Loading...
RES 2000-3098 - Contract with Omaha Electric Service Inc for downtown northeast redevelopment parking lot lighting °rnnxe, Planning Department ° A� Omaha/Douglas Civic Center `�1 t E l ^"�I;,L 1819 Farnam Street,Suite 1100 aferVT:i Omaha,Nebraska 68183-0110 �®.�',.!'1 �► '^ 00 / � �. (402)444-5200 o o (402)444-6140 Ao �ry Telefax(402)444-6140 A Ct d 3 i,l •_�.- 44D FEBRVr 0 iyi 4 j s t+.r: c f 1 Robert C.Peters City of Omaha #a''°'1,' !& Acting Director Hal Daub,Mayor Honorable President and Members of the City Council, The attached Resolution approves the contract with Omaha Electric Service, Inc. for the installation of new lighting under Interstate 480 between 20th and 14th Streets. This project is part of the overall public improvement work for the First National Bank.Redevelopment Project and is in accordance with the Redevelopment Agreement that was approved by the City Council on February 9, 1999. The following bids were received on October 11, 2000. The Engineer's Estimate for this project is $261,940.00. Contractor Bid Omaha Electric Service, Inc. $319,637.00 (LOW BID) Sadler Electric, Inc. $336,482.00 OK Electric Co., Inc. $389,497.00 City Council members will note that this bid exceeded the Engineer's Estimate. This contractor informed the City that a recent increase in the cost of conduit and direct boring caused the bid to be over the Engineer's Estimate. Funds are available to pay for this work for.the bid amount. The Finance Department is authorized to pay the cost of S.P. 97-8F in the amount of $319,637.00 from the First National Bank, Phase I, Public Improvements Redevelopment Project Account, Fund Number 352, Agency 140, Organization 1502, Activity No. .5525, Year 2000 funding. The last review by the Human Relations Director showed the contractor is in compliance with Ordinance No. 28885 and that the contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will continue to review the contractor to ensure compliance with the Contract Compliance Ordinance. 11 Honorable President and Members of the City Council Page 2 The Planning and Finance Departments recommend acceptance of the low bid from Omaha Electric Service, Inc. in the amount of$319,637.00 for S.P. 97-8F, being the lowest and best bid received, and request your consideration and approval of this Resolution. • Respectfully submitted, d to it Cou c. fo onsiderati n: Steven N. Jensen, P Date Mayor's Office/Ti e 6b< Date Acting Planning Director. l Approved as to Funding: Approved: c pr 1 . . ibytkAA-----. gi lb to $1,,A,_ ,, ik, 4 0 Stanley P. Tim Date - .n . Elliott,P.E. Date Acting Finance Direct : .. ublic Works Director Approved: 11 12e-61—(::9--49X/1,(4...‘ — ket.14,,. /040760 Kellie Paris-Asaka Date . Human Relations Director P:\PLN1\11220sk z.doc t" CITY OF OMAHA PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS AND SPECIAL PROVISIONS DOWNTOWN NORTHEAST REDEVELOPMENT PARKING LOT LIGHTING S.P. 97-8F Bids received un '1 11:00 o'clock A.M. October 11, 2000 Contract Award 20� Resolution No. ' Zg n4� Contractor: i y � y TABLE OF CONTENTS NOTICE TO BIDDERS NB-1 TO NB-3 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 SPECIAL PROVISIONS INDEX SP-1 , 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 1lth day of October . for the construction of Downtown Northeast Redevelopment Parking Lot Lighting being S.P. 97-8F. 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 Downtown Northeast Redevelopment Parking Lot Lighting,"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 ($100.00). 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 "7 ryt' 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 forms required by the City, in the full amount of the contract as security for the faithful performance of the contract and the payment of all persons performing labor or furnishing materials in connection with the contract. This security shall also cover the guarantee required by the contract for the period of guarantee stated in the Proposal (See Section 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. Construction NB-3 2/99 • Proposal for Project No: S.P. 97-SF Omaha, Nebraska Bid Opening Date: October 11, 2000 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 Downtown Northeast Redevelopment Parking Lot Lighting being S.P. 97-8F 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 ON issued thereto for the base bid sum fee.E i-Li ioaw NINIEtFEAJT-ousallo Sis. 114.4NUED 1 4-H?17_SEVEI3 DOLLARS oo and t`4 O CENTS (S 319 , 637 ) 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 I�. 