 of 5 , Marking Tape, 4" inch Yellow Preformed Pavement Marking Tape" or Type 420, 24" White Preformed Pavement Marking Tape. Type and size of tape are listed on the plans. Prior to scarifying or grooving, sufficient notice(48 hours)shall be given to the ENGINEER,so a Representative may be on site before, during and after the scarifying and grooving, and 1 during the application of tape. The grooves shall be made in a single pass dry cut using stacked diamond cutting heads, the equipment shall be self vacuuming and leave the cut groove ready for tape installation. The equipment and method used shall be approved by the tape manufacturer. The bottom of the groove shall have a fine corduroy finish. If a course tooth pattern is present, increase the number of blades and decrease the spacers on the cutting head. The pavement marking tape shall be placed in the grooves the same day as the cut. Grooves shall be clean and dry prior to tape application. All conflicting pavement markings remaining after tape installation shall be removed;this removal shall be subsidiary to the pavement marking. The cost of scarifying and groove installation shall be subsidiary to the installation of the performed pavement marking tape. Grooves shall be cut to the following dimensions: Groove width: tape width + 1 inch, +/- 1/8 inch Groove depth: 80 mils +/- 20 mils Groove length: full length of tape + required grooving transition Groove position: 2 inches left of joint line or 2 inches left and right of joint line for double yellow Tape Installation. The markings shall be applied in accordance with the manufacturer's recommendations and including the procedures identified above. Marking configurations shall be in accordance with the "Manual on Uniform Traffic Control Devices". . The CONTRACTOR shall use a crew experienced in the work of installing pavement markings and shall supply all the equipment and materials necessary for the placement of the pavement markings. When deemed necessary by the ENGINEER to achieve specified alignment, the CONTRACTOR, at his expense, shall place any additional markings required to achieve alignment specified throughout both straight and horizontally curved sections of roadway. Any 1 and all additional markings placed on the roadway for alignment purposes shall be temporary in nature and shall not establish a permanent marking on the roadway. Materials used for alignment markings and equipment used to place such markings shall be approved by the ENGINEER. ' The pavement upon which the pavement markings are to be placed shall be cleaned and prepared in a manner and to the extent recommended by the manufacturer, prior to placement of the markings. Cleaning shall be by any effective method, approved by the ENGINEER,that completely and effectively removes contaminants, loose materials and conditions deleterious to proper adhesion. Existing painted pavement markings on both concrete and asphalt pavement shall be removed prior to placement of the preformed markings. Existing durable pavement markings(plastic or old epoxy) shall be removed or prepared in a manner and to the extent recommended by the manufacturer, prior to placement of the new preformed markings. Conflicting lines shall be removed. The area of removal shall be the width needed for the new pavement marking, land/or the existing line(s),whichever is greater. Removal or preparation of existing pavement S.P. 11 3 of 5 markingfor theplacement of the newpreformed material shall be considered subsidiaryto the installation of the new pavement markings. When markings are specified in the contract for newly paved asphaltic concrete surfaces,they , shall be applied before public traffic is allowed on the freshly paved