Loading...
RES 2002-1142 - Contract with R&A Construction Co Inc for sanitary sewer construction owtHA,, Un a,' P F C C 1 Planning Department �d, 1, V jp -1 K f-,1;� 1J Omaha/Douglas Civic Center -Agir j w ^ 02 1819 Farnam Street,Suite 1100 c : [ 1 r w �PR Omaha,Nebraska 68183-0110 �A�ry 9: �� (402)4445200 nil OR'��D FEBRVr�y (402)444-5150 e J j Y /.C Telefax(402)444-6140 City of Omaha 0 M4 H4 fi Robert C.Peters Mike Fahey,Mayor ' N t 1)f A Y SC 1 Director May 14, 2002 Honorable President and Members of the City Council, The attached resolution approves the contract with R & A Construction Co., Inc., as recommended by the Mayor, for S.P. 02-07, being Sanitary Sewer Reconstruction for the First National Bank Redevelopment Project, Phase 2. All of the work to be performed by the contractor in this bid is required by the Agreement previously approved by the City Council on February 4, 1987. The following bids were received on March 27, 2002. The Engineer's Estimate for this project is $41,017.48. A detailed bid tabulation is attached. Contractor Total Bid R&A CONSTRUCTION CO., INC. $30,063.00 (LOW BID) Heimes Excavating Company, Inc. $33,639.00 L. G. Roloff Construction Co., Inc. $49,566.94 Cedar Construction $49,872.62 Kiewit Western Co. $54,669.00 The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of SP 02-07 from the Year 2002 First National Bank, Phase Two, Public Improvement Account, Fund Number 352 in the amount of $30,063.00. • Honorable President and Members of the City Council Page 2 The Planning Department recommends the acceptance of the bid from R & A Construction Co., Inc. in the amount of $30,063.00, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respectfully submitted, Refe to City C uncil for Consideration r Robert C. Peters Date Mayor's Of ce/Titl'e Date Planning Director Appr ed: App , 26/02, Stanley P. imm�,y, i Date Reg' ld L. Yo 1 Da Finance Director /JI►�I ' Human.Relati Di r P:\P1n4\11206f.doc 1 Account/Funding Summary Fund Org. Description Engineer Contract Penalties Payments "' UNKN UNKNOWN $41,017.48 $0.00 $0.00 $0.00 $41,017.48 $0.00 $0.00 $0.00 Page 2 of 5, 3/27/2002 4:16:56 PM, Bid Tabulation, Generated by: admin for project SP 02-07 • • Bid Tabulation Public Works Department Omaha, Nebraska Wednesday, March 27, 2002 Project Summary SP 02-07 English Yes Metric: No Description: Sanitary Sewer Reconstruction in Alley East of 16th St.and South of Dodge St. Start Date: Completion Date: Labor Release Date: Field Book Number: Test Core Lengths: Council Resolution: Adoption Date: Percent Reserve Due: 10.0% Percent Complete: 0.0% Percent Time Used: 0.0% Engineer's Total: $41,017.48 Contract Total $0.00 - Total Penalties: $0.00 Total Payments: $0.00 Contractor: Phone#: Fax#: Email address: Page 1 of 5, 3/27/2002 4:16:56 PM, Bid Tabulation, Generated by:admin for project SP 02-07 • Bid Summary (low to high bidder) Contractor Engineer's Estimate: $41,017.48 Diff From Low: $10,954.48 R&A Construction Co. Inc. Bid: $30,063.00 2507 N. 11th St. Diff From Low: $0.00 Omaha NE 68110- Heimes Excavating Company, Inc. Bid: $33,639.00 9144 S. 147th St. Diff From Low: $3,576.00 Omaha NE 68138- L. G.ROLOFF CONSTRUCTION CO.,INC. Bid: $49,566.94 10204 S. 152nd St. Diff From Low: $19,503.94 Omaha NE 68138-3866 CEDAR CONSTRUCTION Bid:_ $49,872.62 13901 "L"ST. Diff From Low: $19,809.62 OMAHA NE 68137- KIEWIT WESTERN CO. Bid: $54,669.00 4004 S.60TH ST. Diff From Low: $24,606.00 OMAHA NE 68117- Number of Bids: 5 Low Bid: $30,063.00 High Bid: $54,669.00 Average Bid:: $43,562.11 Page 3 of 5, 3/27/2002 4:16:56 PM, Bid Tabulation, Generated by:admin for project SP 02-07 Type Line# Item # Description Quantity Price Total 1 106.000 REMOVE PAVEMENT - Engineeer's Estimate 315 @ $5.50 per SY $1,732.50 R&A Construction Co. Inc. $7.00 per SY $2,205.00 Heimes Excavating Company, Inc. $6.00 per SY $1,890.00 L.G.ROLOFF CONSTRUCTION CO., INC. $10.59 per SY $3,335.85 CEDAR CONSTRUCTION $9.50 per SY $2,992.50 KIEWIT WESTERN CO. $5.00 per SY $1,575.00 2 120.012 REMOVE 12"OR SMALLER SEWER PIPE Engineeer's Estimate 16 @ $10.00 per LF $160.00 R&A Construction Co. Inc. $10.00 per LF $160.00 Heimes Excavating Company, Inc. $50.00 per LF • $800.00 L.G.ROLOFF CONSTRUCTION CO., INC. $35.16 per LF $562.56 CEDAR CONSTRUCTION $65.00 per LF $1,040.00 KIEWIT WESTERN CO. $30.00 per LF $480.00 3 130.000 REMOVE MANHOLE Engineeer's Estimate 3 @ $250.00 EACH $750.00 R&A Construction Co. Inc. $750.00 EACH $2,250.00 Heimes Excavating Company, Inc. $350.00 EACH $1,050.00 L.G.ROLOFF CONSTRUCTION CO.,INC. $1,540.00 EACH $4,620.00 CEDAR CONSTRUCTION $1,105.00 EACH $3,315.00 KIEWIT WESTERN CO. $5,200.00 EACH $15,600.00 4 400.001 FLOWABLE FILL Engineeer's Estimate 20 @ $110.00 per CY $2,200.00 R&A Construction Co.Inc. $105.00 per CY $2,100.00 Heimes Excavating Company, Inc. $100.00 per CY $2,000.00 L.G.ROLOFF CONSTRUCTION CO.,INC. $248.00 per CY $4,960.00 CEDAR CONSTRUCTION $150.00 per CY $3,000.00 KIEWIT WESTERN CO. $50.00 per CY $1,000.00 5 504.012 CONSTRUCT 12"D.I.P. • Engineeer's Estimate 161 @ $110.00 per LF $17,710.00 R&A Construction Co. Inc. . $65.00 per LF $10,465.00 Heimes Excavating Company,Inc. $70.50 per LF $11,350.50 L.G.ROLOFF CONSTRUCTION CO., INC. $153.65 per LF $24,737.65 CEDAR CONSTRUCTION $104.57 per LF $16,835.77 KIEWIT WESTERN CO. $65.00 per LF $10,465.00 6 504.006 CONSTRUCT 6"D.I.P. Engineeer's Estimate 25 @ $60.00 per LF $1,500.00 R&A Construction Co.Inc. $45.00 per LF $1,125.00 Heimes Excavating Company, Inc. $34.50 per LF $862.50 L. G.ROLOFF CONSTRUCTION CO., INC. $55.50 per LF $1,387.50 CEDAR CONSTRUCTION $278.50 per LF $6,962.50 KIEWIT WESTERN CO. $60.00 per LF $1,500.00 7 515.500 CONSTRUCT CLEANOUT Engineeer's Estimate 1 @ S1,000.00 EACH $1,000.00 R&A Construction Co.Inc. $1,000.00 EACH $1,000.00 Heimes Excavating Company, Inc. $628.00 EACH $628.00 L.G.ROLOFF CONSTRUCTION CO., INC. $961.00 EACH $961.00 CEDAR CONSTRUCTION $820.00 EACH $820.00 KIEWIT WESTERN CO. -- $2,500.00 EACH $2,500.00 Page 4 of 5, 3/27/2002 4:16:57 PM, Bid Tabulation, Generated by:admin for project SP 02-07 Type Line# Item # Description Quantity Price Total 8 900.008 CONSTRUCT 22-1/2 DEGREE BEND-12"D.I.P. Engineeer's Estimate 10 @ $600.00 EACH $6,000.00 R&A Construction Co. Inc. $250.00 EACH $2,500.00 Heimes Excavating Company, Inc. $225.00 EACH $2,250.00 L.G.ROLOFF CONSTRUCTION CO., INC. $275.97 EACH $2,759.70 CEDAR CONSTRUCTION $520.00 EACH $5,200.00 KIEWIT WESTERN CO. $440.00 EACH $4,400.00 9 900.009 CONSTRUCT 12"X 6"WYE D.I.P. Engineeer's Estimate 2 @ $600.00 EACH $1,200.00 R&A Construction Co. Inc. $1,000.00 EACH $2,000.00 Heimes Excavating Company, Inc. $564.00 EACH $1,128.00 L.G. ROLOFF CONSTRUCTION CO., INC. $413.00 EACH $826.00 CEDAR CONSTRUCTION $685.00 EACH $1,370.00 KIEWIT WESTERN CO. $1,000.00 EACH $2,000.00 10 900.010 ' CONSTRUCT PIPE PLUG(12"AND UNDER) Engineeer's Estimate 2 @ $300.00 EACH $600.00 R&A Construction Co. Inc. $150.00 EACH $300.00 Heimes Excavating Company, Inc. $100.00 EACH _ $200.00 L.G.ROLOFF CONSTRUCTION CO., INC. $165.00 EACH $330.00 CEDAR CONSTRUCTION $295.00 EACH $590.00 KIEWIT WESTERN CO. $200.00 EACH $400.00 11 900.011 3"CRUSHED ROCK STABILIZATION BEDDING • Engineeer's Estimate 99 @ $29.40 per TON $2,910.60 R&A Construction Co. Inc. $25.00 per TON $2,475.00 Heimes Excavating Company, Inc. $20.00 per TON $1,980.00 L.G.ROLOFF CONSTRUCTION CO., INC. $23.77 per TON $2,353.23 CEDAR CONSTRUCTION $20.50 per TON $2,029.50 KIEWIT WESTERN CO. $12.00 per TON $1,188.00 12 590.000 PERFORM TELEVISION INSPECTION Engineeer's Estimate 161 @ $1.58 per LF $254.38 • R&A Construction Co. Inc. $3.00 per LF $483.00 Heimes Excavating Company, Inc. $3.00 per LF $483.00 L. G.ROLOFF CONSTRUCTION CO., INC. $1.45 per LF $233.45 CEDAR CONSTRUCTION $1.35 per LF $217.35 KIEWIT WESTERN CO. $1.00 per LF $161.00 13 900.013 REMOVE ELECTRICAL VAULT Engineeer's Estimate 1 @ $5,000.00 per LS $5,000.00 R&A Construction Co. Inc. $3,000.00 per LS $3,000.00 Heimes Excavating Company, Inc. $9,017.00 per LS $9,017.00 L.G. ROLOFF CONSTRUCTION CO., INC. $2,500.00 per LS $2,500.00 CEDAR CONSTRUCTION $5,500.00 per LS $5,500.00 KIEWIT WESTERN CO. $13,400.00 per LS $13,400.00 (LINES 1 Through 13 INCLUSIVE) Bid Tabulation, generated by admin on 3/27/2002 4:16:58 PM for project SP 02-07 • CERTIFIED BY: idhLpi d.g1/ DATE: / 7f/Q,7 Page 5 of 5, 3/27/2002 4:16:58 PM, Bid Tabulation, Generated by: admin for project SP 02-07 CITY OF OMAHA PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS AND SPECIAL PROVISIONS PROJECT NO. SP 02-07 SANITARY SEWER RECONSTRUCTION IN ALLEY EAST OF 16TH STREET AND SOUTH OF DODGE STREET Bids received until 1:00 o'clock A.M. March 27, 2002 Contract Award , 20®2- Resolution No. (1 4-2_ Contractor: { G TABLE OF CONTENTS NOTICE TO BIDDERS .NB-1 TO NB-4 PROPOSAL P-1 TO P-5 CERTIFICATE SHOP 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 • .SP-1 — SP-5 DIVISION I - GENERAL REQUIREMENTS Section 1000 Administrative Provisions Section 1150 Measurement and Payment Section 1200 Project Meetings Section 1300 Submittals Section 1500 Construction Facilities and Temporary Controls Section 1700 Project Closeout S NOTICE TO BIDDERS Sealed Proposals will be received by the City of Omaha, at the City Clerk's Office, L/C 1, Omaha/Douglas Civic Center, until 11:00 a.m. on the 27th day of March , for the construction of Project No. SP 02-07 being Sanitary Sewer Reconstruction in Alley East of 16th Street and South of Dodge Street. INSTRUCTIONS TO BIDDERS • PROPOSALS: 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 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 in 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 Omaha, Nebraska" and identified on the outside with the words "Proposal for the Construction of Project No. SP 02-07. Sanitary Sewer Reconstruction in Alley East of 16th Street and South of Dodge Street," the bidder's name and the bidder's address; and filed with the City Clerk,L/C 1, Omaha/Douglas Civic Center 68183. Proposals 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. 