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: Constniction P-I 8/97 Schedule of Prices (P-2) Public Works Department Omaha, Nebraska 30-May-00 Line Item# Description Quantity Price Total 1 REMOVE LIGHT POLE BASE 19 @ ( 55 ,pp ) per EA = I0,S45° ) 2 REMOVE LIGHT POLE AND BASE 61 @ ( (p.S(p,O0 ) per EA = ( 90 014:,"" ) INSTALL#10 WIRE IN SCHEDULE 40 3 PVC FOR LIGHTING CIRCUITS 1 @ ( 88 b')S,00) per LS = ( 88,67S", ) REHABILITATE ELECTRICAL PANEL 4 (100A MCB-12POLE) 2 @ ( I Axe°C> ) Per EA = ( .436 — ) REHABILITATE ELECTRICAL PANEL 5 (125A MCB-24POLE) 1 @ ( I,�7 o ) per EA = ( ( I 0,57 61' ) 6 INSTALL PANEL FEEDER(3#3 GA.) 30 @ ( 5 S° ) per LF = ( 114,ct ) 7 INSTALL PANEL FEEDER(3#1 GA.) 50 @ ( S 1`} ) per LF = ( zs-2 o, ) INSTALL SINGLE LIGHTING FIXTURE, 8 POLE AND BASE 54 @ ( Z45(oa— ) per EA = ( I i i1 b?Z"? ) INSTALL DUAL LIGHTING FIXTURE, 9 POLE AND BASE 27 © ( 214 is"= ) per EA = ( ( sizast ) @ ( ) per = ( _----- ) TOTAL BASE BID Grand Total (3111637�) 1\1D se 0 I 0 /N c-t.L.r t rs S pac.l i /so Gr6.,cLT "Pi)4- A. L_ucT /� ,1 (=. ' 4 25,OoO oc CAN BE 6/V Ea.) ) F I cLal:) i -rypE V)CVV1 Ft xst-u REs ANC P- TypE`' asps" Fo e___ s 4-R-E. Arc-c---paw Page 1 of 1. 6/1/2000. Schedule of Prices(P-2), Project SP 97-8f 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 $ S o of $11:) 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. The undersigned agrees to accomplish the work in its entirety within 90 working days and shall be prepared to begin no later than October 30 2000 . d to forfeit liquidated damages as set forth in Section 108.08 of the Spec cations in le even o over-run of time. The undersigns also agrees, if awarded the Contract, to furnish bonds as required by the specifications for the faithful perfo ance of the work and guarantee workmanship and material under Contract for a period of two (2) years fro the date of final acceptance of the work. �T 1ZT 1.01 Z'1+ R-e_vvt.e t $ 13fl-Sa-S . F(X-11A ' FO 12-e- eTO. to wEJ= S A-Fr 2 A T ROY_ OF &uavvk ITTA S. Construction P-3 3/97 If awarded the Contract. our Surety will be UI N ►UECZs/aL_.. Su Q E.r (Name of Surety Company) of f 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: OMX 14 L c1-T2►C-_� l l C.t=, /NG_ Name of Corporation Officer 2.4c Title ax-ckh and Witness ATTEST: Business Address and Telephone No.: nwl Oa (06 I 2:2 -4(zss 59- - 2`).9 A-x Construction P-4 8/97 "CERTIFICATE " A Corporate Contractor. in submitting this Proposal, hereby represents that the Corporation has complied with all Nebraska Statutory requirements, which are prerequisite to its being qualified to do business in the State of Nebraska. or that it will take all steps necessary to so qualify, if the successful bidder. • c___ g-•Pfic.EINC- Name of Corporation tkc"? Officer VF Title HAt— If Foreign Corporation: Nebraska Resident Agent • Construction P-5 3/97 TO THE CITY OF OMAHA: CERTIFICATE Undersigned hereby certifies that all equipment to be used by undersigned in the performance of the contract pertaining to the project for: Downtown Northeast Redevelopment Parking Lot Lighting being S.P. 97-8F and pursuant to Contract between undersigned and the City of Omaha has been assessed for taxation for the current year. except as to equipment acquired since the assessment date. Said equipment has been assessed int,ka.Lpy-S County 1,i�-4ra L,.S.>� . State. The Certificate above is submitted pursuant to the requirements of Section 77-1323, Reissue Revised Statutes of Nebraska. 1943. as amended. The Contractor further certifies that all non-salvaged material removed from the project will be disposed of at the following approved and Permitted locations(s): C c. (..0 t e 2 Gy ct..,Eo i PO c.�e-, 4 R,cruaps L. t a Q_PE0 tr'--e9c2__ 714-0_. 'P--_ The �City �must be informed of any additions or changes in such location(s). C Ci y 1f4I4 -'Mt c._ t2_i kkC A(n) Contractor's Name (Specify:Corporation.Partnership,or Individual) Bv: ___:7- tL- k ' VP. (Title.specify: President.Partner.or Owner) Attest: OS1 CJm C L S Ity tare(if corporation) STATE OF NEBRASKA ) ) SS. COUNTY OF DOUGLAS ) ST G4. E____V --it C andAc-N5DO-tc - being first duly sworn on oath depose and say that they are President and Secretary, respectively, of (A/1 A-I'-(-- FLEc1-12-lc_ - --f2 vi , / . a Q (LA71O( that they have read the foregoing Certificate. know its contents. and the same are true. SUBSCRIBED and sworn to before me this 1 I fl4- day (cDC-rd>a -a-_ • A.D. 20Ce> . 