surface, the markings should be inlaid in the fresh surface during final rolling of the mat, but in any case they shall be applied before the close of the shift on the day which the surface is paved. The CONTRACTOR and/or manufacturer shall provide application equipment, manual or automatic as necessary for the job requirements. These applicators shall be capable of applying two 4" lines (110mm) simultaneously with a 4" (110mm) spacing between lines. These units shall be capable of applying an unlinered precoated pressure sensitive adhesive pavement marking tape. If the tape is not installed as specified above, the asphalt shall be grooved. , The manual unit shall have manually actuated product feed advance system and a foot operated product-cutting mechanism. I The automatic unit shall have the capability of advancing, applying, and cutting the pavement marking tape at specific preprogrammed lengths, at speeds up to 6.5 mph when towed by an appropriate vehicle. Butt splices must be used, do not overlap tape ends. Do not apply tape on longitudinal seams of pavement jobs. 111 • C. CONSTRUCTION DETAILS FOR PREFORMED PAVEMENT MARKING TAPE Observation Period. Following initial completion of all pavement marking,there will be a 180- day observation period before final acceptance. During the observation period, the CONTRACTOR, at no expense to the OWNER, shall replace any markings that the ENGINEER determines are not performing satisfactorily due to defective materials and/or workmanship in manufacturer and/or application. At the end of the observation period, the minimum required retention percentage for markings installed will be 95%. 1 Determination of Percentage Retained. The percentage retained shall be calculated as the nominal area of the strip less the area of loss divided by the nominal area and expressed as a percentage of the nominal area. A claim made by the OWNER against the CONTRACTOR, shall be submitted to the CONTRACTOR in writing within 30 calendar days after the 180-observation period. When such a claim is made prior to September 15,the replacement material shall be installed during the same construction season. Replacement material for any claim after September 15, shall be installed prior to June 1, of the following year. Marking replacement shall be in accordance with the manufacturers requirements for the initial application, including but not limited to surface cleaning, primer applications, etc. , Final acceptance of all markings will include an inspection of the appearance of the markings during daylight and darkness. Any markings that fail to have a satisfactory appearance during either period, as determined by the ENGINEER, shall be reapplied at no expense to the OWNER. 1 S.P. 11 4of5 , 1 Final acceptance of the pavement marking will be: (1) 180 days after the initial completion of all pavement marking work, or (2) upon completion of all corrective work, whichever occurs I last. Performance Life. The performance life of pavement markings will vary greatly depending on 1) traffic conditions, 2) snow removal practices, 3) pavement surfaces, and 4) application techniques. Material Replacement Provisions. The manufacturer will provide replacement materials for tape determined to be inadequate traffic control devices due to loss of adhesion or reflectivity (as defined in the Product Bulletin) for the period of time defined as follows: ILONGITUDINAL LINES 4 Years CROSSWALK LINES 2 Years Material Replacement Conditions. Markings shall be applied according to the manufacturer's instructions. Certification of Compliance. The CONTRACTOR shall furnish all certification that the material and application complies with the provisions of this specification. It shall be inferred that the provision of a certificate of compliance waives inspections, sampling or testing. 