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. 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. 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 (S100.00). 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 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. Construction NB-1 6/97 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. 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. • Construction NB-2 6/97 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, 1989 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 foi„is 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 103.05). 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. • Constnuctiori NB-3 2/99 Proposal for • ( Project No:.SP 02-07 Sanitary Sewer Reconstruction in Alley East of 16'h Street and South of Dodge Street 1.. Omaha,Nebraska Bid Opening Date:• March 27, 2002 • 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: Project No. SP 02-07 being Sanitary Sewer Reconstruction in Alley East of 16th Street and South of t• Dodge 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 specifications and/or plans and other contract documents, including Addenda Numbers issued thereto for the base bid sum 111' �'1;(- 4,ou b1d SiX r ree DOLLARS and P f'o CENTS ($ 30 1 O6 3 • 00 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 • Schedule Of Prices (P-2) Public Works Department Omaha, Nebraska Monday, March 04, 2002 • Line Item # Description Quantity Price Total 1 106.000 PAVEMENT REMOVAL 315 @( 7 ) per SY =(. 0 b ) 2 120.012 REMOVE 12"OR SMALLER SEWER PIPE 16©( 1� ) per LF =( ' GO ) 3 130.000 REMOVE MANHOLE 3 @( —7 s0 ) EACH =( 9._5"0 ) 4 ,400.001 FLOWABLE FILL 20@( ',O 5 ) per CY =( Z. I 00, ) 5 504.012 CONSTRUCT 12"D.I.P. 161 a@( 65 ) per LF =( l J( Ld�E5, ) . 6 504.006 CONSTRUCT 6"D.I.P. 25®( 4 ) per LF =( , I ) 25 7 515.500 CONSTRUCT CLEANOUT 1 @( ',0 Q ) EACH =( ` 00 ) 8 900.997 CONSTRUCT 22-1/2 DEGREE BEND-12"D.I.P. 10 @( 2.SO ) EACH =( 500 ) 9 900.998 CONSTRUCT 12"X 6"WYE D.I.P. 2 @( 1000 ) EACH =( 2_1 00 I ) 10 900.015 CONSTRUCT PIPE PLUG(12"AND UNDER) 2®( (SO ) EACH =( YjC) ) _ • �tt 11 900.401 3"CRUSHED ROCK STABILIZATION BEDDING 99 @( a. ) per TON =( z'L1 75 ) 12 590.000 PERFORM TELEVISION INSPECTION 161®( ) per LF =( LI 83. ) 13 900.999 REMOVE ELECTRICAL VAULT 1 @( 103\J ) per LS =( ?J 000 ) • • TOTAL BASE BID (LINES 1 Through 13 INCLUSIVE) wGrand Total ( 2 0)063 ) Schedule Of Prices (P-2), generated by designer on 03/04/2002 11:55:33 AM for project SANITARY SEWER RE CONSTRUCTION IN ALLEY EAST OF 16 CERTIFIED BY: DATE: • "1II BIDS TRANSMITTED BY CITY CLERK OPENED BY COMMITTEE MAR 2 7 2002 AS PER ORD 1125445 Referred to Parch:zing Agent Page 1 of 1, 03/04/2002 11:55:33 AM, Schedule Of Prices (P-2), Generated by: designer for project SANITARY SEWER 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 specifications and/or plans within the time limits set forth herein. Accompanying this proposal, as a guarantee 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 • $ i1503. 15 -1-A/Iteto d o(I 0 n 6 ce n k 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 guarantee 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 guarantee will be returned as provided in the specifications. r' 1 The undersigned agrees to accomplish the work in its entirety on or before May 22.2002 and shall be prepared to begin on April 29. 2002 and to forfeit liquidated damages as set forth in Section 108.08 of the Specifications in the event of over-run of time. • The undersigned also agrees, if awarded the Contract, to furnish bonds as required by the specifications for the faithful performance of the work and guarantee workmanship and material under Contract for a period of two (2) years from the date of final acceptance of the work. • • Construction P-3 8/97 • If awarded the Contract,our Surety will be (Name of Surety Company) of H 3(`T i?) C 1 r Respectfully submitted, Signature of Bidder: (a) If an individual doing • business as: (b) If a Partnership: Member of Firm Member of Firm (c) If a Corporation: P Cons--r u.G h o n. _-►'1 C Name of Corporation 7-w O: \CI IJa.,.�� Officer Pide . Title Witness J Ai ihST: Business Address and Telephone No.: BIDS TRANSMITTED BY CITY CLERK OPENED BY COMMITTEE l\ co fur_ Dft L C .2,5O7 , I I Hn S , MAR 2 7 2002 Oiah.o tJ E G810 AS PER ORD 1125445 Referred to Pureha ing Agent Construction P-4 8/97 ' • • ! • "CERTIFICATE " f-' 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. A- - Cons h oa L c . i Name of Corporation • • l0t'l.a, (1hj (C.t Officer • I P� iC�sen -t' • Title . If Foreign Corporation: Nebraska Resident Agent • • Construction P-5 8/97 • • • Project No. SP 02-07 Project Description: Sanitary Sewer Reconstruction in Alley East of 1e Street and South of Dodge Street - MBE/DBE UTILIZATION CERTIFICATE 1 l t In the performance of this contract,the contractor proposes to contract with eligible minority and women owned business enterprises either $ 01 OG or I10� %of the total bid price. Regardless of the method used to meet the utilization goals,all amounts listed below will be in dollars. 1 IDENTIFICATION OF MBE/DBE PARTICIPANTS Name of Eligible Description of Work or Value of Work MBE/DBE Line Item(s) to be Performed • 1. i • 2. i 3. 4. 1 By signing this document,the contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. �^ Bidder: Q, .l-1 Cot 71.L,f_hs-(2r11 .1rTotal E/DBE uti zation: $ O� 063 . d ±- BIDDERSByTitle: 2 �/I/LQ. Qi{/t� �t2�Sl Py'1 ARE REQUIRED TO SUBMIT THE OLLOWING DATA WITH EACH BID i (Protected Class is defined as Black,Hispanic,Asian and Pacific Islander,American Indian or Alaskan Native,Female.) .1 Total Employees Protected Class Males Protected Class Females - American American . Total Total Asian or Indian or Asian or Indian or i Work Protected Pacific Alaskan Pacific Alaskan i Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native White 3\az la, 7 0 7 0. 0 0 *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-I). 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) P-6 BIDS TRANSMITTED BY CITY CLERK Effective 8/27/01 l OPENED BY COMMITTEE I .J MAR 27 2002 AS PER ORD ff25445 1 Referred to Purctinatng Agent i TO THE CITY OF OMAHA: K- CERTIFICATE Undersigned hereby certifies that all equipment to be used by undersigned in the performance of the contract Iii-. pertaining to the project for: Project No.SP 02-07 beingSanitarySewer Reconstruction in AlleyEast of 16th Street and South of Dodge 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 quipment has been assessed in 1. tAlci,s. County t)0,00IY�,S� State. The Certificate above is submitted pursuant to the requirements of Section 77-1323, Reissue Revised Statutes of Nebraska. 1943,as amended. t- 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): L.._ -10u ILLS C,owv\ 10A/LCI ; \ i The� City must be informed of any additions or changes in such location(s). 1 ,a Pr CiOv\S �ih�OV1 s C s A(n) CO�orakQn/ � (Contractor's Name (Specify: Corporation, Partnership, or Individual) _._.. By: ./i/LIQ_ /� d�� e,specify: President er, r 0, e r j Attest: Secretary(' orporation) I STATE OF NEBRASKA ) ' )SS. COUNTY OF DOUGLAS ) f 1 U Q.tt,)0j-S Kt and • being first duly sworn on oath depose and say that they are President and Secretary,respectively,of 3 �4"' iq @fri7AIOa lfi SN..... ; that they have read the foregoing Certificate,know its contents, and the same are true. I SUBSCRIB D and sworn to before me this 7 day ! I (L/LlA. I A.D. 20 '0I. U' 4 My Commission Expires (0 `30 OS f Notiiiiyj Public 1.. GENERAL NOTPAY- a of Nebraska 6/97 SARAH M.STARKS My Comm.Exp.June 30.2005 SHOP DRAWING TRANSMITTAL FORM City of Omaha General Services Division Public Works Departinent,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 • • Contractor Mailing Address • (THIS SPACE FOR ARCHITECT -ENGINEER) Date: The above drawings ate 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 • 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 hereinafter called Contractor. 