7"Lirld4t____,`--fr7 My Commission Expires 0)/S/O 0 Notar:+ biic 6/97 IITh- GENERAL NOTARY-State of Nebraska iil UNDA M.JANSSEN '".". My Comm.Exp.Feb.15,2004 • F, SHOP DRAWING TRANSMITTAL FORM City of Omaha General Services Division Public Works Department, 6th Floor Omaha/Douglas Civic Center 1819 Farnam Street Omaha. Nebraska 68183 Date: Transmittal Number 1st Submittal Resubmittal (Previous Transmittal Number ) Project Location Specification Section Number Paragraph Drawing or Action No. Description of Equipment Manufacturer Data No. Taken Contractor Mailing Address (THIS SPACE FOR ARCHITECT- ENGINEER) Date: The above drawings are returned with action as designated above in accordance with the following legend: A - No Exception Taken City of Omaha B Maker Corrections Noted Public Works Department C - Revise and Resubmit D - Rejected E Submit Specified Item By SDTF-1 6/97 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 OniArt4cL — ' ZNef c, �— hereinafter called Contractor. In consideration of the following mutual agreements and covenants, it is understood and agreed by the Parties hereto that: 1. Contractor does hereby agree and undertake to construct Downtown Northeast Redevelopment Parking Lot Lighting being S.P. 97-8F 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 A1 0012 ► l e o 1(X RuNorkflo � ollars ($ . 1411(o 1. Oc) ) under penalty of Performance, Payment and Guarantee Bond. 2. Contractor shall conform with the applicable specifications and/or plans, applicable Special Provisions and any applicable Change Order or Addenda pertaining thereto or to this Contract, all of which by reference thereto are made a part hereof. Applicable Notice to Bidders, Instruction to Bidders, Bid or Proposal of Contractor, Resolution awarding this Contract, the Performance, Payment and Guarantee Bond, and all proceedings by the governing body of the City relating to the aforesaid work are made a part hereof by reference thereto. 3. The Contractor shall furnish all tools, labor, mechanics for labor, equipment and materials to construct said work in accordance with the provisions of this Contract and all applicable specifications and/or plans and provisions herein referred to. 4. The City agrees to pay the Contractor in accordance with the provisions of the specifications • and/or plans, the accepted Proposal of the Contractor, and the Provisions of this Contract. 5. All provisions of each document and item referred to in Paragraph 2 above shall be strictly complied with the same as if rewritten herein, and no substitution or change shall be made except upon written direction, the form of which shall be by written "Change Order" of the City; and substitution or change shall in no manner be construed to release either party from any specified or implied obligation of this Contract except as specifically provided for in the Change Order. Construction C-1 6/97 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 $250,000 each person $500,000 each occurrence $500,000 aggregate products and completed operations Property Damage $100,000 each occurrence $250,000 aggregate; 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 6/97 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 City of Omaha Ordinance 28885 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, partnership, association, or corporation furnishing labor or material in the repair, alteration, improvement, erection or construction of any public improvement shall furnish a certified statement to be attached to the Contract that all equipment to be used on the project, except that acquired since the assessment date, has been assessed for taxation for the current year, giving the county were assessed. It shall be the duty of the Contractor to comply with the foregoing requirements and to assure compliance therewith by all others required to comply therewith for labor or material furnished in the performance undertaken hereunder by the Contractor. 20. The parties hereto acknowledge that, as of the date of the execution of this Agreement, Section 10-142 of the Omaha Municipal Code provides as follows: Any amendment to contracts or purchases which taken alone increases the original bid price as awarded(a) by ten percent, if the original bid price is one hundred fifty thousand dollars ($150,000) or more, or (b) by seventy-five thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. 