5. MEASUREMENT AND PAYMENT: Painted pavement markings shall be constructed as shown on the PLANS. Markings shall be measured as listed herein and paid for at the contract unit price per the respective bid items listed. ' • Permanent Painted Pavement Marking -White (4") Linear Feet • Handicap Symbol Each Payment at the contract unit price, shall in each instance, be full compensation for all labor, equipment, tools, materials and incidentals necessary to complete the work. -END OF SECTION- !' r 1 S.P. 11 1 5of5 1 STORM SEWER 1. MATERIAL REQUIREMENTS a. Reinforced Concrete Pipe (RCP) RCP with an inside diameter of 36 inches or larger shall conform to the requirements of ASTM C 655 with the structural capacity (D-Load at D = 0.01") as listed in the ' proposal. R.C.P.with an inside diameter smaller than 36 inches shall be Class III or IV (as shown on the PLANS), Wall B, in accordance with ASTM C 76. b. Reinforced Concrete Storm Pipe Joints Joints for pipe shall be made with cold-applied asphalt joint compound. Gaskets will not be required unless called for on the PLANS. The maximum allowable joint opening for RCP shall be the smaller of one-fourth of the tongue length or one-inch. 2. EXCAVATION a. Excavation of Suitable Materials Blending of wet on-site soils with drier soils or drying will be required to facilitate compaction of the backfill. The suitability of excavated materials for use as backfill shall be determined by the GEOTECHNICAL ENGINEER. ' b. Excavation of Unsuitable Materials If encountered, highly plastic clays will not be suitable for backfill. These materials shall be either chemically treated or removed and replaced with low plastic soils or stockpiled on-site as directed by the ENGINEER at a location selected by the ENGINEER. The suitability of ' excavated materials for use as backfill shall be determined by the GEOTECHNICAL ENGINEER. 3. TRENCH STABILIZATION AND BEDDING a. Stabilize Trench with Crushed Limestone ' The unit bid price for"STABILIZE TRENCH WITH CRUSHED LIMESTONE"shall be full compensation for all labor and material necessary to dewater and stabilize the trench with stabilization fabric and 3" screened, crushed limestone as indicated on ' the TRENCH STABILIZATION detail shown on the DRAWINGS. 3" screened, crushed limestone will be the only crushed limestone which is measured for payment by the ton, and 3" screened, crushed limestone will be paid for only by tickets presented to the ENGINEER'S representative at the time of delivery of the rock. The 3"screened, crushed limestone shall conform to the requirements of Section 1013 of the Project Specifications and the gradation listed in sub-paragraph C of Section 1035.09. Stabilization fabric shall be Trevira 1115, Mirafi 140 N or S, ADS 420, Supac 4 NP, or approved substitute. This work shall only be performed where ordered by the ENGINEER due to unstable or water-bearing trench conditions. S.P. 12 1 of 1 b. Geogrid , Geogrid shall be Tensar BX1100 or approved substitute. Geogrid shall be used as directed by the ENGINEER. 111 c. Bedding , All storm sewer pipe is to be bedded as detailed in the DRAWINGS for the type of pipe provided. Pipe bedding in accordance with the minimum dimensions shown in the DRAWINGS. No separate payment shall be made for any additional bedding required as a result of unnecessary over-excavation. Bedding will be measured by the length of pipe constructed with bedding. 