Loading...
RES 1998-2540 - Contract with Hawkins Construction Co for downtown northeast redevelopment paving section 1 4 , • • F e r s / Planning Department elf BEGET . ED Omaha/Douglas Civic Center 1819 Farnam Street,Suite 1100 Kl�4�1( ' .� „^ SEPOmaha,Nebraska 68183-0110 't« �► � 98 10 AN 9: 2 i (402)444-5200 10q 4�ro (402)444-5150 • 44o FEW3P' 0.k `'•.'c Telefax(402)444-6140 City of Omaha Robert C.Peters Hal Daub,Mayor Acting Director Honorable President and • Members of the City Council, The attached Resolution approves the contract with Hawkins Construction Co.for the paving of 16th Street from Capitol Avenue to Chicago Street. 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 4, 1997. The following bids were received on September 2, 1998. The Engineer's Estimate for this project is $365,212.60. Contractor Bid Hawkins Construction Co. $434,023.24 (Low Bid) Swain Construction $467,828.00 The City Council will note that this bid exceeded the Engineer's Estimate. This is due to the fact that there is a major backlog of paving work in the City of Omaha and it is necessary to complete this project before the end of this year. Even though the bid exceeded the Engineer's Estimate, the overall project is within budget at this time. The Finance Department is authorized to pay the cost of S.P. 97-8b in the amount of$434,023.24 from the First National Bank, Phase One, Public Improvement Account. 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. • Honorable President • and Members of the City Council • Page 2 The Planning and Finance Departments recommend acceptance of the low bid from Hawkins Construction Co. in the amount of $434,023.24 for S.P. 97-8b, being the lowest and best bid received, and request your consideration and approval of this Resolution. Respectfully submitted, Referred to the City Council for Consideration: Robert C. Peters ,A•I9 Date Mayor's Office/Title Date Acting Planning Director Approved as to Funding: Approved: ' Date Do '' . Elliott, P.E. Date Louis A. D'Ercole Finance Director Public Works Director Approved: f • eorge . avis, Jr. Date Human elation Director P:\PLN3\6114.MAF 'Ail ' �II.IIIJI1fJYIJ!I./IJIII.../!I�Il:" C• Clllrl./l!!!IJ./Y�lllll./l�.." :4l./lJll ll1l./-/IIl� l (l1 � CITY . of . • - OMAHA PUBLIC WORKS DEPARTMENT • s CONTRACT DOCUMENTS •• • AND SPECIALPROVISIONS . . . !,... / : . c, ,, N Special Project No. —' 8 6 . .• -. - ((c7-re‘ SINCIF4t.- , c! I. Bids received until 11:00 o'clock A.M. 2 19 5 • • Contract Aw 519°2 Resolution o.2 • - Contractor; tAlligAgitiew Zdi wu? , 4ic -'' , 1 Vl/I./IIIIl✓1././!J .,III./l1J,/I.II!Il!✓!Il!!I./l./!l./IIII././IJIllIlJJIllrlJI.!.!./J' tl111�J1 .•l NOTICE TO BIDDERS Sealed Proposals will be received by the City of Omaha, at the Office of Mary Galligan Cornett, City Clerk, L/C 1, Omaha/Douglas Civic Center, until 11:00 a.m. on the ego day of —`� 41 6 for the construction of g�Q 9-1- $ 6 being 4714 CA1,C,A6to 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 a sk " d identified on the outside with the words "Proposal for the Construc- tion of � • 1 the bidder's name and the bidder's address; and filed with the City Clerk at the Office of Mary Galligan Cornett, L/C 1 , Omaha/Douglas Civic Center 68183. Proposals must be based upon the Plans and Specifications 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 Plans and Specifications may be fulfilled. No bidder may submit more than one Proposal, 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. 9/86 NB-la • • 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 deter- mined on the basis of the total cost. 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 s received after the specified time of closing will be returned unopened.** 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 desig- nation 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. Interpreta- tion of the proposed contract documents will be made only by addendum. A copy of each adden- dum 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 con- ditions 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 struc- tures and facilities, the availability and cost of labor, and facilities for transportation, handling and storage of materiaks 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. 