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. Dated at Omaha.Nebraska this /"ay of ,i)6C7G ., 20 eh". ATTEST: CITY OF 0 • -..e• , A M f IPAL CORPORATION . r By ty Clerk' • Mayor Ordinanc / solution No- c�'(� passed on 21 SEAL OF Tlit QTY.OF (iMAHA: > 20 lcilICEF/AVc Contractor Street Address EDSMrar4-(N Na )27 ATTEST: City State Zip Code C �d�n By CJ�--- Secr of (Corporate) Contractor CORPORATE SEAL: Title: l`t-. �1C� \JP 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 APPROT A TO F' CIA: ASSISTANT CITY ATTORNEY Construction C-4 6/97 OMAHA 597 3040 LECTRIC (llizfi ‘cim P/vtiSERVICE INC. CERTIFIED COPY OF RESOLUTION OF OMAHA ELECTRIC SERVICE, INC. I, the undersigned Secretary of Omaha Electric Service, Inc., a company duly organized and existing under the laws of the State of Nebraska, hereby certify that the following is a true copy of a certain resolution duly adopted by the Board of Directors of the corporation on November 24, 2000 which resolution remains in full force and effect without modification and does not contravene or conflict with the Bylaws, Articles of Incorporation, or any contractual undertaking of the corporation: RESOLVED, specifically, that Steven H. Rice as Vice-president of the corporation, and Edward J Cizek, as President of the corporation, are hereby authorized to enter into and sign contracts on behalf of the corporation, which they believe, in their sole discretion, are necessary to the carrying on of the day-to-day business and affairs of the corporation. FURTHER RESOLVED, that Steven H. Rice, as Vice-president of the corporation, and Edward J. Cizek, as President of the corporation, are hereby authorized to take such actions and enter into such arrangements as are reasonable and necessary to effectuate such contracts. I further certify that Steven H. Rice is the duly elected Vice-president of the corporation and the signature appearing above his name is the genuine signature of such person. IN WITNESS WHEREOF, I have set my hand this 24 day of November 2000 �h CtiNGUncic Sa Andrick, Secretary I, Steven H. Rice, hereby certify that I am duly elected, qualified, and acting Vice- president of Omaha Electric Service, Inc., that Sarah Andrick is the duly elected, qualified, and acting Secretary of the corporation, and that the signature of Sarah Andrick appearing above her name is the genuine signature of such person. Steven H. Rice, Vice-president 8506 MADISON STREET • OMAHA, NE 68127 • FAX # 597-2992 •- • .... .... ....,,,. •• . . "' .. . ' -•' • e : . . • . • • . . . . •.• -. .... -. .. .. .. _.. .. .. .. .. . . . .. . _. _ ....,.. . . . _..:........... . -..,•, •. •. . . ... _ ... .. ..............,_. _,_. - _ : •• -- -.••••' - -. - --.:-• •- - - . . ... ..,. .... . , ...._ _. -. .... . . •. • - • . . .. .. . . . " . - . . . • . . .. . . • . . CD r* 6 cz ••• cL,0 - t ;no el (.9.... 4 -,. t ,kzi .4 © frA In 4:1 Il CU ...... - loll . . ..• , .„ . .,. f _...E----, •--(....... , . . ....• ..._, . ., • • . -0- •••• --- - • •, c-,‘,. ,,, . . . . . . .. . -_ . .., ... , .. ..1,...,.. • . . ..,:t = . .-. .. , CD , •%. ... ., et =',, .1 6; , . • - - *1°' .0 r:/'''00 • .-. - . , puriw ,1„) . GO r,i . ..11)-61-111 cz '• •0 - . . 1 It)I= , • isle .,„..4 ... up , .... ..i . ..C/) a.), ,I. 1 re) •' WV'— c . • • , t.Ge 1 i: •„. . ...1 , Cie '- I.' ___ .. - 1'1.'7 6 ,tz In ;.,. ,_ ',etc.m.:, o •••• In 6 •iiii c...) E, 4 tin. . tri...f),„•• ,--,. . - - c,11 C •.cti CZ . - • 7.111 t**,, :4..01 04 .Co ., ... ti et•••••-•, ,, .; • .a.),, . • •.• .. .= 'I. 1 -'-' ps W''c' ' -• ' - `I )_... .1...• • a) CT"( E. :. .0 °' ' - -- -- ;4 E" . -..a..• : 0 ' ' ' •-7 Pr4 w . , ;II 'Cl..),,_ cv/.. efi 0 •i:, . " •'_ -• E-,- X w . 4E4 Po': Cil) °"m° , • cin CLe%.,. a E-1 N • r )' I ,,L • •,* - ,.''..es,,,,,a,. . • c__, c•-•• - \'-.. '''*'*-- Tg-, l '-'-'7•:"-,- • . . - c.) 4 00 • _,.....-. i - - - - - --- - © ,.= -,.. •-, , .., ".....,I. ;,S..,. . -..1. • ..... , . 04 C1' W ;IN ' • 'I- -"- ......"•• .... 4 •......4, I .r-,... ....---- ,... . w sa.., 4 . . ,1-.,-:.--.,,....:„..,,i ii,.....4„.„,-1. -• ‘...- • . .. . . hi . • . • 0 c 0 . . . ._ . •. - • ri) N In • . . U) .----• F.* in C 00 0 • 1. i 1 . CD -...... a.C1 1..Pi a:0 1 .1 ro 603 = .... -44 • ;2 a) t.