1 • 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 Project No. SP 02-07 being Sanitary Sewer Reconstruction in Alley East of 16`h Street and South of Dodge 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 1-{PfiQ. -11" 5N g1 7— 1 7 Dollars (S f O(0 . OCR ) 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 i 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. l- 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. f i 1 Construction C-1 6/97 • 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 Laws, and with all applicable Rules and Regulations. 8. Contractor shall furnish Performance, Payment and Guarantee Bond in an amount at least equal to one hundred percent(100%) of the Contract Price. 9. City, its officers employees, agents and representatives, at all times shall have access to the work whenever it is in preparation of progress, and the Contractor shall provide proper facilities for such access and inspection by them. 10. Contractor shall indemnify and save harmless the City of Omaha, its officers, employees, agents 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. 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 S200,000 or Under Over S200,000 Each Person S250,000 S1,000,000 Each Occurrence S500,000 S5,000,000 Aggregate Products and Completed Operations S500,000 $5,000,000 Property Damage I S200,000 or Under Over 3200,000 Each Occurrence S100,000 I $ 200,000 Aggregate S200,000 $ 500,000 • and shall name the City as additional insured with the Contractor. Attention is drawn to the City of Omaha Standard Specifications for Public Works Construction, 1989 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 indebtedness pertaining to the aforesaid work have been paid. Construction C-2 1/12/01 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. 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, paitiiership, association, or corporation furnishing labor or material in the repair, alteration, improvement, erection or construction of any public improvement shall furnish a certified statement to be attached to the Contract that all equipment to be used on the project, except that acquired since the assessment date, has been assessed for taxation for the current year, giving the county were assessed. It shall be the duty of the Contractor to comply with the foregoing requirements and to assure compliance therewith by all others required to comply therewith for labor or material furnished in the performance undertaken hereunder by the Contractor. 20. The parties hereto acknowledge that, as of the date of the execution of this Agreement, Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increases the original bid price as awarded (a) by ten percent, if the original bid price is one hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars (S75,000) 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. Construction C-3 6/97 • 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. li Dated at Omaha Nebraska this day of O ,20 Dom' . ATTEST: CITY OF OMAHA,A MUNICIPAL CORPORATION t cLia‘ey /4,i,e, By )°\%06-4•10..‘ 0)1044)....._ 41, Cy Clerk May oror - /Resolution No. I0 2' passed on 20 { O //� 1 SEA;;CF TIE- ITYfQ.F OMAHA: , 7- P.i ft CDSHOiti roc - Contractor ) I 1 •1--14 S) , Street dress 441aJ 1 ME G.giI� ATTEST: City State Zip Coj /di �, l m By . ' Secretary o (Corporate)Contractor . 'd efiri— w CORP TE SEAL: Title: �r I 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. Constriction C-4 6/97 PERFORMANCE,PAYMENT AND GUARANTEE BOND KNOW ALL M.BY T,iESB ENTSThat we. �� hereinafter called Principal,and Gulf Insurance company hereinafter called Surety, are held and firmly bound to the City of Omaha and hereby jointly and severally bind ourselves, executors, administrators, personal representative, successors, and assigns to the City of Omaha, a Municipal Corporation of the Metropolitan Class in the State of Nebraska, hereinafter called City, in the penal 1 sum of kc 1 . 4 N J1 Dollars ($ CYo3• C.)Q ) lawful money of the United States of America,to be paid to the City for the payment whereof the Principal and Surety hold themselves, their heirs, executors, administrators, personal representatives, successors and assigns jointly and severally by these presents. WHEREAS, The Principal is about to enter, or has entered, into a written Contract with the City for the construction by the Principal of Sanitary Sewer Reconstruction in Alley East of 16`h Street and South of Dodge Street also referred to as Project No SP 02-07 which Contract is made a part hereof by reference thereto the same as though fully set forth herein; NOW,THEREFORE,the conditions of this obligation are such that: FIRST: If the Principal shall faithfully perform the Contract on his or its part, shall satisfy all claims and demands incurred for the same, shall fully indemnify and save harmless the City from all cost and damage. which said City may suffer by reason of failure so to do,and shall fully reimburse and repay said City all outlay and expense which said City may incur in making good any such default; and, • Construction B-1 6/97 The Principal hereby binds himself and his heirs and assigns for the entire expense of the guarantee and for all repairs or reconstruction which may, from any imperfection in the said work or material,become necessary within the term of guarantee. The Principal further agrees to correct and repair promptly during that time all failures of whatsoever description and all settlements and irregularities of trenches, sidewalks, paving, other surfacing, sewers, drains or other structures caused by any imperfections in his workmanship or material and shall deliver the work in all respects in good condition at the end of that time; If, at any time within the period of guarantee after the completion and acceptance of the work contract for,the work shall, in the judgment of the Engineer,require such repairs of reconstruction as above set out,he shall notify the Principal by certified mail and, should the Principal refuse or neglect to begin to make such repairs within twenty(20)days from the date of the service of such notice,then the City Engineer shall have the right to cause such repairs or reconstruction to be made in such manner as he shall deem best; and the cost thereof shall be paid by the Principal or his sureties; Then this obligation shall be null and void;otherwise it shall remain in full force and effect. Any Surety on this Bond shall be deemed and held,any Contract to the contrary notwithstanding,to consent without notice; ' I 1. To any extension of time to the Principal in which to perform the Contract. 2. To any change in the Plans,Specifications or Contract,when suchchange does not involve an increase of more than twenty percent(20%)of the total Contract Price,and shall then be released only as to such excess increase. 3. That no provision of this Bond or of any other contract shall be valid which limits to less than five years from time of acceptance of the work the right to sue on this Bond for defects in workmanship or material not discovered or known to the obligee at the time such work was accepted. • Construction B-3 6/97 GULF INSURANCE COMPANY BOND - • HARTFORD, CONNECTICUT • NUMBER AE `� 948.4308 POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE • PRINCIPAL: NAME, ADDRESS • • SAFETY PAPER WITH TEAL IN DUPLICATES SHALL HAVE TILE CITY, STATE, ZIP K -• SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN . CONJUNCTION WITH THE ORIGINAL, " • • • ' . • • KNOW ALL MEN BY THESE PRESENTS:That the Gulf Insurance Company, • a corporation duly organized under the laws of the State of Connecticut,having its R &A Construction principal office in the city of Irving,Texas, pursuant to the following resolution, 2507 N. 11 th Street adopted by the Finance&Executive Committee of the Board of Directors of the said • • Company on the 10th day of August,1993,to wit: Omaha, NE 68110 "RESOLVED,that the President,Executive Vice President or any Senior Vice President of the Company shall have authority to make,execute and deliver a Power , of Attorney constituting as Attorney-in-Fact,such persons,firms,or corporations as • may be selected from time to time;and any such Attorney-in-Fact may be removed EFFECTIVE DATE and the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors. 05/10/02 • RESOLVED,that nothing in this Power of Attorney shall be construed as a grant of authority to the attomey(s)-in-fact to sign,execute,acknowledge,deliver or oth- CONTRACT AMOUNT erwise issue a policy or policies of insurance on behalf of Gulf Insurance Company. RESOLVED,that the signature of the President, Executive Vice President or 30 063.00 any Senior Vice President,and the Seal of the Company may be affixed to any such $ ' Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be • BOND AMOUNT valid and binding upon the Company in the future with respect to any bond and 30,063.00 documents relating to such bonds to which they are attached." , • $ • Gulf Insurance Company does hereby make,constitute and appoint Sheri A. Aaron, Dick C. E. Davis, Sarah M. Starks- its true and lawful attorney(s)-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 and undertakings of suretyship,and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds,under- takings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorneys)-in-fact,pursuant to the authority herein given,are hereby ratified and confirmed. • The obligation of the Company shall not exceed one million(1.000,000)dollars. • IN WITNESS WHEREOF,the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed. • O'k... SVRANCE C. - � .yy GULF INSURANCE COMPANY • .