4. BACKFILL a. General I Backfill shall consist of suitable materials. Imported fill shall be low plastic, cohesive soil with a liquid limit less than 45 and a plasticity index less than 25. Excavated material classified as suitable by the GEOTECHNICAL ENGINEER can also be used for backfill. Compaction requirements shall be based on the ASTM D 698-91 (Standard Proctor) test method for cohesive fills, and the ASTM D 4253 and 4254 (Relative Density) test method for clean sand fills. b. Compaction Requirements Backfill soils in narrow utility trenches (less than 6 feet wide) below a depth of 5 feet should'be compacted to a minimum of 92 percent of the maximum dry density at a moisture content between 3 percent below and 6 percent above the optimum(ASTM D698, Standard Proctor.) Backfill within the upper 5 feet of narrow trenches, for the full depth of any wider trenches, and around manholes should be compacted to a minimum of 95 percent of the maximum dry density at a moisture content between 3 percent below and 4 percent above the optimum. For trenches more than 5 feet outside of paved areas,backfill should be compacted to a minimum of 90 percent of the maximum dry density at a moisture content that will permit compaction to that level. Lift thicknesses should be appropriately matched to the type of compaction equipment used. For backfill material with excessive moisture content, it shall be the responsibility of I the CONTRACTOR to dry the material by manipulation, aeration, or blending with other materials or to replace wet materials with approved drier materials, all as required to meet the above-stated requirements. For backfill material with deficient moisture content, it shall be the responsibility of the CONTRACTOR to provide and add water and manipulate the material or to blend the material with approved wet material, all as required to meet the above-stated requirements. In all areas of over excavation and in trenches exceeding a width of six (6) feet the trench compaction shall be obtained by the use of a sheepsfoot type roller. Drop hammer or hydraulic hammer will not be an acceptable method of compaction in these wide trenches. 1 S.P. 12 2of3 • , 1 5. METHODS OF MEASUREMENT ' Refer to SPECIAL PROVISIONS SECTION 701 with the addition of the following: a. Construct_" Pipe Bedding-Shall be measured by the linear feet(LF)constructed. b. Construct "Storm Sewer Tap—Shall be measured by each (EA)tap constructed. 6. BASIS OF PAYMENT Refer to SPECIAL PROVISIONS SECTION 701 with the addition of the following: 1 a. Construct " Pipe Bedding - Will be paid for by the linear foot at the contract unit price. Such payment shall be full compensation for all labor, tools, material, and equipment necessary to complete the work. b. Construct_" Storm Sewer Tap—Will be paid for each (EA) tap constructed at the contract unit price., Such payment shall be full compensation for all labor, tools, material and equipment necessary or incidental to tap the pipe, remove existing 1 concrete, fillet as required, and clean out the sewer pipe of sediment and debris as necessary to provide smooth and unobstructed flow. - END OF SECTION - i 1 1 ' 1 1 1 1 . S.P..12 3 of 3 1 TECHNICAL SPECIFICAT IONS II. EROSION CONTROL a. General ' CONTRACTOR shall conduct its operations in accordance with the requirements of the Authorization to Discharge under the State of Nebraska National Pollutant Discharge Elimination System, NPDES ' Permit No. NER 100000 and the City of Omaha Grading Permit for the project. Copies of NPDES Permit No. 100000 and City of Omaha Grading Procedures are included with the Contract Documents. To the maximum intent possible all erosion control facilities shall be constructed prior to beginning grading operations. b. Silt Fence Fabric for silt fence shall meet the minimum requirements listed below. Installation, cleaning, and maintenance shall be performed as shown on the PLANS