> Pro 1:1:1 i r-- C • . • • . ' ••-• . • • .. . . . . • • . ... • . . ' . •-, . . . . . . _ .. . . , , . . •. . . ... . . .. . . . , . . . -•• --.. .. . - --....- ..-: •_. .-. : -. • •• •••. , , . . . . . .. ... . . . . . . , . . . . •• . .. - .• • — and. 1711759 • PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS: That we Qreha Electric zvice,Inc. hereinafter called Principal_ and Ihiversal Surety fit' 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 sum of 'Iluee Fred Ni eteen Thousand Six Hurrlre<l Tiry—c. even Dollars ($ 319,637-W 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 Downtown Northeast Redevelopment Parking Lot Lighting also referred to as Project No S.P. 97-8F 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-I 6/97 SECOND: The Principal shall indemnify and save harmless the City of Omaha. its officers. employees. and agents from all claims. suits. or actions of every kind and character made upon or brought against the said City of Omaha. its officers, employees and agents. for or on account of any injuries and damages received or sustained by any party or parties by or from the acts or omissions of the said Contractor or his or its servants, agents. and subcontractors, in performing under said Contract. or by or in consequence. or by or on account of any act or omission of said Contractor or his or its servants, agents. and subcontractors. and also from all claims of damage for infringement of any patent in fulfilling said Contract: and. THIRD: The Principal and Surety on this Bond hereby agree to pay all persons_ firms or corporations having contracts directly with the Principal or with subcontractors, all just claims due them for the payment of all laborers and mechanics for labor that shall be performed, for the payment of all material and equipment furnished, and for the payment of material and equipment rental which is actually used or rented in the performance of the Contract on account of which this Bond is given, when the same are not satisfied out of the portion of the Contract Price which the City may retain until completion of the construction: and. FOURTH: Principal and Surety are jointly and severally liable under the provisions hereof and action against either or both may proceed without prior action against the other, and both may be joined in one action. and. FIFTH: Work constructed for the City of Omaha under the specifications of the Contract of which this is a part hereof, shall be guaranteed as hereinafter more specifically set forth for the full number of years specified as set forth below. The term of guarantee shall be dated from the date of acceptance and as regards the respective projects shall be no less than the following: a. Permanent Paving Projects 2 years b. Sewer Projects 7_ years c. Street Resurfacing Projects 2 years d. Seal Coating Application Projects 1 year e. Sidewalk Projects 2 years f. Traffic Signals 2 years g. Bridges & Structures 2 years • h. Seeding & Sodding • 1 year Construction B-2 • 6/97 a 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; 1. To any extension of time to the Principal in which to perform the P Contract. 2. To any change m the Plans. Specifications or Contract, when such change does not involve an increase of more than twenty percent (20%) of the total Contract Price, and shall then be released only as to such excess increase. 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 SIGNED AND SEALED THIS_2,,7th DAY" OF NovEnter A.D.. 2000 (N THE PRESENCE OF : Qnsha Electric Service, Inc. Principal Name* • •By M35o (14;-NS016 T6L64A-144- Address Title: T.___1(r=.1 1� • .ICE V ,P • • COUNTERSIGNED: (Attach Corporate Resolution of Principal Authorizing Execution) Resider Agent* Fli7Ph'ith J Universal amety CaTpa r Surety SilverStcne Group Company Name i 3� W. 1aay, Ste 200 Address By (Attorney-in- t*) L Overman At:ton y—In-Pkt. Council Bluffs, IA 51503 City State Zip Code APPROVED AS TO FORM: , Cfs/vif NACity Attorney * Instructions: Type name of persons under signature of each. Constriction B-4 6/97 UNIVERSAL SURETY COivfPA`Y Lincoln, Nebraska POWER OF ATTORNEY KNOW ALL MEN BY THHESE PRESENTS: That the UNIVERSAL SURETY COMPA,VV. a corporation of the State of Nebraska laving ins pnncipal office in the Ciry of Lincoln.Nebraska.pursuant to the following Bylaw.which was adopted by the Board of Directors of the said Company on July 23. I981.to wic 'Article V•Section 6. RESIDENT OFFICERS