• L"-`-`.•-• f3 r . STATE OF NEW YORK ' ) Lawrence P.Minter 1 ) SS COUNTY OF NEW YORK ) Executive Vice President On the 1st day of October,2001 A.D.,before me came Lawrence P.Minter,known to me personally who being by me duly sworn,did depose and say; that he resides in the County of Bergen,State of New Jersey; that he Is the Executive Vice President of the Gulf Insurance Company, the corporation described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instruments is such cor- porate seal;that it was so affixed by order of the Board of Directors of said corporation and that he signed his name,thereto by like order. .. `��ptMBlge� r. . . . Y ANGI AHAB R BEGAZO �/ . V A��\tj C • Notary Public,State of New York STATE OF NEW YORK ) �OF NE`Pl� No. in Kings 01MA6019988 • Qualified in Kin County SS Commission Expires February 16,2003 COUNTY OF NEW YORK ) I,the undersigned,Senior Vice President of the Gulf Insurance Company,a Connecticut Corporation,DO HEREBY CERTIFY that the foregoing and - . attached POWER OF ATTORNEY remains in full force. Sut1ANCE C Signed and Sealed at the City of New York. (....- , °A;'Ck?'='847(4: yZ ,1111111 IIIII Ell 11tH IIIII 11111 III _ ' Datedhe Y. 10th dy of MAY ,20 02. . . _ • AE9484308 • *1365040* • ' . �) . . , / . '` ' ',4-etes-e-Ci--riX. . George Biancardi , . • . . Senior Vice President • ACORD CERTIFICATE OF LIABILITY INSURANCk ID SA DATE(MMlDD/YY) &AC0-1 05/10/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Constructors Insurance Agency HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR • 11636 West Center Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Omaha NE 68144 Phone: 402-333-3232 Fax:402-333-8889 I INSURERS AFFORDING COVERAGE INSURED - INSURER A: Harleysville Insurance Company INSURER B: R&A Construction I INSURER C: 2507 North llth Street IINSURERD: Omaha NE 68110 I i INSURER E: COVERAGES THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR� TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR, DATE(MM/DD/YYJ DATE(MM/DD/YY) GENERAL UABILITY EACH OCCURRENCE $1,000,000 A X I COMMERCIAL GENERAL LIABILITY 9706-44 01/15/02 01/15/03 FIRE DAMAGE(Any one fire) $100,000 CLAIMS MADE X OCCUR MED EXP(Any one person) S 5,000 PERSONAL&ADV INJURY S 1,000,000 GENERAL AGGREGATE $2,000,000 GEN L AGGREGATE OMIT APPLIES PER PRODUCTS-COMP/OP AGG S 2,000,000 JE POLICY COT I I LOC I 1 I AUTOMOBILE LIABILITY COMBINED SINGLE UMIT A X ANY AUTO 9706-44 01/15/02 01/15/03 (Ea accident) S ALL OWNED AUTOS I BODILY INJURY _1 SCHEDULED AUTOS (Pef person) S X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) S _ _ PROPERTY DAMAGE S (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE S OCCUR CLAIMS MADE AGGREGATE S S DEDUCTIBLE S RETENTION S S WORKERS COMPENSATION AND I TORY LIMITSI Er EMPLOYERS'LIABIUTY A 8087-62 01/15/02 01/15/03 E.LEACHACCIDENT $ 100000 EL.DISEASE•EA EMPLOYEES 100000 EL DISEASE.POLICYUMIT S 500000 OTHER A Property Section 9706-44 01/15/02 01/15/03 A Equipment Floater 9706-44 01/15/02 01/15/03I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Tic-G'i .y of Omaha is as Additional Insured. /Project: S.P. 02-07. CERTIFICATE HOLDER_ I Y I ADDITIONAL INSURED;INSURER LETTER: A CANCELLATION CITYOMl SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.BUT FAILURE TO DO SO SHALL City of Omaha • IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR Omaha/Douglas Civic Center ���...+++ 1819 Farnam Street, Suite 1100 REPRESENTATIVES. Omaha NE 68183-0110 • 0�� 1 Marie L. ACORD 25-S(7/97) ©ACORD CORPORATION 1988 All bidders are to comply with the Omaha Contract Compliance Program as follows: Civil Rights Compliance Omaha Contract Compliance Program (Revised Effective 8/15/2001) DEFINITIONS Disadvantaged Business Enterprise (DBE) must meet all of the following criteria: (1) Has been in existence for at least one year and, (2) Not an affiliate or subsidiary of a business dominant in its field of operation and, (3) Is not: a manufacturer's rep; a franchise; a business where the owner is an owner or part owner of another similar business; or a non-stocking retailer or wholesaler and, (4) At time of application as evidenced by its income tax returns, gross receipts have not exceeded $150,000.00 and, (5) The het worth of individual owners may not exceed the sum of S150,000.00 after excluding the individual's equity in their primary residence. "Owner" includes a spouse, parents and/or children • living in the household. and, (6) Individual owners may not hold more than 20% ownership in any other single business. "Owner" includes a spouse,parents and/or children living in the household. When the business completes five years of participation in the program or its gross receipts reach the stun of S500,000.00 for a fiscal year or any one or more of the owners'net worth reaches the sum of S250,000.00 as calculated in subsections (5) and (6), whichever occurs first, said business will be decertified and no longer participate in the program. Protected Class (PC) consists of • (a) Black (b) Hispanic (c) Asian and Pacific Islander (d) American Indian or Alaskan Native (e) Female Protected Business Enterprise (PBE) consists of: (a) 51%of a business owned, controlled and actively managed by PC members (b) 51%of the stock of a publicly owned business is owned and controlled by PC Members (c) Provided that PC ownership and interests are real and continuing and not created for the purpose of complying to obtain a contract or subcontract In Compliance Employer (ICE) consists of (a) An employer that has at least 25%of PCs as the total number of employees in full or part time positions (b) Provided that these PC positions are not created for the purpose of complying to obtain a contract or subcontract. It has been declared necessary and expedient to require certain provisions in contracts with the City of Omaha to promote equality of opportunity in employment without regard to race, creed, color, sex, religion or national origin. This will promote and encourage socially_and/or economically disadvantaged Omaha businesses to compete for city contracts and to encourage diversity by the City in the award City contracts and to promote equality of access to city contracts. A-1 Revision Effective 8/15/01 1of4 "Contractor" is defined as any person, partnership, corporation, association or joint venture which has been awarded a contract, and includes every subcontractor on such a contract. "Subcontractor" is defined as any person, partnership, corporation, association or joint venture which supplies any of the work, labor services, supplies, equipment, materials or any combination of the foregoing under a contract with the contractor on a contract. The term "lowest and best bid" whenever used in this division shall include authority but not a requirement to award a contract to a disadvantaged business enterprise that is not the low bidder, but who is awarded a contract or subcontract determined by the city to be an acceptable cost higher than a competing lower bid, except for specially assessed projects. The cost differential in each contract shall not exceed 3%. • The Finance Director shall administer and enforce, maintain and report contract statistics, for quarterly reports, determine which program goals are met, advise departments "lowest and best" bid determinations and attaining program goals, implementing rules and procedures, and making fiscal determinations for compliance with the program. 