or as directed by the ENGINEER. Silt fence shall be installed at, but not limited to, area inlets and at the toe of all cut and fill slopes with a drop greater than 5 feet and ditch checks. FABRIC PROPERTIES MINIMUM ACCEPTABLE TEST METHOD ' VALUE Grab Tensile Strength 90 lbs ASTM D1682 ' Elongation at Failure 50% ASTM D1682 Mullen Burst Strength 190 psi ASTM D3786 ' Puncture Strength 40 lbs ASTM D751 (modified) Slurry Flow Rate 0.3 gal/min/sf Virginia DOT VTM-51 Equivalent Opening Size 40-80 US Std. Sieve CW- 02215 Ultraviolet Radiation Stability 90% ASTM-G-26 c. Construct Earth Ditch Check Earth ditch check shall be constructed as shown on the PLANS. d. Fabric Filter Sock at Area Inlets ' The fabric filter sock shall be of type (Manufacturer) SS-400 Flexible Pedestal Inlet Filter or of similar design. S.P. -13 1 of 2 d. Soil Retention Blanket The soil retension blanket shall be of type North American Green S75 or 111 approved substitute. e. Maintenance of Erosion Control Facilities The CONTRACTOR shall be responsible for maintenance and final removal of erosion control facilities for the entire duration of the contract. This shall include repair or replacement of damaged silt fence, removal of accumulated silt along silt fences and hay bales. All silt removed during maintenance shall be dried and placed as embankment. Maintenance activities shall be completed as soon as site conditions allow access to the facility requiring maintenance. No separate payment shall be made for maintenance of erosion control facilities. 2. MEASUREMENT a. Construct Earth Ditch Check—Shall be measured by each (EA). I b. Install Fabric Filter Sock at Area Inlets —Shall be measured by each (EA). ' c. Construct Soil Retention Blanket — Shall be measured by square yards (SY). 3. PAYMENT a. Construct Earth Ditch Check — Shall be paid for by each (EA) at the contract unit price. Payment shall be full compensation for all labor, equipment, materials, and incidentals necessary to complete the work. ' b. Install Fabric Filter Sock at Area Inlets — Shall be paid for by each (EA) at the contract unit price. Payment shall be full compensation for all labor, equipment, materials, and incidentals necessary to complete the work. c. Construct Soil Retention Blanket — Shall be paid for by the square yard (SY) at the contract unit price. Payment shall be full compensation for all labor, equipment, materials and incidentals necessary to complete the work. -END OF SECTION- , 1 1 S.P. -13 2 of 2 LANDSCAPE MAINTENANCE AND GUARANTEE 1. All plant material shall be guaranteed to be in a live and healthy growing condition for 24 months after project completion or shall be replaced free of charge with the same grade and species. 1 2. Contractor shall be responsible for maintaining all plant material during construction and after project completion for a period of 24 months. Maintenance shall be completed per the following schedule: Landscape Maintenance Schedule January through h March Remove litter from planting beds and right of way once each month. Remove any debris caught in trees and shrubs. Prune any damaged branches as needed. ' April through October Remove litter from planting beds once each month Begin mowing turf grass areas this month on a 10 day minimum cycle ' Replenish Mulch to a full design depth in all shrub beds and tree bases in April. Begin watering as required. For each week that there is less than '/2" of rain for the week, apply 1 " of water the entire shrub bed length and width. Apply 1" of water over ' the entire root zone of each tree. Monitor all planting beds for weedy conditions and take appropriate measures to maintain all plantings in a weed-free condition. ' November through December