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 allow- able time set forth in the Proposal. In this connection, attention is directed to the Special Provisions and the Standard Specifications for Public Works Construction, 1989 Edition, of the City of Omaha relative to delays, extensions of time and liquidated damages. NB-2a 10/89 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 Only the bids of contractors qualified to do business in the State of Nebraska will be considered; all as required by Nebraska State Statutes and amend- ments 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 pay- ment 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, 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 may be concerned. Should the surety company acting as bondsman remove its permanent agent or representative from the City of Omaha, 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 PLANS AND SPECIFICATIONS Copies of the plans and specifications for use in preparing bids may be obtained from the Public Works Department, Room 631, Omaha/Douglas Civic Center 68183. The contractor to whom a contract is awarded will be furnished, without cost to him, seven (7) copies of the plans and specifications, together with all addenda thereto. Additional plans and specifications may be obtained from the City Engineer at cost. **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. • NB-3 2-86 PROPOSAL for 4 ,Q.) cll.$b • Omaha,Nebraska SiTOt Vt � '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 tgismeert AiietcLi l'w81;m9e 446 66kilkoci lt3eesf , 41.44(14ek and having carefully examined the site of work and become familiar with all local conditions including labor affecting the cost thereof, do thereby propose to furnish all labor, mechanics, superintendence, tools, material, equipment and all utilities, transportation and services necessary to perform and complete said work, and work incidental thereto, in a workmanlike manner, as described in said plans, specifications and other contract documents, including Addenda Numbers NONE . issued thereto for the base bid sum of C14, t ;wr 4-! Thle— DOLLARS and CENTS (S 4 %i O L?j.Z+ ) 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: P-1 • 2/72 . . • Schedule Of Prices (P-2) . Public Works Department Omaha, Nebraska Monday, August 17, 1998 Line Item # Description Quantity Price Total 1 900.000 MOBILIZATION 1®(ss1 ftb ) per LS =( 14,I Z-1$ 2 900.001 BARRICADES,TYPE III 1198 @( Z e1 ) per DAY =( z -19,g` 3 900.002 REFLECTORIZED DRUMS 1628 @( 1� ) per DAY =( `GI,,v1 XL. 4 900.003 TEMPORARY WARNING SIGNS AP 748 @( ' .. ) per DAY =( q 4.L..46 5 101.000 CLEARING AND GRUBBING TREES OVER 9" 7 @( ) EACH =( ) TO 18"DIAMETER (G k.00 (61.60 6 104.001 EARTHWORK(EMBANKMENT) 1350 @( 14,..•te ) per CY =( 1`1151.1.60) 7 106.000 PAVEMENT REMOVAL 1134 @( 63(.0 ) per SY =( 11 Z 11.Z4-) 8 108.000 REMOVE DRIVEWAY 121 @( 142) ) per SY =( t?(4..1., 3 ) 9 108.001 REMOVE SIDEWALK 3326 @( o.eh o ) per SF =( 2112404 ts) 10 120.012 REMOVE 12"OR SMALLER SEWER PIPE 60 @( ;I.', , ) per LF =( II$$6. ) 11 131.000 REMOVE INLET 5 @( .I 4- .oo ) EACH =( 1 1100.00) 12 900.013 REMOVE AND SALVAGE TREE GRATES 7 @( 04.00 ) EACH =( 6%•G0 ) 13 900.014 EARTHWORK STABILIZATION 4610 @( Co.et Z ) per SY =( 3(I 4 6(,Zo) 14 900.016 SUBGRADE PREPARATION, 12 IN. 4685 @( (,o ) per SY =( .ST. (X 1 15 200.010 CONSTRUCT 10"CONCRETE PAVEMENT 3808 @( ,L,.p D ) per SY =( 1?0,h42,4d 16 900.018 CONSTRUCT 10"REINFORCED CONCRETE 306.7 @( .41.... ) per SY =( 21124(. (( ) PAVEMENT 17 900.023 INSTALL 6"GRANITE CURB 1464 @( 16.(eto ) per LF =( sat)030•214) 18 203.001 CONSTRUCT 7"CONCRETE DRIVEWAY 357 @( 40 Ai ) per SY =( (.,.1 62.6.21) 19 900.026 CONSTRUCT TEMPORARY 3"CONCRETE 1358 @( G a.( ) per SF =( _71 0%.($ ) SIDEWALK 20 900.027 CONSTRUCT 2"ASPHALT SURFACE COURSE 62 @( 04.33 ) per SY =( 116+3, itc) 21 900.028 CONSTRUCT 11"ASPHALT TRANSITION 213.5 @( 7[,.OZ ) per SY =( ' 23o.Z1 ) PAVEMENT 1 Page 1 of 2, 8/17/98 2:03:45 PM, Schedule Of Prices(P-2), Generated by:general services for project SP 97-8b Line item # Description Quantity Price Total 22 303.000 COLD PLANING-ASPHALT 62 @( 3 L.t'4.. ) per SY =( ill+t• ) 23 308.002 CONSTRUCT ASPHALT CURB 181 @( lti•cl ) per LF =( 1,164.3( ) 24 400.000 CRUSHED ROCK FOR BEDDING 12.5 @( qe•.1A ) per TON =( i 1 2.. ?