10-192 All contracts hereafter entered into by the city shall incorporate an equal employment opportunity clause,which shall read as follows: All Bidders are required to comply with the Omaha Contract Compliance Program. During the performance of this contract, the contractor agrees as follows: (a) The contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin. The contractor shall take affirmative action to ensure that applicants are employed and the employees are treated during employment without regard to their race, religion, color, sex or national origin. As used herein, the word "treated" shall mean and include, without limitation, the following: recruited, whether by advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting offices setting forth the provisions of this nondiscrimination clause. (b) The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, or national origin, age,.disability. • (c) 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 workers' representative of the contractor's commitments under the equal employment opportunity clause of the city and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) 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, including the infon,iation required by sections 10-192 to 10-194, inclusive, and shall peirmiit reasonable access to his records. Records accessible to the contract compliance officer shall be those, which are related to paragraphs (a) through (g) of this subsection. The purpose of this provision is to provide for investigation to ascertain compliance with the program provided for herein. A-2 Revision Effective 8/15/01 • 2 of 4 (e) 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 (a) through (g) herein, including penalties and sanctions for noncompliance; however, in the event the contractor becomes involved in or is threatened with litigation as the result of such directions by the city, the city will enter into such litigation as is necessary to protect the interests of the city and to effectuate the provisions of this division; and in 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. (f) The contractor shall file and shall cause his subcontractors, if any, to file compliance reports with the contractor in the same form and 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. (g) The contractor shall include the provisions of paragraphs (a) through (g) of this section, "Equal employment opportunity clause." And section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. 10-194 All notices to bidders published shall include as part of the specifications the condition that all bidders are required to comply with the Omaha Contract Compliance Program. As part of the bid documents, each bidder files contract employment reports that confirms: (a) That the contractor has notified community organizations that they have employment opportunities available and shall maintain records or any responses (b) That the contractor maintains a file of names and addresses of each PC worker referred and what action taken in respect to these referred workers, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. (c) Contractors will contact the contract compliance officer when the union or unions that the contractor has a collective bargaining agreement have not referred a minority worker sent by the contractor or if there is information that the union referral process has impeded his goal. (d) That the contractor has solicited bids for subcontractors from PC subcontractors engaged in trades covered by their regulations, including circulation to minority associations. (e) Contractor certifies that all employees directly involved with the contract will be given a discrimination prevention presentation approved by HR in one of.the following: a. Contractor has a Bureau of Apprenticeship (BAT) approved apprentice program b. The company EEOC officer has attended a City of Omaha HRD course and then teaches all employees involved with the contract c.. All employees involved with the contract who have a direct contract with the public attend a discrimination presentation course presented by HR (f) If a complaint is filed against the contractor and found to be valid by HR, all employees involved in the • complaint will attend a HR discrimination course before the company can be awarded future contracts and/or received final payment for the current contract. A-3 Revision Effective 8/15/01 • 3 of 4 10-200 Award of City contracts to PBEs, and ICEs, and DBEs. (a) Commencing on 1/1/2001, the City shall make a good faith effort feasible to award supply, service and construction contracts in amounts in no less as determined by the Finance Director by 12/31 of the prior year, to proportionate to the percentage the PBE bears to the total business in the proposed contract industry. These goals shall apply to the dollar volume of those contracts. (b) Commencing on 1/1/2001, the City shall make a good faith effort feasible to award supply, service, and construction contracts to DBEs in amounts no less than 10% of dollar volume of contracts awarded by the City. (c) Exclusions to these percentages are contracts awarded to public utilities and other governmental units. Contracts awarded in amounts of$1,000.00 or less shall be specifically excluded from the total contracts awarded but not from the total volume of contracts awarded. • • • A-4 Revision Effective 8/15/01 4of4 SPECIAL PROVISIONS INDEX CONTRACT CONTROL S.P.-2 INDEX TO STANDARD PLATES 4 pages S.P.-3 PROSECUTION AND PROGRESS/LIQUIDATED • DAMAGES 2 pages S.P.-4 SPECIAL PROVISIONS 1 page S.P.-3 Construction S.P.-1 6/97 • SPECIAL PROVISIONS CONTRACT CONTROL: 1. All work,material, guarantees and bonds shall conform with: (a) All applicable Federal and State laws and all applicable ordinances and City of Omaha regulations; (b) The plans and all rotations shown and specified on the plans; • (c) The Special Provisions herein contained; (d) The City of Omaha Standard Specifications for Public Works Construction, 1989 Edition. 2. In case of conflict between or among: (a) The notations shown and specified on the plans; (b) The Special Provisions herein contained; • (c) The City of Omaha Standard Specifications for Public Works Construction, 1989 Edition; then the conditions shall control and prevail in accordance with the sequence above enumerated in this paragraph. Copies of .the CITY OF OMAHA STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1989 Edition, are available from the General Services Division of the Public Works Department(6`h Floor), Omaha/Douglas Civic Center, 1819 Farnam Street, Omaha,Nebraska 68183. Constniction S.P.-2 6/97 STANDARD LATEST ISSUE INDEX TO STANDARD PLATES PLATE NO. DATE Index to Standard Plates(4 Sheets) 11/97 Pavement,Type I 201 3/70 Pavement,Type IB 201B 6/19/87 Pavement, Type III 203 5/1/68 Pavement,Type IV 204 5/1/68 • Pavement,Type V 205 5/1/68 ' Pavement,Type VI 206 3/16/76 Pavement, Industrial Type 207 3/70 Typical Joint Locations (Single Long.) 208 10/79 Typical Joint Locations (Dual Long.) 208A 10/79 Expansion Joint Details 210 3/71 Transverse Joint Detail. 211 2/18/82 Longitudinal Joint Details 212 • 2/18/82 Expansion Joint Detail 212A 5/28/76 Transverse Construction Joint Detail 213 2/18/82 Crown Ordinates (25' Pavement) 220 3/16/76 Resurfacing Standard_Detail Section 241 4/13/60 Cul-de-sac Pavement Details 250 3/25/64 Concrete Curbs 301 8/6/75 Ramp Safety Curb 303 3/6/62 Concrete Header 305 2/29/60 Pavement Beam&Thickened Edge 307 3/71 Typical Grading Detail 309 3/16/76 Driveway Details,Flared Approach 310 9/14/91 Driveway Details, Radius Approach 311 9/16/91 Sidewalk Construction Details 320 4/83 Sidewalk Location Standard 321 3/70 Roof Drain Connection 325 5/1/68 Detail of Concrete Median Nose 331 6/76 Concrete Median Surfacing 335 8/8/86 Step Detail (2 Sheets) 401 3/70 Construction S.P.-3 11/97 ' 1 of 4 STANDARD LATEST ISSUE INDEX TO STANDARD PLATES PLATE NO. DATE Concrete Retaining Walls 405 4/6/82 Adjusting Sewer&Utility Manholes 541 2/2/90 and Valve Boxes (Resurfacing) Pavement Repair 545 5/81 Lug Out Detail 623 5/1/68 Rail Crossing Detail 647 12/2S/71 Wheel Chair Ramp ABC (3 Sheets) 677 6/18/80 Stone Retaining Wall and Rip Rap Detail 681 6/86 Curb Wall Detail 684 3/73 Chain Link Fence 686 4/72 Chain Link Fence Gates 687 4/72 Cast Iron Curb Inlet&Flat Grate &Frame 701 1/1/6S Cast Iron Type"Saddle Creek" Grate &Frame 702 5/21/58 Type"A" Single Inlet 703 2/70 Type "AA"Double Inlet 704 2/70 Type"AA"Double Inlet(Alternate) 705 1/1/68 Type"G-S"Double Inlet 706 1/1/68 Type"Saddle Creek" Single Inlet 707 1/1/68 Manhole Detail 708 1/1/68 Cast Iron Manhole Ring& Cover(2 Sheets) 709 9/7/83 Type"C"Double Inlet 710 1/1/68 Type"G"Double Inlet 711 1/1/68 Type"B-B" Single Basin Grate Inlet 712 1/1/68 Open End Inlets 713 1/1/68 Sewer Service Connection 714 6/18/58 Typical Riser Detail 715 • 12/74 Ring and Beehive Grate 716 11/69 Area Inlet(2 Sheets) 717 11/22/76 R.C. Flared End Section(4 Sheets) 718 5171 1 Connection Detail C.M.P. 719 2/13/64 Drainage Inlet Type"T" 720 5/1/68 Curb Inlets (5 Sheets) 721 4/20/83 S.P.