Remove litter from planting beds and right of way once each month. Remove any debris caught in trees and shrubs. Prune any damaged branches as needed. Measurement and Payment This work shall be measured as a lump sum and paid for at the contract unit price for "Landscaping Maintenance Contract—2 years". Such payment shall be full ' compensation for all labor, equipment, materials, and incidentals necessary to complete the work. S.P. -14 Page 1 of 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. Project Name: ' Project Address: 1 Dated this day of , 20 1 (Authorized Signature and Title) (Print or Type) (Company Name) 1 (Address) (Telephone Number) 1 1 ADDENDUM NO. 1 DATE OF ISSUE March 2, 2005 DATE OF ADVERTISEMENT February 16, 2005 DATE OF BID OPENING March 9, 2005 PROJECT NO. OPW 50567 Y Street construction from 27th Street to 30th Street NOTICE TO PLAN HOLDERS: The following revisions to the contract documents, special provisions, and plans shall be acknowledged on page P-1 of the bidder's proposal. CONTRACT DOCUMENTS, SPECIAL PROVISIONS, AND PLANS See attached. CITY OF OMAHA v� PUBLIC WORKS DEPARTMENT BY l Project Engineer City Engineer- Transportation Services document2 page 1 ADDENDUM NO. 1 PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO: All Plan Holders and Prospective Bidders TITLE: Y St. Construction from 27th Street to 30th Street LOCATION: Y St. between 27th and 30th Streets OWNER: City of Omaha PROJECT NO. OPW 50567 EGA011155AE DATE OF ISSUE: March 2, 2005 DATE OF BID OPENING: March 9, 2005 The following changes, corrections, clarifications and additions shall be made to the Plans, Specifications and Contract Documents for the above-named project and shall be as binding as if incorporated in the original Contract Documents. The Contractor shall acquaint himself with all aspects of this Addendum. All other provisions shall acknowledge receipt of all addenda on the Proposal Form. The following shall be deleted, modified, or added to as follows: CHANGES TO CONTRACT DOCUMENTS GENERAL CONDITIONS 1. Sheets P-2 Pages 1-2, PROPOSAL, replace section with revised P-2 sheets, which are attached. CHANGES TO PLANS 2. Sheet 2 of 17, MISCELLANEOUS NOTES AND ESTIMATED QUANTITIES. See attachment A1.01 Added "Crushed Rock for Surfacing" 267 Tons "Remove Sidewalk" increased from 1464 SF to 1598 SF 1 of 2 Sincerely, Ehrhart Griffin and Associates „e2g- Sorirl Duster, P.E. P.T.O.E. Manager of Engineering Operations 2 of 2 P2 ENGINEER'S ESTIMATE PROJECT DESCRIPTION:Y ST.CONSTRUCTION BETWEEN 27TH AND 30TH STREETS PROJECT NO: OPW50567 Date Printed: 2-Mar-05 BASE BID Item Bid Item Description Approximate Unit Unit Amount City Item Quantity Price II 1 MOBILIZATION 1 LS 900.001 2 CLEARING AND GRUBBING 1 LS 900.002 3 STRIPING,STOCKPILING AND RESPREADING OF TOP SOIL 1700 CY 900.003 4 EARTHWORK(EXCAVATION) 4500 CY 900.004 5 SUBGRADE PREPARATION 12 INCHES DEEP 5036 SY 900.005 6 SIDEWALK SUBGRADE PREPARATION 6 INCHES DEEP 1053 SY 900.006 7 FAULTY SUBGRADE-REMOVE AND REPLACE 50 CY 105.002 8 REMOVE CHAIN LINK FENCE 1044 LF 111.000 9 SAW CUT-FULL DEPTH 305 LF 300.004 10 CLEARING AND GRUBBING TREES OVER 18"TO 27"DIAMETER 1 EA 101.001 11 REMOVE 12"OR SMALLER SEWER PIPE 180 LF 120.012 I,, • 12 REMOVE 21"TO 24"SEWER PIPE 256 LF 120.024 13 REMOVE MANHOLE 1 EA 130.000 14 REMOVE SEDIMENT BASIN RISER AND PIPE 1 EA 900.014 15 FILL SEDIMENT BASIN 1 EA 900.015 16 CONVERT EXISTING AREA INLET TO 54"DIA.MANHOLE 17 VF 900.016 17 REMOVE CURB 24 LF 109.000 18 CONVERT EXISTING CURB INLET TO 54"DIA.MANHOLE 9 VF 900.018 19 REMOVE PAVEMENT 132 SY 106.000 20 REMOVE DRIVEWAY 160 SY 108.000 21 REMOVE SIDEWALK 1598 SF • 108.001 22 REMOVE SILT FENCE 500 LF 900.022 23 CONSTRUCT 15"RCP,CLASS III 12 LF 401.015 