$•63 ) 25 400.001 FLOWABLE FILL 1.2 @( 2003.00 ) per CY =( Nei• (00 ) 26 401.015 CONSTRUCT 15"R.C.P.,CLASS III 29 @( 140.340 ) per LF =( Z,,0,46•44.) 27 401.018 CONSTRUCT 18"R.C.P.,CLASS III 44 @( •310 ) per LF =( 3,zZ$,1 Z) 28 420.004 CONSTRUCT CURB INLET-TYPE IV 6 @( (93 ti•a0 ) EACH =( i t 151Z•00) 29 440.015 CONSTRUCT 15"CONCRETE COLLAR 4 @( L ic(0.0v ) EACH =( ,{-�(,'ty}•aa ) 30 440.018 CONSTRUCT 18"CONCRETE COLLAR 3 @( (1 litg•00 ) EACH =( 3,e6 o 4• ab ) 31 525.012 CONSTRUCT 12"PIPE PLUG 2@( 3�•oa ) EACH =( 71%.00 ) 32 525.015 CONSTRUCT 15"PIPE PLUG 1®( 7�Lq•00 ) EACH =( s •ap ) 33 760.000 ADJUST MANHOLE TO GRADE 5 @( (o('•a 0 ) EACH =( •OD) 34 780.000 ADJUST GAS VALVE TO GRADE 3@( .L.1... •Oto ) EACH =( ( 3,`O 1 Oz) ) 35 780.001 ADJUST WATER VALVE TO GRADE 4 @( 3(,}•0O ) EACH =( 11.240.00, ) 36 900.047 REPLACE STANDARD MANHOLE RING AND 5 a@( ,4"2 Qa ) EACH =( yJ no•oo ) COVER '1 �• 37 900.065 VEHICLE DETECTOR,TYPE TD-5,6'X6'W/4 2 @( ) EACH =( .746• ) TURNS OF WIRE 113`G t7 38 826.002 PULL BOX,TYPE PB-1A,UNGROUNDED LID 6 @( b e,`•00 ) EACH =( 4.1 0`4•oa ) 39 830.000 2"PVC CONDUIT-TRENCHED 243 @( s l 1 ) per LF =( 9 110. it ) 40 830.010 3"PVC CONDUIT-TRENCHED 138 @( 4•p4) ) per LF =( 6c14- (i 1 ) TOTAL BASE BID (LINES 1 Through 40 INCLUSIVE) Grand Total( ,623.2A,. Schedule Of Prices(P-2), generated by general services on 8/17/98 2:03:48 PM for project SP 97-8b CERTIFIED BY: 4/141.�J/ 11_,//./ 00, DATE: Page 2 of 2, 8/17/98 2:03:48 PM, Schedule Of Prices (P-2), Generated by:general services for project SP 97-8b I • 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 shalt 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 product of QUANTITY and TOTAL UNIT PRICE with the TOTAL PRICE quoted in the proposal, the product of the QUANTITY and the TOTAL UNIT PRICE shall control. The undersigned hereby agrees to furnish the required bonds and to sign the contract within ten (10) calendar days from and after the acceptance of this proposal, and further agrees to begin and complete all work covered by the plans and specifications within the time limits set forth herein. Accompanying this proposal, as a guaranty that the undersigned will execute the contract agree- ment and furnish a satisfactory bond in accordance with the terms and requirements of the specifi- cations, is 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 It is hereby agreed that in case of failure of the undersigned either to execute the contract agree- ment or to furnish satisfactory contract bond within ten (10) days after receipt of NOTICE TO AWARD, the amount of this proposal guaranty will be retained by the City of Omaha, Nebraska, as liquidated damages arising out of the failure of the undersigned either to execute the contract agreement or to furnish bonds as proposed. It is understood that in case the undersigned is not awarded the work, the proposal guaranty will be returned as provided in the specifications. The undersigned agrees to accomplish the work in ' s entirety within a pgrid`of 400 working days and shall be prepared to begin no later than .-G "— and to forfeit liquidated damages as set forth in Secti 1 8.08 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 specifi- cations 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. P-3 1/82 1 • If awarded the Contract, our Surety will be FIREMAN'S FUND INSURANCE COMPANY (name of Surety Company) of NOVATO, CA 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: HAWKINS CONSTRUCTION COMPANY Name of Corporation ffice KIM, M. HAWKINS F OPE NG ICER Title • A'rrEST: 914141 fitness Business Address and Telephone No.: 2512 DEER PARK BLVD. OMAHA, NE 68105 (402) 342-1607 P-4 7/88 • "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. • • • HAWKINS CONSTRUCTION COMPANY Name of Corporation ffi KIM . HAWKINS • OPERA G OFFICER Title N/A If Foreign Corporation: Nebraska Resident Agent P-5 2/72 • 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: AP /_114, t • IC)6kiCAKCIIIS? 