-3 11/97 Construction 2 of 4 STANDARD LATEST ISSUE INDEX TO STANDARD PLATES PLATE NO. DATE Concrete Collar-Sewer Tap 723 3/70 Pipe Plug Detail 724 3/70 Sanitary Sewer Water Main Crossing 725 3/70 Pipe Bedding Detail 726 3/70 - • Sanitary Manhole 739 2/19/73 Sampling Manhole (2 Sheets) 740 2/18/82 Cast Iron Manhole Ring &Bolted Down Cover 741 6/28/72 Magnetic Detector Installation Detail 801 1/19/70 Loop detector Installation Detail (3 Sheets) 802 9/12/89 (3rd sheet 6/14/95) Pull Box,Type PB-1 &Type PB-2 (2 Sheets) 803 4/27/94 Service Riser 804 8/9/95 Overhead Power Service 806 3/78 Standard Signal Face Arrangement(Vertical Signal Heads) 807 7/9/97 , Standard Signal Face Arrangement(Horizontal Signal Heads) 808 11/16/84 Pole Bracket Installation Details 809 4/8/93 Pole Bracket Installation Details 810 11/16/84 Pedestal Mounting Details Sl 1 11/16/84 Span Wire Mounting Details 812 11/16/84 Mast Arm Mounting Details S13 11/16/84 Mast Arm Pole Details 814 12/5/95 Mast Arm Pole Foundation Details (2 Sheets) S 15 12/31/96 Transformer Base Details S 16 4/27/94 Luminaire Arm Details 817 2/24/92 Pedestal Pole Detail (2 Sheets) 818 . 4/24/93 Pad Mounted Controller Cabinet 819 4/19/95 Standard Traffic Signal Wiring Code 820 4/22/96 Standard Traffic Signal Wiring Code 821 4/22/96 Standard Traffic Signal Wiring Code 822 4/22/96 Temporary Sign Installation for Construction Projects 823 4/18/86 Street Name Signs Layout--Type "A" 825 6/13/97 • Street Name Signs Layout--Type"B" 826 6/30/97 Construction S.P.-3 11/97 3of4 - STANDARD LATEST ISSUE INDEX TO STANDARD PLATES PLATE NO. DATE Street Name Sips Layout--Type"C" 827 6/30/97 Wood Pole Span Wire Details (2 Sheets) 828 9/28/89 Speed Bump Details (2 Sheets) 829 2/28/90 Post Mounted Signs 830 7/18/94 Standard Valve Box Details 841 4/13/60 • S.P.-3 11/97 Construction4 of 4 • PROSECUTION AND PROGRESS/LIQUIDATED DAMAGES PROSECUTION AND PROGRESS Paragraph 8 of subsection 108.02 --Determination of Contract Time for Completion of Work--in the City of Omaha Standard Specifications for Public Works Construction, 1989 Edition,is void and superseded by the following: "The contractor shall be substantially complete with all work prior to the suspension of working days. Substantially complete shall include, but not be limited to the following items in the contract: All preparatory items • All earthwork items except sodding • All bituminous surfacing items • All concrete paving items • All sewer items • All utility items • All traffic control and signal items • All signing items In addition, substantially complete shall include any extra work not contemplated in the original contract or additional quantities of contract items that may be required. Working days shall be charged after substantial completion if the engineer determines that the contractor is not prosecuting the remaining work in a manner which is conductive to a timely completion of all work in the contract." LIQUIDATED DAMAGES Section 108.08 -- Liquidated Damages -- in the City of Omaha Standard Specifications for Public Works Construction, 1989 Edition, are void and superseded by the following: "The contractor shall schedule and conduct the work included in this proposal in a manner as to substantially complete the work in accordance with the construction drawings and specifications. Construction S.P.-4 . 8/97 loft If the contractor fails to substantially complete the work within the working-day time allowance, liquidated damages shall be charged for each day after expiration of working days as specified in the proposal, or after any additional days which may have been granted by the engineer. The number of working days set forth in the proposal for the completion of the work is an essential part of the contract. For each working day that is assessed after the expiration of working days as specified in the proposal,or after any additional days which may be granted by the engineer,the contractor shall be assessed as set forth in the table below: LIQUIDATED DAMAGES • Amount of Contract Damages/dav Less than S100,000 S 300.00 S100,000 and less than$500,000 S 500.00 over S500,000 S 1,000.00 • • • Constriction S.P.-4 8/97 2of2 • Special Provisions A. GENERAL REQUIREMENTS 1. PRE-BID CONFERENCE: A pre-bid conference will be held on Tuesday, March 19, 2002 at 2:00 P.M. at the project site for all interested contractors. 2. FORCE ACCOUNT WORK: All force account work shall be paid for on a time and material basis and shall be deteimmined as follows: a. LABOR: base rate plus liabilitry and workman's compensations insurance plus fringe benefits. b. MATERIALS: Actual cost delivered to the work site, including freight and handling costs as shown by original receipt invoices. c. SMALL TOOLS AND SUPPLIES: 5% of labor (above). d. OVERHEAD AND PROFIT: 15% of the total of labor {above) plus materials (above) plus small tools and supplies (above). e. EQUIPMENT COST: 77% of the "Blue Book" hourly rate plus operating. S.P.-5 Page 1 of 1 DIVISION I- GENERAL REQUIREMENTS Section 1000 Administrative Provisions Section 1150 Measurement and Payment Section 1200 Project Meetings Section 1300 Submittals Section 1500 Construction Facilities and Temporary Controls Section 1700 Project Closeout • 1 SECTION 1000 - ADMINISTRATIVE PROVISIONS 2 3 DEFINITIONS 4 s For this Contract the "City" and "Owner" shall be defined as City of Omaha, Nebraska. 6 7 SUMMARY OF WORK 8 9 The Contract for Project No. SP 02-07, Sanitary Sewer Reconstruction in Alley East of 16`h io Street and South of Dodge Street, Omaha, Nebraska, includes all material, labor, tools, 11 expendable equipment, construction equipment and machinery, utility and transportation 12 services, and all incidental items necessary to perfoim and complete, in a workmanlike manner, 13 the Work required. 14 1s SCOPE OF WORK 16 17 The Scope of Work for Project No. SP 02-07, Sanitary Sewer Reconstruction in Alley East of 18 16`h Street and South of Dodge Street, Omaha, Nebraska, includes the construction of concrete 19 pavement, curb and gutter, stoma sewer, water main and other miscellaneous features as shown 20 on the Drawings and described in the Specifications and Contract Documents. 21 22 REFERENCE STANDARDS 23 24 City of Omaha Standard Specifications for Public Works Construction, Current Edition shall 25 govern all construction unless amended by these specifications. • 26 27 For products specified by association or trade standards, comply with requirements of the 28 standard, except when more rigid requirements are specified or are required by applicable codes. 29 Obtain copies of standards when required by Contract Documents. Maintain copy at job site 30 during progress of the specific Work. 31 32 COORDINATION 33 34 Coordinate Work of the various sections of Specifications to assure efficient and orderly 35 sequence of installation of construction elements, with provisions for accommodation items 36 installed later. 37 38 The Contractor shall coordinate and schedule his work with the Engineer such that there will be 39 minimum disruption of the noiival operations of existing adjacent facilities and infrastructure. 40 • 41 WORK ON WEEKENDS AND HOLIDAYS 42 43 No Work shall be performed on weekends or holidays unless approved by the Owner/Engineer. ADMINISTRATIVE PROVISIONS- 1000 1 EGA011123 1 If Work must be performed on weekends or holidays, permission must be obtained from both the 2 Owner and Engineer. 3 4 CONSTRUCTION RIGHT-OF-WAY 5 6 The Contractor shall confine all construction operations to the immediate vicinity of the Work 7 shown on the Drawings. Contractor shall exercise care in placing construction equipment, tools, s excavated materials, and materials and supplies on the property, area to cause the least possible 9 damage to property and interference with traffic. Contractor shall be responsible for damage to 10 turf and other property outside the boundaries of the property area and shall make satisfactory 11 settlement with the Owner if any damage occurs. In the event the Contractor desires to use and 12 occupy land outside the property area, he shall obtain written consent from the affected property • 13 owner. 14 is NOTICE TO UTILITY COMPANIES AND PROPERTY OWNERS 16 17 The Contractor shall give at least 48 hours notice to all affected utility companies and property 18 owners whose utility or service may be adjacent to, crossed by, or disrupted due to the operations 19 of the Contractor performing the Work. The following utility companies and departments may 20 be affected: 21 22 City Water and Sewer Departments 23 Omaha Public Power District (O.P.P.D.) 24 Metropolitan Utilities District (M.U.D.)-Water & Gas 25 U.S. West Telephone Company 26 City of Omaha Public Works Department - Street and Sewer Departments 27 28 QUALITY CONTROL TESTING 29 30 All Quality Control Testing shall be paid for directly by the Owner, with the exception of failing 31 tests. Failing tests shall be paid for by the Contractor, and will not be reimbursed by the 32 Engineer or the Owner. Refer to Section 1400, "QUALITY CONTROL," for additional 33 information. 34 3 s APPLICATIONS FOR PAYMENTS 36 • 37 The Application for Payment shall be prepared and signed by the Contractor on blank forms 38 provided by the Engineer. Submittal of the Application for Payment shall be made in triplicate. 