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