4S1112413,9 • FL\ANtr • and pursuant to Contract between undersigned and the City of Omaha has been assessed for taxation for the current year, except as to equipment acquired since the assessment date. Said equipment has been assessed in DOUGLAS County NEBRASKA . 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 location(s): AN APPROVED LANDFILL The City must be informed of any additions or changes in such location(s). HAWKINS:-CONSTRUCTION COMPANY A CORPORATION Contractor's. Name (Specify: Corporation, Partnership, or Individual) By: h. *be- . • Title, •.pe Pres ► -'t 'art.- , o '•.er) 4 • KIM • . 1 INS • IEF OT 'TING OFFICER Attest: eta ; if % orporation HARRY :Ia STATE OF NEBRASKA ) ss. COUNTY OF DOUGLAS ) KIM M. HAWKINS and HARRY BIANCHI being first duly sworn on oath, depose and say that they are PEesideat. and erating Officer Secretary, respectively, of HAWKINS CONSTRUCTION COMPANY ��►ni77 t a CORPORATION ; that they have read the foregoing Certificate, know its contents, and the same are true. • SUBSCRIBED and sworn to before me this 2ND day of SEPTEMBER A. D., 19 98. 4- , a My Commission Expires 5-26-00 Notary lic - OEM NOTR"r••I-Sn of NaLra_kz JANE A.HOPPER 02/91/5343S My Comm.Exp.May 23.200 • 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 • W (�O�s�12�ic—r 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 S. le cr- sic; IGTok srrowapi ihcarloc_ AbNnes ..to I baser 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 '�`7 ' ($ 4 02 3.2.4 under penalty of P•rformance, Payment and Guarantee Bond. 2. Contractor shall conform with the applicable Plans and Specifications, 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 Plans, Specifications and Provisions herein referred to. 4. The City agrees to pay the Contractor in accordance with the provisions of the Plans and Specifications, 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. C-1 1/82 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 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. 9. 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 Standard Specifications for Public Works Construction, 1989 Edition, for further details. 10. 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. 11. 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. C-2 . 8/93 12. Contractor shall procure a policy, or policies, or insurance which shall guarantee pay- ment of compensation according to the Workmen's Compensation Laws of Nebraska for all work- * men 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. 13. 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. 14. 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. 15. 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. 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. C-3 1/86 Dated at Omaha,Nebraska this /7 day of OG%��G� ATTEST: CITY OF OMAHA, A MUN ' IPAL CORPORATION By 'e Cit Clerk May,r Ordinance/Resolution No. Zl passed on SEAL OF THE CITY OF OMAHA: , 191 HAWKINS CONSTRUCTION COMPANY Contractor 2512 DEER PARK BLVD. Street Addresss • f OMAHA NEBRASKA 68105 ATTEST: City State Zip Code 4 - •cretary of : .o ate ontractor BC � RRY BIANCHI KIM . WKINS CORPORATE SEAL: Title: CHIEF OP I-NG FFICER STIPULATIONS: CORPORATE CONTRACTOR: (1) Attach certified copy of resolution authorizing execution of this Contract;, (2) Submit certificate showing corporation is qual- ified to do business in Nebraska. NON-CORPORATE CONTRACTOR: State Identity: Sole Owner(s); Partnership. If a Partnership, state names and addresses of all partners and a "general partner" must execute. C-4 1/86 ,. Bond No. 11119427687 PERFORMANCE,PAYMENT AND GUARANTEE BOND . KNOW ALL MEN BY THESE PRESENTS: That we HAWKINS CONSTRUCTION COMPANY hereinafter called Principal,and FIREMAN'S FUND 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 sum of • FOUR HUNDRED THIRTY FOUR THOUSAND TWENTY THREE & 24/100 Dollars ($ 434,023.24 )lawful money of the United States of America,to be paid to 1 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 cons ructio by the Principal of (2:11 Srolatge.biLie: 460erlelt..U44OKNOM ..tb 4/01M17 ‘34‘11i4 GT • also referred to as Project No. .e ' ' 7 , 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 reinburse and repay said City all outlay and expense which said City may incur in making good any such default;and, B-1 4/73 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 of 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 2 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 B-2 9/83 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 imperf ection 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 Contract. 