39 40 Upon review and recommendation by the Engineer, the Owner shall approve payment to the 41 Contractor of ninety percent (90%) of the value of labor and materials incorporated in the Work 42 and ninety percent (90%) of the materials suitably stored, such payment to be made within thirty 43 (30) days after the recommendation of the Engineer. ADMNISTRATIVE PROVISIONS- 1000 - 2 EGA011123 1 2 Upon substantial completion, the Owner shall pay an amount sufficient to increase total 3 payments to Contractor to ninety-five (95%) of the Contract Price, less such amounts as 4 Engineer shall determine. 5 6 Upon completion, final inspection and acceptance of the Work, the Owner shall pay to the 7 Contractor the remainder of the Contract Price as recommended by the Engineer. 8 9 PROJECT SCHEDULE 10 11 Bids will be-opened publicly on Wednesday, March 27, 2002. The Contractor shall be prepared 12 to start on April 29, 2002 and be complete no later than May 22, 2002. 13 14 LIQUIDATED DAMAGES 15 16 The Contractor shall pay liquidated damages as set forth in the Contract document. • ADMINISTRATIVE PROVISIONS-1000 3 EGA011123 _ • i SECTION 1150 - MEASUREMENT AND PAYMENT 2 3 4 CHANGE OF CONTRACT PRICE 5 6 The Contract Price shall only be changed by a Change Order. - • 7 • 8 The value of any Work not covered in the Contract Documents shall be mutually agreed upon, 9 and a Change Order prepared prior to the commencement of the work. 10 11 CONTRACT PRICE 12 13 The contract is on a unit price basis. Quantities will be measured and verified in place by the 14 Project Engineer's representative before payment is approved. 15 16 SCOPE OF PAYMENT 17 is The Contractor shall accept the compensation as herein provided, in full payment for furnishing 19 all materials, labor, tools, equipment, and incidentals necessary to complete the Work as Lump 20 Sum Price. Such compensation shall also include Contractor's responsibilities in fulfilling the 21 obligations contained, contemplated, and embraced under the Contract, including loss or damage 22 arising from the nature of the Work. Such compensation shall also include Contractor's 23 responsibilities concerning all•risks of every description connected with the prosecution of the 24 Work, for all expenses incurred in consequence of the suspension or discontinuance of the Work 25 for any infringement of patent, trademark, or copyright, and for completing the Work in 26 accordance with the intent of the Drawings, Specifications, and Contract Documents. 27 2 s UNIT PRICE DESCRIPTIONS 29 30 The following is a'list of unit price descriptions: 31 32 Remove Pavement shall include all equipment, labor and materials necessary to remove and 33 properly dispose of offsite all reinforced and non-reinforced concrete, asphalt or brick 34 pavements. Sawcut full depth shall be considered incidental to this pay item. Payment shall be 35 made at the contract unit price for "REMOVE PAVEMENT". 36 37 Remove 12" or smaller sewer pipe shall include all equipment, labor and materials necessary for 38 the excavation, cutting and removal of all existing sewer necessary for the construction of the 39 new sewer. Payment shall be made at the contract unit price per lineal foot for "REMOVE 12" 40 OR SMALLER SEWER PIPE". 41 42 Remove Manhole shall include all equipment, labor and materials_necessary for the removal of 43 existing manholes in its entirety and backfilling to original grade as indicated on the drawings. • MEASUREMENT AND PAYMENT- 1150 EGA011123 1 Payment shall be made at the contract unit price per lineal foot for "REMOVE MANHOLE". 2 3 Flowable Fill shall include all equipment, labor and materials necessary for flowable filling the 4 existing sewer pipe in accordance with the referenced specifications. Vent placement, pipe 5 preparation, excavation, font'work and any other associated work necessary to fill the pipe shall 6 be considered incidental to this pay item. Payment shall be made at the contract unit price per 7 cubic yard for"FLOWABLE FILL". 8 9 Construct 12" D.I.P. shall include all work, materials, fittings and equipment necessary to trench, to construct and backfill to original grade 12" D.I.P. sewer pipe as per the referenced specifications. ii Payment shall be made per lineal foot for the bid item "CONSTRUCT 12" D.I.P.". 12 13 Construct 6" D.I.P. shall include all work, materials, fittings and equipment necessary to trench, 14 construct and backfill to original grade 6" D.I.P. sewer pipe as per the referenced specifications. is Payment shall be made per lineal foot for the bid item "CONSTRUCT 6" D.I.P.". 16 17 Construct Cleanout. shall include all work, materials and equipment necessary to trench, is construct and backfill the sanitary sewer cleanout as per the drawing and referenced 19 specifications. Payment shall be made per each for the bid item "CONSTRUCT CLEANOUT". 20 21 Construct 22 1/2 Degree Bend- 12" D.I.P. shall include all work, materials and equipment 22 necessary to trench, construct and backfill to original grade the bends as per the drawing and 23 referenced specifications. Payment shall be made per each for the bid item "22 1/2 DEGREE 24 BEND — 12"D.I.P.". 25 26 Construct 12" x 6" Wye (D.I.P.) shall include all work, materials and equipment necessary to 27 trench, construct and backfill to original grade the wyes as per the drawing and referenced 28 specifications. Payment shall be made per each for the bid item "12" x6" WYE (D.I.P.)". 29 30 Construct Pipe Plug ( 12" and Under) shall include all work, materials and equipment necessary 31 for excavating and constructing the pipe plug in accordance with the referenced specifications 32 and backfilling to original grade. Payment shall be made at the contract unit price per each for 33 "CONSTRUCT PIPE PLUG (12" AND UNDER". 34 35 3" Crushed Rock Stabilization Bedding shall include all work, materials and equipment 36 necessary to dewater and stabilize the excavation with 3" crushed rock. Three inch (3") 37 screened, crushed rock will be the only crushed rock which is measured for payment by the ton. 35 and 3" screened, crushed rock will be paid for only by tickets presented to the ENGINEER'S 39 representative at the time of delivery of the rock. The 3" screened, crushed rock shall conform to 40 the requirements of Section 1013 of the project specifications and the gradation listed in sub- 41 paragraph C of Section 1035.09. This work shall only be performed where ordered by the 42 ENGINEER due to unstable or water bearing situations. 43 MEASUREMENT AND PAYMENT- 1150 - EGA011123 1 Perform Television Inspection shall include all work, materials and equipment to perform 2 television testing as per the referenced specifications. Payment shall be made at the contract unit 3 price per lineal foot for"PERFORM TELEVISION LNSPECTION'. 4 s Remove Electrical Vault shall include all work, materials and equipment necessary to.excavate, 6 removal, demolish, haul off site and properly dispose of the existing electrical vaults, grates and 7 all related appurtenances. All transformers, utility wires and related electrical equipment will be a removed by the utility company prior to the commencement of this contract. 9 10 11 END OF SECTION • MEASUREMENT AND PAYMENT- 1150 EGA011123 • 1 SECTION 1200 - PROJECT MEETINGS 2 3 4 PRECONSTRUCTION CONFERENCE 5 • 6 A Pre-construction Conference will be held after the Agreement is executed, but before the 7 Contractor begins the Work. The Conference will be to review the Project, discuss and clarify 8 administration procedures and requirements under which the construction operations are to 9 proceed. The Owner, Contractor(s) and Engineer shall attend the Pre-construction Conference. 10 The Engineer will notify the Contractor of the date, time, and location of the Conference. 11 12 PROGRESS MEETINGS 13 14 Progress Meetings shall be scheduled weekly at a day and time agreeable to both parties is throughout the project schedule of the Work. 16 17 18 END OF SECTION • • • PROJECT MEETINGS- 1200 1 EGA011123 1 SECTION 1300 - SUBMITTALS 2 3 4 BONDS 5 6 Contractor shall submit Performance and Payment Bonds at the time of delivery of the executed 7 Contract to the Engineer. 8 9 to INSURANCE CERTIFICATES 11 12 Contractor shall submit a Certificate of Insurance at the time of delivery of the executed Contract 13 to the Engineer. 14 15 16 CONSTRUCTION SCHEDULE 17 18 Contractor shall submit a Construction Schedule to the Engineer within five (5) working days 19 after receiving the Notice of Award. The content of the Schedule shall include the following: 20 21 1. Work sequence. 22 2. Date of starting and completing each part of 23 the Work. 24 3. Coordination requirements, including delivery of material, as well as 25 necessary coordination between other Work schedules. 26 4. Name of job superintendent and/or job foreman. 