24 .CONSTRUCT 18"RCP,CLASS III 37 LF 401.018 25 CONSTRUCT 24"RCP,CLASS III 591 LF 401.024 26 CONSTRUCT 15"RCP BEDDING 12 LF 900.026 27 CONSTRUCT 18"RCP BEDDING _ 37 LF 900.027 28 CONSTRUCT 24"RCP BEDDING 591 LF 900.028 29 CONSTRUCT CURB INLET-TYPE III 12 EA 420.003 30 CONSTRUCT AREA INLET-TYPE II 6 EA 428.002 31 CONSTRUCT 6"SANITARY SEWER PIPE 495 LF 500.006 32 CONSTRUCT 12"SANITARY SEWER PIPE 1004 LF 500.012 33 CONSTRUCT 6"SANITARY SEWER PIPE BEDDING 495 LF 900.033 34 CONSTRUCT 12"SANITARY SEWER PIPE BEDDING 1004 LF 900.034 35 CONSTRUCT 54"I.D.SANITARY MANHOLE 37 VF 515.054 36 CONSTRUCT 6"X 12"WYE 1 EA 517.003 3/2/2005 2:27 PM 1 OF 2 L:\03015\LDATA\ADDENDUM NO 1 MAR 2 2005.XLW.xIs ' P2 37 CONSTRUCT 6"PIPE PLUG 6 EA 525.006 38 CONSTRUCT 12"PIPE PLUG 1 EA 525.012 39 CONSTRUCT 12"SANITARY SEWER TAP 1 EA 900.039 40 CONSTRUCT 6"SANITARY SEWER TAP 2 EA 900.040 41 ADJUST MANHOLE TO GRADE 1 EA 760.000 42 TRENCH STABILIZATION 20 TON 900.042 43 9"CONCRETE PAVEMENT-TYPE L65 4699 SY 200.209 44 4"CONCRETE SIDEWALK 6798 SF 204.000 45 CONSTRUCT CONCRETE CURB RAMP 390 SF 204.100 46 CONSTRUCT EARTH DITCH CHECK 4 EA 900.046 47 CONSTRUCT THICKENED EDGE PAVEMENT 325 LF 900.047 48 CONSTRUCT 84"CHAIN LINK FENCE 460 LF 740.084 49 CRUSHED ROCK FOR SURFACING 267 TON 301.000 50 CONSTRUCT SOIL RETENTION BLANKET 3900 SY 900.050 51 SILT FENCE 3310 LF 550.000 52 SEEDING-TYPE"A" 17425 SY 606.001 53 INSTALL FILTER FABRIC SOCK AT AREA INLETS 7 EA 900.053 54 TYPE III BARRICADES 1000 BAR DAYS 900.054 55 TEMPORARY TRAFFIC CONTROL SIGNS 250 SIGN DAYS 900.055 56 FROEBEL SPIREA/SPIREAX BUMALDA'FROEBEL' 99 EA 900.056 57 RED OAK/QUERCUS REBRUM 21 EA 900.057 58 HETZ JUNIPER/JUNIPERUS CHINENSIS"HETZI COLUMNARIS" 60 EA 900.058 59 AMERICAN CRANBERRYBUSH VIBURNUMNIBURNUM TRILOBUM 108 EA 900.059 60 LANDSCAPING MAINTENANCE CONTRACT-2 YEARS 1 LS 900.060 TOTAL BASE BID(ITEMS 1.59) PARKING LOT ALTERNATE BID 1 EARTHWORK(EXCAVATION) 500 CY 900.001 2 SUBGRADE PREPARATION 12 INCHES DEEP 1235 SY 900.002 3 REMOVE SIDEWALK 134 SF 106.001 4 REMOVE GRAVEL 1583 SY 900.004 5 CONSTRUCT 15"STORM SEWER TAP 1 EA 900.005 6 CONSTRUCT 15"RCP,CLASS III 37 LF 401.015 7 CONSTRUCT 15"RCP BEDDING 37 LF 900.007 8 CONSTRUCT CURB INLET-TYPE III 1 EA 420.003 9 CONSTRUCT COMBINATION CURB AND GUTTER 500 LF 202.005 10 CONSTRUCT ASPHALT BASE COURSE,PG 64-22 350 TON 301.050 11 CONSTRUCT ASPHALT SURFACE COURSE TYPE CMC,PG 70-28 117 TON 301.604 12 4"CONCRETE SIDEWALK 95 SF 204.000 13 CONSTRUCT CONCRETE CURB RAMP 55 SF 204.100 14 PERMANENT PAINTED PAVEMENT MARKING-4"WHITE 600 LF 852.041 15 HANDICAP SYMBOLS 2 EA 900.015 TOTAL ALTERNATE BID(ITEMS 1 TO 15) 3/2/2005 2:27 PM 2 OF 2 L:\03015\LDATA'ADDENDUM NO 1 MAR 2 2005.XLW.xls i 19 REMOVE PAVEMENT 132 SY 106.000 20 REMOVE DRIVEWAY 1 0 rl t� 1, _ 21 REMOVE SIDEWALK 1598 SF 108.001 V 22 REMOVE SILT FENCE 500 LF 900.022 23 CONSTRUCT 15"RCP, CLASS III 12 LF 401.015 24 CONSTRUCT 18"RCP, CLASS III 37 LF 401.018 25 CONSTRUCT 24"RCP, CLASS III 591 LF 401.024 26 CONSTRUCT 15"RCP BEDDING 12 LF 900.026 27 CONSTRUCT 18"RCP BEDDING 37 LF 900.027 28 CONSTRUCT 24"RCP BEDDING 591 LF 900.028 29 CONSTRUCT CURB INLET-TYPE III 12 EA 420.003 30 CONSTRUCT AREA INLET-TYPE II 6 EA 428.002 31 CONSTRUCT 6"SANITARY SEWER PIPE 495 LF 500.006 32 CONSTRUCT 12"SANITARY SEWER PIPE 1004 LF 500.012 33 CONSTRUCT 6"SANITARY SEWER PIPE BEDDING 495 LF 900.033 34 CONSTRUCT 12"SANITARY SEWER PIPE BEDDING 1004 LF 900.034 35 CONSTRUCT 54"I.D. SANITARY MANHOLE 37 VF 515.054 36 CONSTRUCT 6"X 12"WYE 1 EA 517.003 37 CONSTRUCT 6"PIPE PLUG 6 EA 525.006 38 CONSTRUCT 12"PIPE PLUG 1 EA 525.012 39 CONSTRUCT 12"SANITARY SEWER TAP 1 EA 900.039 40 CONSTRUCT 6"SANITARY SEWER TAP 2 EA 900.040 41 ADJUST MANHOLE TO GRADE 1 EA 760.000 42 TRENCH STABILIZATION 20 TON 