2. To,any change in the Plans, Specifications or Contract, when such change does._not involve an increase of more than twenty percent (20%) of the total Contract Price, and shall then be released only as to such excess increase. 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. B-3 9/83 • • SIGNED AND SEALED THIS 22ND DAY OF SEPTEMBER A.D., 19 98 ' . IN PRESENCE OF: HAWKINS CONSTRUCTION COMPANY • Principal Nam JANE A HOP 2512 DEER PARK BLVD. By AIR , OMAHA, NE 68109 K 1M. ' K Address Title: C-H-11t OP E R ► . OF F ICER COUNTERSIGNED: (Attach Corporate Resolution of Principal Authorizing Execution) Resident gent* Stephanie Watts FIREMAN S FUND INSURANCE COMPANY Surety HARRY A. KOCH CO. Company Name 2121 S 44TH ST. Address By 1 - �� l�J (Atto ey-in-Fact)* Stephanie Watts • OMAHA, NE. 68105 City State Zip APPROVED AS TO FORM: *Instruction: Type names of persons under signature of each. Ott B-4 4/73 GENERAL . . . POWER Of AITORNEY ' FIREMAN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS:That FIREMAN'S FUND INSURANCE COMPANY,a Corporation duly organized and existing under the laws of the State of California,and having its principal office in the County of Marin,State of California,has made,constituted and appointed,and does by these ' presents make,constitute and appoint HARRY A. KOCH, JR. , DOUGLAS G. DURBIN, HARRY D . KOCH, PEGGY SAPIENZA, STEPHANIE WATTS , DAVID G. JESSE, jointly or severally OMAHA NE . • its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,seal,acknowledge and deliver any and all bonds,undertaking,recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the Corporation and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VII,Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Article VII.Appointment and Authority of Resident Secretaries,Attorney-In-Fad and Agents to accept Legal Process and Make Appearances. Section 45.Appointment.The Chairman of the Board of Directors, the President,any Vice-President or any other person authorized by the Board of Directors,the Chairman of the Board of Directors,the President or any Vice-President may,from time to time,appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and oo behalf of the Corporation. • Section 46.Authority.The authority of such Resident Assistant Secretaries,Attorneys-in-Fact and Agents shall be as prescribed in the Instrument evidencing their appointment.Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 7th day of August,1984,and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice-President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile, and any power of attorney,any revocation of any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation? IN WITNESS WHEREOF,FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice-President,and its corporate seal to be hereunto affixed this 18 t h day of June . 19 9 8 , ;,`•:..:7::. . FIREMAN'S FUND INSURANCE COMPANY ti a '•.O Z- .> let• J, :'2 ,,N _coy By — VioePtmdent STATE OF CALIFORNIA ss. COUNTY OF MARIN on this 18 t h day of June , 19 9 8,before me personally came M.A.Mallonee tome known,who,being by me duly sworn,did depose and say:that he is Vice-President of FIREMAN'S FUND 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 instrument is such corporate 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. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year herein first above written. e- � A. KRIEGER O a "��_ p4 COMM.51045112 1 • , � NOTARY PUBLIC-CALIFORNIA Notary Public MARIN CCUNTY O MY Carrrl,E,eirr✓Mar.20.1999 , • .. .. v v v�. v�. v v 44. CERTIFICATE STATE OF CALIFORNIA • ss. COUNTY OF MARIN I,the undersigned,Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY,a CALIFORNIA Corporation,DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore that Article VII,Sections 45 and 46 of the By-laws of the Corporation,and the Resolution of the Board of Directors;set forth in the Power of Attorney,are now in force. Signed and sealed at the County of Marin.Dated the 22ND day of SEPTEMBER , 19 98 . :"/../Li'', - reil /—. g /1(4—. • G;; �tr .rcE co Resident Assistant Secretary 360711-FF-3-95 NEBRASKA STATUTORY RIDER The State of Nebraska Code, Section 44-4040 requires the name of the soliciting agent and the name and address of the agency to be shown on each bond issued by a Nebraska Agent or for any bond issued to a Principal or Insured residing in Nebraska. This rider is to comply with the statutory requirements of the State of Nebraska. Name of Soliciting Agent: Harry D. Koch Name of Insurance Agency represented by the Soliciting Agent: Harry A. Koch Co. Address of Agency: 2121 So. 44th St. , Omaha. Ne. 68105 A copy of this rider should be attached to the original and all- copies of any bond issued. • . A C 0 RD1. ;:]ii:CERTIFICATE;OPTIABILITYINSURANCEEENnfmgm:g:mii 09/21/98 .................................................................... PRODUCER 402/558-7000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION CONSERVATIVE INSURANCE AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. BOX 6215 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. OMAHA NE 68106-0215 COMPANIES AFFORDING COVERAGE COMPANY A TRAVELERS PROPERTY CASUALTY INSURED COMPANY Hawkins Construction Co. 2512 Deer Park Blvd. COMPANY P.O. Box 9008 Station C Omaha NE 68109 COMPANY D THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO POUCY EFFECTIVE POUCY EXPIRATION TYPE OF INSURANCE POLICY NUMBER UMITS LTR DATE(MM/DDNY) DATE(MM/DD/YY) A GENERAL UABIUTY C0346J8065 9/01/98 9/01/99 GENERAL AGGREGATE $ 2000000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2000000 CLAIMS MADE X OCCUR PERSONAL&ADV INJURY $ 1000000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE S 1000000 FIRE DAMAGE(Any one fire) $ 100000 MED EXP(Any one person) $ 5000 A AUTOMOBILE UABIUTY CAP346J8077 9/01/98 9/01/99 COMBINED SINGLE LIMIT $ X ANY AUTO 1000000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE S GARAGE UABIUTY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE $ A EXCESS UABIUTY CUP346J809 9/01/98 9/01/99 EACH OCCURRENCE S 5000000 X UMBRELLA FORM AGGREGATE S 5000000 OTHER THAN UMBRELLA FORM WC STATU- - A WORKERS COMPENSATION AND UB102L4910 9/01/98 9/01/99 OTH EMPLOYERS'UABIUTY EL EACH ACCIDENT • $ 500000 THE PROPRIETOR/ X INCL EL DISEASE-POLICY LIMIT $ 500000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE S 500000 A OTHER 660140D8102 9/01/98 9/01/99 BUILDERS RISK 10,000,000 ANY SINGLE LOCATION 10,000,000 PER DISASTER 2,500 DEDUCTIBLE DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RE: 16TH STREET CAPITOL AVENUE TO CHICAGO STREET PAVING CERTIFICATE HOLDER IS ADDITIONAL INSURED FOR GENERAL LIABILITY PROJECT NO. 97-86 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF OMAHA EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL PUBLIC WORKS DEPARTMENT 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1819 FARNAM ST. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR UABIUTY OMAHA NE 68183 OF ANY KIND UPON HE CT1.1 ITS AGENTS OR REPRESENTATIVES. • AUTHORIZE EPRESENTATIV . / r THE BCmurdlINER ABfilfZiCaLLICTION.INC. DOWNTOWN NE REDEVELOPMENT CONTRACT COST ESTIMATE TSA PROJECT NO.391201 PAVING SECTION I&II CITY OF OMAHA-SP 97-8b&d DETAILED SPECIFICATIONS Field Office • Contractor shall provide space in the construction field office for the City of Omaha's designated field representative,including desk,chair and filing cabinet space. This shall be subsidiary to items for which payment is made. Barricades,Type III: Barricades,Type Ill shall be provided,installed,and maintained as shown on the plans for periods determined by the Engineer on a per day basis. Refectorized Drums: Reflectorized Drums shall be provided,installed,and maintained as shown on the plans for periods determined by the Engineer on a per day basis. Temporary Warning Signs: Temporary Warning Signs shall be provided,installed,and maintained as shown on the plans for periods