27 28 29 LIST OF SUBCONTRACTORS AND MATERIAL SUPPLIES 30 31 Contractor shall submit a list of Subcontractors and Material Suppliers at the time of delivery of 32 the executed Agreement to the Engineer. • 33 34 35 TESTING REPORTS 36 • 37 Contractor shall submit all testing reports to the Engineer immediately after the testing reports 38 are prepared and/or received by the Contractor from the Testing Laboratory. 39 • 40 Testing reports shall include, but are not necessarily limited to, the following: 41 42 Compaction Density SUBMITTALS-1300 EGA011123 1 1 2 3 APPLICATION FOR PAYMENT 4 5 Contractor shall submit all Applications of Payment in accordance with Section 1000, 6 "ADMINISTRATIVE PROVISIONS." 7 8 9 10 11 END OF SECTION SUBMITTALS-1300 EGA011123 2 • 1 SECTION 1400 - QUALITY CONTROL 2 3 4 TESTING LABORATORY SERVICES: 5 6 The testing laboratory shall be selected by and contracted with the City of Omaha, Nebraska. • 7 The testing laboratory shall perform the necessary quality control test specified in these 8 Contract Documents. The Testing Laboratory shall perfoiuui all testing required for the 9 Project. 10 11 SAMPLING AND TESTING: 12 13 All sampling and testing shall be performed by the Testing Laboratory's authorized 14 representative. The location from which the samples were taken and tests perfoiined shall be is recorded and noted in the test report. 16 17 TESTING REPORTS: 18 19 Testing Reports shall be made in triplicate with two copies sent directly to the Engineer and 20 one copy to the Contractor. In addition, a copy of any concrete test report shall be sent to the 21 concrete producer. 22 23 PAYMENTS FOR TESTING SERVICES: 24 25 Payments to the Testing Laboratories for services included in these Contract Documents shall 26 be made directly by the Owner. Payments shall not be made for tests, which fail to meet the 27 standards specified. The costs of failed tests shall be paid for by the Contractor, not by the 28 Engineer, and at no additional expense to either the Engineer or the Owner. The costs of the 29 failed tests shall be deducted from the Contract price by change order. 30 31 TESTS REQUIRED: 32 33 Tests are as required as specified in the City of Omaha Standard Specifications for Public 34 Works Constniction 1989 Edition and current revisions and as modified by these Contract 35 Documents. The Engineer and Testing Laboratory shall be responsible for deteiinining the 36 actual location and timing of all quality control tests. However, the Contractor shall be 37 responsible for notifying the Testing Laboratory in advance of when tests will be required, in 38 order to allow sufficient time to schedule testing. 39 40 41 END OF SECTION • QUALITY CONTROL- 1400 1 EGA011123 • 1 SECTION 1500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 2 3 • 4 TEMPORARY FACILITTFS: 5 6 Contractor shall obtain and pay for all temporary facilities and services, which may be necessary 7 for prosecution of the Work, including, but not limited to, water, power, fuel, light, heat, s telephone, and sanitary facilities. 9 10 11 FENCES. GATES, AND BARRICADES: • 12 13 Contractor shall provide barriers, as required, to prevent public entry to construction areas and to 14 protect existing,facilities and adjacent properties from damage from construction operations. 15 16 17 PROTECTION OF UTILITIES: 18 19 Contractor shall exercise every precaution to avoid damage to existing utilities and 20 appurtenances including, but not limited to, telephone lines, cable television lines, gas mains, 21 power cables, water mains, sewer mains, service lines, sidewalks, driveways, drainage structures, 22 fences, mailboxes, trees, turf, and playground equipment. Contractor shall locate or have located 23 by the respective utility company all underground utility lines with detection equipment well in 24 advance of beginning Work. 25 26 • 27 ENGINEER'S SITE LAYOUT: 28 29 The work shall be perfoinied by the land surveyor of the Project Engineer. • 30 31 Payments shall be made for site layout and staking by the Owner on a one-time basis. 32 33 It is the intent that the surveyor will perform the required site layout and staking work one time 34 only. Any re-working of the layout, or re-staking shall be the responsibility of the Contractor. 35 36 37 DRAINAGE: 38 39 Contractor shall take steps to maintain all natural surface and subsurface drainage during 40 construction so as to prevent ponding of surface water or saturation of the subsurface soil. Do • 41 not discharge water onto private property. 42 43 CONSTRUCTION FACILITIES-1500 • EGA011123 L 1 2 STORAGE OF MATERIALS AND EQUIPMENT: 3 4 Contractor shall store materials and equipment neatly in an area or areas approved by the Owner 5 and Engineer. 6 7 8 TRAFFIC CONTROL: 9 10 All traffic control devices shall be in accordance with the Manual on Unifoiui Traffic Control 11 Devices for Streets and Highways, U.S. Department of Transportation, Federal Highway 12 Administration. 13 14 Traffic control on or near City streets shall be as described in Sections 107.07 and 107.08 of the is City of Omaha'Standard Specifications for Public Works Construction, 1981 Edition. 16 17 Contractor shall make every effort to maintain the best possible flow of traffic during is construction. Contractor shall closely coordinate his work schedule with the Owner and 19 Engineer to avoid confusion and disruption of,noiuial traffic patterns. 20 21 All Work performed by the Contractor, which necessitates the closing or blocking of a sidewalk, 22 street, road, drive, or highway, shall be completed quickly and efficiently and shall not be halted 23 until completed. The Contractor shall not proceed to other areas of the Project until Work in the 24 immediate area is completed and the sidewalk; street, road, drive, or highway is reopened. 25 26 When blocking traffic lanes or closing any sidewalk, street, road, drive, or highway, the 27 Contractor shall furnish, erect, and maintain all traffic control devices, including barriers, cones, 28 signs, markings, and flagmen (if required). 29 30 In the event that private driveway or access must be closed or blocked to permit construction, 31 provide a means of access to the private property owner. If necessary, provide advance notice to 32 the owner so those vehicles may be moved into the street prior to the construction work. 33 Complete all Work, repair the surfacing, and reopen the driveway or access as quickly as 34 possible. 35 36 37 END OF SECTION • CONSTRUCTION FACILITIES-1500 - EGA011123 1 SECTION 1700 - CONTRACT CLOSEOUT 2 3 4 CLOSEOUT PROCEDURES AND FINAL APPLICATION FOR PAYMENT 5 6 The Owner and Engineer will issue a final Change Order reflecting approved adjustments to the 7 Contract Price not previously made by Change Order. • 9 10 FINAL CLEANNG: 11 12 Perform all cleaning prior to final inspection. Clean site; sweep paved areas, rake clean other 13 surfaces. Remove waste and surplus materials, rubbish, and construction facilities from the 14 Project and from the site. 15 16 17 CONSENT OF SURETY COMPANY TO FINAL PAYMENT: 18 19 Contractor shall submit a Consent of Surety Company to Final Payment to the Engineer at the 20 time of submission of the Final Application for Payment. 21 22 23 PAYMENT ASSURANCES: 24 2 s Contractor shall submit signed lien waivers from all material suppliers and Subcontractors at the 26 time of submission of the Final Application for Payment. In addition, the Contractor may be 27 required to submit an affidavit of Payment of All Debts and Claims. 28 29 30 END OF SECTION • CONTRACT CLOSEOUT— 1700 1 EGA011123 L _ � . , CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL,OF THE CITY OF OMAHA: WHEREAS, bids were received on March 27, 2002, for SP 02-07 being Sanitary Sewer Reconstruction; and, WHEREAS, R & A Construction Co., Inc. submitted a bid of$30,063.00, being the lowest and best bid received, for SP 02-07. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of $30,063.00, from R & A Construction Co., Inc. for SP 02-07, being Sanitary Sewer Reconstruction being the lowest and best bid received, be accepted and the contract awarded. BE IT FURTHER RESOLVED: THAT, the contract with R & A Construction Co., Inc., as recommended by the Mayor, in the amount of$30,063.00, is hereby approved. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of SP 02-07 from the Year 2002 First National Bank, Phase Two, Public Improvement Account, Fund Number 352 in the amount of$30,063.00. APPROVED AS TO FO e / nor ' .- _ .' _... ...-___.-E-- ...el Yz'i 1 dir Ao 4' Y DATE PAP1n4\11207f.doc . a' : •j .‘4Z9r4Vtili By •-• ,..C•cltincilm mber Adopted.41A0.Y?" :.T 2UO2 o - 0 Approved _ , , , , s•'' Mayor ''d Z E ems' c+ e-,-• '5 vj 5; iI1!. VhI1i a. op CI b0 .. M I e p C 7,1 CD p 8 Z H O Z z CDn oro C) p I. \ • 0\o o O ¢h * n O `� O (/) O %.N' \ 14 C� W O �y '7 O ddw0 O Ond , $ O -r, 0 cO g n � N 'a® AD O OC O " J O b ,y. CD O 0 -.¢, CY n PZ p O G. ,- �. R,° CD v; R° a. CD.Cf4 • 1,.. tk r.. e