AND A r;ORNEYS-rN-F.kC T. The President or any Vice?resident.acting with any Sctretary or Assistant Sr-r r . shall have the authority to appoint Resident Vice Presidents and Attorneys-in-Fact with the Dower and authority co sign.ctecute.acknowledge and deliver on its behalf:as Surety:Any and all undertakings of suretyship and to affix thereto the corporate seal of the corporation. The President or any Vice President acting with any Secetary or Assistant Secretary.shall also have the authority co remove and revoke the authority of any such appointee at any tine.' does hereby make.constitute and appoint ELIZABETH J. SPELLMAN OR DOUGLAS P. IRVIN OR t1ARCY L. OVERMANY OR DONELLE ROYCE, COUNCIL BLUFFS, IOWA its hue and lawful Attomey(s)-n-Fact,to make,execute,seal and deliver.tbr and on its behalf,as Surety: Any and all undertakings of suretyship And the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Company.as fully and amply.to all intents and purposes, as if they had tern duly executed and acknowledged by the regularly elected officers of the Company at its offices in Lincoln.Nebraska,in their own persons. The following Resolution was adopted at the Regular Meeting of the Board of Directors of the UNIVERSAL SURETY COMPANY,held on July 23.1981: 'RESOLVED. That the signatures of officers of the Company and the Ceti of the Company may be affixed by facsimile to any Power of Attorney executed in accordance with Article VSection 6 of the Company Bylaws:and that any such Power of Attorney bearing such facsimile signature,including the tacsindle signature of a certifying Assistant Secretary and Facsimile seal shall be valid and binding upon the Company with respect to any bond.undertaking or contract of suretyship to which it is attached-' All authority hereby conferred shall remain in full force and<tFect until terminated by the Company. tN WITNESS WHEREOF. UNIVERSAL SURETY COMPANY has caused these prescucs to be signed by its Vice President and its corporate seal to be hereunto affixed this 1 day of JANUARY 20 00 UNIVERSAL SURETY COMPANY R-;-- /0--A(/*1-7. V :, iiK 11 �• Secretary By Vice President .� 6,ts" State of Nebraska ) ) ss: County of Lancaster ) On this I. day of JANUARY 20 00 before me personally came Robert L?riven.co me known,who being by me duly sworn,did depose and say that(s)he resides in the County of Seward.State of Nebraska:that(s)he is the Vice President of the UNIVERSAL SURETY COMPANY.the corporation described in and which executed the.above instrument:that(s)he knows the seal of the said corporation:that the seal affixed co the said instrument is such corporate seal: chat it was so affixed by order of the Board of Directors of said corporation:that(s)he signed(his)(her)name by like order:and that Bylaw.Article V-Section 6,adopted by the Board of Directors of=id Company,referred to in the preceding insoumenc.is now in forte, XIE1AL NOTARY-State of Nebraska CHERYL A. BROWN W comm-Erx APO 12,2aa3 My Commission Expires April l2,2003. Notary Public • L Jeanne Beno,Assistant Secretary of UNIVERSAL SURETY COMPANY.do hereby certify that the above and foregoing is a rise and correct copy.of a Power of Attorney executed by said UNIVERSAL SURETY COMPANY,which is still in full force and effect Signed and sealed at the City of Lincoln.Nebraska this 27th day of T1Y-trarb3r 20 co=mutt I '-- Assistant Sec e my • w � ACORD CERTIFICATE OF LIABILITY INSURANC SR JA DATE(MM/DD/YY) -11 11/27/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION SilverStone Risk Services, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A Subsidary of SilverStone Grp HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 11516 Miracle Hills Dr. #102 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Omaha NE 68154 Phone: 402-964-5400 Fax:402-964-5566 INSURERS AFFORDING COVERAGE INSURED INSURER A: Heritage Insurance Company INSURER B: Omaha Electric Service Inc. INSURERC: 8506 Madison Street INSURERD: Omaha NE 68127 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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. INSRI TYPE OF INSURANCE POLICY NUMBER DATE(MM/DDI )E DATE(MM/DD/YY) I LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE $ 1000000 A X COMMERCIAL GENERAL LIABILITY CP-F22533 04/01/00 04/01/01 FIREDAMAGE(Anyonefire) $ 50000 CLAIMS MADE X OCCUR MED EXP(Any one person) $ 5000 X Contractual Liab. PERSONAL&ADVINJURY $ 1000000 GENERAL AGGREGATE $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2000000 POLICY X PROT LOC JEC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $10 0 0 O O O A X ANY AUTO CA-F22533 04/01/00 04/01/01 (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EA ACC $ OTHER THAN AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ 5000000 A X OCCUR CLAIMSMADE CU-F22533 04/01/00 04/01/01 AGGREGATE $ 5000000 $ DEDUCTIBLE $ X RETENTION $ 10 0 0 0 $ WORKERS COMPENSATION AND X I TORY LIM TS O1 H- ER EMPLOYERS'LIABILITY A CWC-F22533 04/01/00 04/01/01 E.L.EACH ACCIDENT $ 500000 E.L.DISEASE-EA EMPLOYEE $ 500000 E.L.DISEASE-POLICY LIMIT $ 500000 I,I OTHER A Property Section CP-F22533 04/01/00 04/01/01 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: Downtown Northeast Redevelopment Parking Lot Lighting #S.P. 97-8F APPROr AS TO F ,M• , LaIr ASSISTANT CITY ATTORNEY CERTIFICATE HOLDER N ADDITIONAL INSURED;INSURER LETTER: CANCELLATION CITYOFO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 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 NE 68102 REPRESENTATIVES. Jill Aldredge ACORD 25-S(7/97) ©ACORD CORPORATION 1988 i , 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 S.P.-5 Construction S.P.-1 6/97 J ' • SPECIAL PROVISIONS CONTRACT CONTROL: I. All work, material, guarantees and bonds shall conform with: (a) All applicable Federal and State laws and all applicable ordinances and City of Omaha regulations; (b) The plans and all notations shown and specified on the plans; (c) The Special Provisions herein contained; (d) The City of Omaha Standard Specifications for Public Works Construction, 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(6th Floor), Omaha/Douglas Civic Center, 1819 Farnam Street, Omaha, Nebraska 68183. Construction 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 i STANDARD LATEST ISSUE INDEX TO STANDARD PLATES PLATE NO. DATE Concrete Retaining Walls 405 4/6/82 Adjusting Sewer&Utility Manholes and Valve Boxes (Resurfacing) 541 2/2/90 Pavement Repair 545 5/81 Lug Out Detail 623 5/1/68 Rail Crossing Detail 647 12/28/71 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 1/1/68 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 5/71 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 Construction S.P.-3 11/97 2 of 4 1 r ti 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 811 11/16/84 Span Wire Mounting Details 812 11/16/84 Mast Arm Mounting Details 813 11/16/84 Mast Arm Pole Details 814 12/5/95 Mast Arm Pole Foundation Details (2 Sheets) 815 12/31/96 Transformer Base Details 816 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 3 of 4 S STANDARD LATEST ISSUE INDEX TO STANDARD PLATES PLATE NO. DATE Street Name Signs 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 Construction S.P.-3 11/97 4 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 1 of 2 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 Dama'es/da Less than $100,000 $ 300.00 $100,000 and less than $500,000 $ 500.00 over $500,000 $ 1,000.00 Construction S.P.-4 8/97 2 of 2 CITY OF OMAHA DOWNTOWN NORTHEAST REDEVELOPMENT S.P. 97-8f PARKING LOT LIGHTING SPECIAL PROVISIONS CONCURRENT WORK. The Contractor is advised that the I-480 bridge girders in the project area are being painted under a contract with the Nebraska Department of Roads and coordination with the painting contractor should be anticipated during the progress of work under this contract. MOBILIZATION. Mobilization will not be paid for separately but shall be considered subsidiary to items for which the Contract provides payment. REMOVE LIGHT POLE (AND) BASE. These items shall consist of the removal of existing light poles and/or concrete light pole bases including full-depth sawcutting, pavement removal, removal of the concrete base ( and light pole, where present), removal of existing conduits and wires in the excavation, proper disposal off-site and backfilling with approved soil fill at locations shown and as detailed on the drawings. Completion of this item will prepare the area for a new concrete base or for full depth asphalt repair as detailed. Measurement for the item "Remove Light Pole Base" or "Remove Light Pole and Base" shall be by the single unit for each base or pole and base removed and payment shall be considered full compensation for all materials, labor and equipment necessary or incidental to complete each removal. INSTALL #10 WIRE LIGHTING CIRCUITS. This item shall