determined by the Engineer on a per day basis. Remove Inlet: This work shall consist of removal and disposal of storm drain inlets as shown on the plans, regardless of type or size,on a per unit basis. Remove and Salvage Tree Grates: The Contractor shall be responsible for carefully removing,salvaging,and delivering existing tree grates to a site designated by the City of Omaha. Remove Trees: The Contractor shall be responsible for removing existing trees and stumps as shown on the plans. Cold Planing-Asphalt: Cold Milling shall consist of milling the existing bituminous surface to 2"below finished surface elevation for the irregular areas shown on the plans. These areas will subsequently be overlaid with asphaltic concrete. Earthwork Stabilization: Earthwork Stabilization shall be performed after the pavement removals are completed and the storm drain removals and construction are completed on 16th Street. This item of work shall consist of scarifying,moisture correcting,and compacting the existing ground surface to specifications. After compaction is tested and approved,cross-sections will be surveyed and recorded. The actual quantity of embankment required will then be computed from the cross- sections and notification of the pay quantity for embankment will be given to the contractor. Subgrade Preparation,6 in. Subgrade Preparation,6 in.and 12 in.shall include a thorough scarification of that depth of AND subgrade beneath all proposed pavements,moisture correction and compaction to specifications. Subgrade Preparation,12 in.: The limits of Subgrade Preparation shall extend to two(2)feet beyond the back of curb. The measurement for payment for this bid item shall be equal to the area of pavement and/or driveway above. Construct 15 in.Concrete Collar: (Concrete Collars shall be constructed,regardless of size,as shown on the plans according to AND idetails in City Of Omaha Standard Plate No.723. This work will be measured for payment as a Construct 18 in.Concrete Collar: single unit. Adjust Manhole To Grade: The Contractor shall adjust manholes,regardless of type,to grade as shown on the plans or as directed by the Engineer within the proposed pavement areas. Adjustment may include addition of concrete risers as required. This work will be measured for payment as a single unit. Adjust Gas Valve To Grade: The Contractor shall adjust existing valve boxes to grade as shown on the plans or as directed by AND the Engineer. This work shall consist of excavating around the valve box,raising and/or lowering Adjust Water Valve To Grade: the box to finished grade and backfilling. The Contractor shall replace at his sole cost any valve boxes damaged by his operations. The Owner will provide extensions if required to extend the valve box to grade. This work will be measured for payment as a single unit. Adjust Pull Box To Grade,Type PB-1: The Contractor shall adjust pull boxes,regardless of type,to grade as shown on the plans or as directed by the Engineer within the proposed pavement areas. Adjustment may include addition of crushed rock as required. This work will be measured for payment as a single unit. Replace Standard Manhole Ring and Cover: The Contractor shall replace manhole ring and covers as directed by the Engineer according to the details shown on City Of Omaha Standard Plate No.709. Prepared by LDJo nson 8l9/1999 Pav_I Ib.rds • ,details shown on City Of Omaha Standard Plate No.709. Construct 11"Asphalt Transition Pavement: 11"Asphalt Pavement shall be constructed in three(3)lifts at locations shown on the plans. the !lower two 4"lifts shall be Base Course mix and the top 3"lift shall be Surface Course,5/8 inch Mix las specified in Section 1003 of the City Of Omaha Standard Specifications. This work shall be 'measured for payment by the square yard. I i • Construct 2"Asphalt Surface Course: 2"Asphalt Surface Course shall be constructed of one lift of Asphalt Surface Course at the locations shown on the plans. This pavement shall be Surface Course,5/8 inch Mix as specified in Section 1003 of the City Of Omaha Standard Specifications. This work shall be measured for payment by the square yard. Construct 10"Concrete Pavement: The Contractor shall construct 10"Concrete Pavement at the locations shown on the plans. These areas include partial pavement replacements in 15th and 17th Streets and full replacement in 16th - Street and in Davenport Street where granite curb is to be installed. The Contractor shall drill adjoining existing pavements in 15th and 17th Streets and install#8 X 30"dowels in epoxy grout at 36"o.c. This work will be measured for payment by the square yard from back-of-integral-curb to edge of existing pavement in 15th and 17th Streets with dowel installation subsidiary,and from face- to-face where granite curb is to be installed in 16th Street and in Davenport Street. Construct 9"Concrete Base: The Contractor shall construct 9"Concrete Base at the locations shown on the plans for 2"Asphalt Surface Course. These areas include pavement replacements in 14th Street and in Chicago Street The Contractor shall dnll adjoining existing pavement and install#8 X 30"dowels in epoxy grout at 36"o.c. This work will be measured for payment by the square yard from back-of-curb to edge of existing pavement Construct 7"Concrete Driveway: The Contractor shall construct 7"Concrete Driveway at the locations shown on the plans according to the details shown on City Of Omaha Standard Plate No.311. This work will be measured for ,payment by the square yard from face of granite curb to face of granite curb. Construct Temporary 3"Concrete Sidewalk: ;The Contractor shall construct Temporary 3"Concrete Sidewalk at the locations shown on the !plans. The sidewalk shall be five(5)feet wide. This work will be measured for payment by the i square foot. Construct Temporary 6"Concrete Curb: The Contractor shall construct Temporary 6"Concrete Curb at the locations shown and according to the details in the plans. This work will be measured for payment by the linear foot. Install 6"Granite Curb: The Contractor shall construct 4"concrete footing(subsidiary)and install 6"granite curb as produced by North Carolina Granite Company according to plan details at the locations shown on the plans. Grout and caulk joints with polyurethane compound(subsidiary). Install 1/2"foam expansion joint material in curb at approximately 50'o.c.(subsidiary). Install 1"foam expansion joint material along face of curb(subsidiary). Place concrete backing behind curb(subsidiary). This ;work will be measured for payment by the linear foot. Prepared by LDJohnson 8/9/1998 Pav_I Ib.xfs y C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr 19 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on September 2, 1998, for S.P. 97-8b, Downtown Northeast Redevelopment Paving Section 1, 16th Street, Capitol Avenue to Chicago Street; and, • WHEREAS, Hawkins Construction Co. submitted a low bid of$434,023.24, being the lowest and best bid received for S.P. 97-8b, Downtown Northeast Redevelopment, Paving Section 1, 16th Street, Capitol Avenue to Chicago Street; and, WHEREAS, Hawkins Construction Co. has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights - Human Relations. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of $434,023.24 from Hawkins Construction Co. for S.P. 97-8b, Downtown Northeast Redevelopment, Paving Section 1, 16th Street, Capitol Avenue to Chicago Street,being the lowest and best bid received,be accepted and the contract awarded. BE IT FURTHER RESOLVED: THAT,the contract with Hawkins Construction Co.,as recommended by the Mayor, in the amount of$434,023.24, is hereby approved. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of S.P. 97-8b, Downtown Northeast Redevelopment, Paving Section 1, 16th Street, Capitol Avenue to Chicago Street, in the amount of$434,023.24, from the First National Bank, Phase 1 Public Improvements Account, Fund Number 352, Agency 140, Organization 1502. APPROVED AS TO FORM: P:\PLN3\6115.MAF ,/7 SISTO CI AT EY DATE #1'144-141-6 .0 By.. Councilmember Adopted. IF i .1998. 9 ........ .... . . ... ... ... . Cle * 0 Approved .,_., ..: Mayor CD '* o • w �d � ~ � O cD N.) q pU p f0 a N J �' ` CD N O Vi CD A) • O \ i Z I ..%'*1. 1,, > '8 N.) ....,_:. tiUIR Tao U CDE .Nri(1) 4 3 N0 � A • N 0—. .. o " CD f II • s''4,4e....;7-rlt • • • • a 1" 1