900.042 • 43 9"CONCRETE PAVEMENT-TYPE L65 4699 SY 200.209 44 4"CONCRETE SIDEWALK 6798 SF 204.000 45 CONSTRUCT CONCRETE CURB RAMP 390 SF 204.100 46 CONSTRUCT EARTH DITCH CHECK 4 EA 900.046 47 CONSTRUCT THICKENED EDGE PAVEMENT 325 LF 900.047 48 CONSTRUCT 84"CHAIN LINK FENCE 460 LF 740.084 ! C• STRUCT SOIL RETENTION BLANKET _ - _ 3900 SY _ •411 '' • 50 CRUSHED ROCK FOR SURFACING 267 TONS 310.000 v 51 SILT FENCE 3310 LF 550.000 52 SEEDING-TYPE"A" 17425 SY 606.001 53 INSTALL FILTER FABRIC SOCK AT AREA INLETS 7 EA 900.052 54 TYPE III BARRICADES 1000 BAR DAYS 900.053 EHRHART • PLANNINGNG ADDENDUM 1 -OPW 50567 • GRIFFIN & • LAND SURVEYING Y STREET CONSTRUCTION ASSOCIATES • TRAFFIC ENGINEERING DATE: 03/02/05 SHEET NO. 3552 FARNAM STREET 27TH - 30TH STREET DESIGNED BY: SJ OMAHA, NEBRASKA 68131 DRAWN BY: SMW 1 PHONE: 402-551-0631 OMAHA, NEBRASKA CHECKED BY: KF FAX: 402-551-6540 „L) , \ i . .).1- • I ; 1 i Q VI • 1 I '') i • •-, • '.1 i i • ' RP: 1 I ,,r) N.., 1 - -- - i 1 ...3- - -4 i.N. 1 i .. ,. . I ....-0 I ._........-......----_— 4 I'•r's i -4... ",. . . .... ... ..... ,•:? 1 _c NI .... ..... r- (-4 i in V N I ...-4 $••• ....._1 ' ' rr)-',..... • r- •-• ,ZI (41 ,C) a C4 •-• 0 `. in ..2 .c t.F.!, .„S) (= - ..- • rr,. r, c-) c3 6:1 0,- IN-, -... = fe, ” c. 'c" -c •••. ......) 17, - ' -, -.... LI' - 0 '5 1.1 ,:- c..., cli e. • 1 - .,. ..., I_ 0 (V) ‘0, --'CU v.) :1.3 (a3 ,..._ t.' ‘,) 0) •••• .....b ''L cr , .k.,.., 5 . . D - I a. co cic, 111 • E.--, z 4.1 E-4 fil LL.1 ...., P 6' 0 LL-1 "Z: 0 z Si) F., • .r ,--- 0 C.) 0_, w , .:_•• ',. ,c- - : .,.2 •-.. z 0 -,-... U C cr) U. U • . 1 I C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on March 30, 2005 for OPW 50567 P.T. - SSD, ST, PD, "Y" Street Construction from 27th Street to 30th Street project, to construct new storm sewer, sidewalk, pavement, curb and gutter on "Y" Street; and, WHEREAS, TAB Construction Co. submitted a bid of $503,133.13, being the lowest and best bid within the bid specifications for OPW 50567 P.T. - SSD, ST, PD, "Y" Street Construction from 27th Street to 30th Street project; and, WHEREAS, TAB Construction Co. 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 bid of$503,133.13 from TAB Construction Co. for OPW 50567 P.T. - SSD, ST, PD, "Y" Street Construction from 27th Street to 30th Street project, being the lowest and best bid received,be accepted and the contract awarded. BE IT FURTHER RESOLVED: THAT, the contract with TAB Construction Co. for OPW 50567 P.T. - SSD, ST, PD, "Y" Street Construction from 27th Street to 30th Street project, as recommended by the Mayor, in the amount of$503,133.13 is hereby approved. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of OPW 50567 P.T. - SSD, ST, PD, "Y" Street Construction from 27th Street to 30th Street project in the amount of $503,133.13 to TAB Construction Co. from the 2005 Economic Development —Wilson Packing account, Fund 13453, Organization 129132. • P:\PLN2\12297pjm.doc APPROVED AS TO FORM: C CITY ATTORNEY DATE "I 144-.p air#4 . . . 7f ,jf - • '' '-'— '" Cft ouncilmember Adopted MA- 3 2005, , 7-0 *,,e4;4" -..., `` City Clerk Approveclr .... o�'r- •, Mayor • ' 1 '-' C7rfc: v, st � a, ,rs cnn w ''dn7,, r pcs Z. wItgI q n•c+ o n CD Nr+ o 0 In ,.t Ft; F`' ..O ?s . \ 0 �, 00 orn oO)•..,I:j qp- ... 00, ? O o QV '*, . `: CD f, a . "fig -- O., o - v, (,w R, `� oa N "�' qcp �, q v' y o o �' "i 0 0 w_w'y N• o o �'y C) " a = 1 o o o v, n r, o o m' da a .5+ dq 0 5 0 �.o • cn•- 0 5' cc.- c, C CD l7 .t a bd2. ,. . acD ' . a. o m • • • • • • tiff f.rbk • .-..._.. -.«.. ...�..�.W..... -....-,.«-.rrJ.,....r-..•.+.....,..�.+-.s..«..�«.. ..�.r..-,.,..-..,� -n.n. ...; .n r...«..e,w«r. N;.++, •.+kw•,;,w.1cK�+m:..5:,�s..a_:ua.__rc tus_uumr.:^.,,.,_.,a Ad.3,d._i