consist of the installation of the lighting circuits at locations shown on the drawings. Installation of lighting circuits shall be made by directional boring except unless trenching and backfilling is necessary as approved by the Engineer. Open cuts of streets and sidewalks will not be permitted. Payment will be made at the contract lump sum price for the item "Install#10 Wire Lighting Circuit" which shall be considered full compensation for all material, labor and equipment necessary or incidental to complete the installation of the lighting circuits. REHABILITATE ELECTRICAL PANEL. This item shall consist of removing electrical panels from the existing enclosures and replacing them with new panels as indicated on the drawings. Included in this item is the replacement of the enclosure padlocks with new vandal resistant security padlocks. The new padlocks shall be operated with the same key and four (4) sets of keys shall be provided. The type of padlock proposed shall be submitted to the Engineer prior to installation. Measurement for the item "Rehabilitate Electrical Panel (***A MCB-**pole) shall be made at the contract unit price for the single unit for each panel type shown on the drawings and payment ri z�s a4 shall be considered full compensation for all materials, labor and equipment necessary or incidental to complete the installation. INSTALL PANEL FEEDER. This item shall consist of installing new conductors between the OPPD transformer and the electrical enclosures and shall include removal of the existing conductors, if necessary, trenching and backfilling, electrical connections, and coordination with OPPD. Measurement for the item "Install Panel Feeder (3-# * ga.)"shall be made at the contract unit price per linear foot for each size conductor indicated on the drawings and payment shall be considered full compensation for all materials, labor and equipment necessary or incidental to complete the feeder installations. INSTALL LIGHT FIXTURE,POLE AND BASE. This item shall consist of the construction of new reinforced concrete bases and installation of new light poles and fixtures at locations shown, detailed and specified on the drawings and shall include conduit and wire connections to new lighting circuits and replacement of parking lot pavement at new or removed light locations. Measurement for the item "Install Single Lighting Fizture,Pole and Base" or "Install Dual Lighting Fixture, Pole and Base" shall be made at the contract unit price per each for each type of fixture shown on the drawings and payment shall be considered full compensation for all materials, labor and equipment necessary or incidental to complete the fixture installations. C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on October 11, 2000, for S.P. 97-8F, Downtown Northeast Redevelopment, Parking Lot Lighting; and, WHEREAS, Omaha Electric Service, Inc. submitted a low bid of $319,637.00, being the lowest and best bid received for S.P. 97-8F, Downtown Northeast Redevelopment, Parking Lot Lighting; and, WHEREAS, Omaha Electric Service, Inc. has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights—Human Relations. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of$319,637.00 from Omaha Electric Service, Inc. for S.P. 97-8F, Downtown Northeast Redevelopment, Parking Lot Lighting, being the lowest and best bid received, be accepted and the contract awarded. BE IT FURTHER RESOLVED: THAT, the contract with Omaha Electric Service, Inc. as recommended by the Mayor, in the amount of$319,637.00 is hereby approved. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of S.P. 97-8F, Downtown Northeast Redevelopment, Parking Lot Lighting, in the amount of$319,637.00, from the First National Bank — Phase I, Public Improvements Project Account, Fund Number 352, Agency 140, Organization 1502, Activity No. 5525, Year 2000 funding. APPROVED AS TO FORM: 7PO PhY A�RN //TE P:\PLN 1\11221 skz.doc By , ouncilmember Adopted NOV 1 2000 - — o . City rk Approved � ��3�,� - , . Mayor i �. N'rs �. o s� •b� `� < w ta.1 r l l �-h . i — ° n 5. O a .� n t•C � CD 00 �. � CD C) ® 2 �- �. I tLA ro Y CAL.D o n + U. gX4 CD C [\ CCDD . en-r I W �;. d O. bq ° n { , ' '* ` '� OrQ ° CND �' L/" ra. o 00P room a oC • o c� o(rq ° o o -* ?t a 1 0 p, ro ° etc 5- o. P Po = ,-,• 6-. g" 1:;<2) \ ara ` ''dam 1—• o o 71 5 ) i n Z.. t ,.11.., ...s.S • .5 . . . • .._. ., .-__ . __, ..... ._, ... r --r , 6 --\1