Loading...
RES 1997-3066 - Contract with LH Bolduc Co Inc for OmahaPark Six pipe pile foundations t � ,. of�"'"H"'Ne� Planning Department c`�Aiw ,�aa�� RECEIVED Omaha/Douglas Civic Center K rC 1819 Farnam Street,Suite 1100 x '�►l'LC1 t5 97 OCT 2 I FP1 �®i r1tat► �� 53 Omaha,Nebraska 68183 0110 o p � w (402)444 5200 �OR'T ����� CITY CL r l'w (402)444-5150 FD F EBR +•t; Telefax(402)444-6140 b. omAHA1 City of Omaha ., Hal Daub,Mayor October 28, 1997 Honorable President and Members of the City Council, The attached Resolution approves the contract with L. H. Bolduc Co., Inc. for pile driving for the OmahaPark Six parking garage at 16th and Davenport Streets. This contract will provide the deep foundations for the parking garage to be built as part of the Downtown Northeast Redevelopment Project in conjunction with plans for the First National Bank Project. The following bids were received on October 15, 1997. The Engineer's Estimate is $302,400.00. Contractor Bid L. H. BOLDUC CO., INC. $214,416.00 (LOW BID) Atlas Foundation Co. $257,760.00 McC, L.L.C. $259,200.00 Hawkins Construction Co. $264,960.00 Berkel & Company Contractors, Inc. $316,800.00 United Contractors, Inc. $352,800.00 The Finance Department is authorized to pay the cost of S.P 9;7-11A, OmahaPark Six, Pipe Pile Foundations, 16th and Davenport Streets, from the OmahaPark Six Parking Bond Account, Fund No. 356. 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. L Honorable President and Members of the City Council Page 2 The Planning and Finance Departments recommend acceptance of the low bid from L. H. Bolduc Co.,Inc., in the amount of$214,416.00 for S.P. 97-11A, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respectfully submitted, 0)41 e4.1 /6 •( •cr — Robert C. Peters A 4.0 (2 Date Acting Planning Director Appro d: Approved: /6/2007 J s P. Cleary, Director Date George avis, Director Date P rks, Recreation&Public Prope y Human Relations Department /` ,>c)- (27 Approved as to Funding: Referred t City Council for Consideration: Louis A. D'Ercole, Director Date yor's Office/ it Date Finance Department P:\PLN2\6937.SKZ "::--7 --"” \ • . !I11.11J./ff.1111fI11./1.11.I:r�1111r�1JI./lllllflfrllllllllll./llfll�Jlllf 1111Jllll� • ' Y B1US 'T a� s • OPENED BY COMMIrrEE . AS PER Cn002 The full amount of the deposit Referred to Purchasing Agee P 0 • for up to two secs of plans and R ocT 51991 specifications will be refundeu _0 �i� ,,_, C f T Y .o each. end every a_an iiclder o ="` lupon. e cur. _n 700�! condition • ``ii 1 of of all plans and specifications tl S within seven (7) working days OMAHA follow the bid date 0 0T 0 s PUBLIC WORKS DEPARTMENT 0 O k' CONTRACT DOCUMENTS AND • . 0 0 SPECIAL0 PROVISIONS: • n it I c • 1 � � 1 ...N , SpecIal Project Na. t. . . 0• • 9)e* b _t' k=;(3kit .--V.C.r4;S 0 0 (OIL t.. OSWIM... rt=1 '3'ilit7=2C. • l • , o„,, pi,,,,e,„ s, „ l 0 0i. 0 • s Bids received u til 11:00 o'clock A.M.()�T 1 19L • Contract Awar 19 Resolution No. 0 o Contractor; ���G- �—v _ O ti ) 9-72 0 (,�I.11l./J1.11.1./I1J./I.1.1.lJllJI./lJ./.lJIflrllllllJ.r11lIJ1./1.1111.r.1../��l1JlJ.lJ.fl.! !./I1fI.l../� • r r i • TABLE OF CONTENTS NOTICE TO BIDDERS NB-1 to NB-3 PROPOSAL P-1 to P-5 CERTIFICATE SHOP DRAWING TRANSMITTAL FORM SDTF-1 CONTRACT. C-1 to C-4 PERFORMANCE, PAYMENT&GUARANTEE BOND B-1 to B-4 SPECIAL PROVISIONS INDEX SP-1 1/86 • f ' n 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 ��day of for the construction of .S.'rs 91 \ \ being :4 . lx 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 O ah Nebraska" nd identified on the outside with the words "Proposal for the Construc- tion of J, , 7— 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 received after the %speci fled 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 de'ivered 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 himse'f relative to construction hazards and procedure, labor and ail 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 materials and equipment. All such factors shall be properly investigated and considered in the preparation of the bidder's proposal. There will be no subsequent financial adjustment for lack of such prior information. 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 • . c ' 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 „7 PROPOSAL for Omaha, Nebraska (S t I q9 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 ) `( ic�a�v cis 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, tobis, 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 No IJE issued thereto for the base bid sum of T D NutIDPto ForAiTaJ Vvuyhc/a ca, fitigdien DrX7 4' DOLLARS and '�%!oo "CENTS ($ Z/�f I 'f/ de dO 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 10/94 • _� • „ q-1 I (� SCHEDULE OF PRICES ' PROJECT .\• t ( t 1� DESCRIPTION QN11tbAr&V etc i =. \ 1 t 4VIR 7tmius. TOTAL NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE • "vr - gam_ n P I-44- L {1 { _ /'/, 89 2/y, y1&, °D TOTAL BASE BID (ITEMS d INCLUSIVE) KZ/V, z/lb, P-2 7/77 'r • The City of Omaha will furnish the successful contractor with Form No. 92, PURCHASING AGENT APPOINTMENT AND EXEMPT SALE CERTIFICATE, for all material items required in the construction of this project, which the State of Nebraska considers to be exempt from the State Sales Tax. - For each bid item, the bidder shall quote a TOTAL UNIT PRICE. The UNIT PRICE shall include - all costs, including material, necessary to complete the UNIT item of work. Failure to quote a TOTAL UNIT PRICE may be cause for rejection of the proposal. In the event of discrepancy between the 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 agreement and furnish a satisfactory bond in accordance with the terms and requirements of the specifications, is a cashier's check, a certified check, United States Government Bond (negotiable) or a bidder's bond for $ 5% of Total Base Bid It is hereby agreed that in case of failure of the undersigned either to execute the contract agreement or to furnish.satisfactory contract bond within ten (10) days after receipt of NOTICE TO AWARD, the amount of this proposal guaranty will be retained by the City of Omaha, Nebraska, as liquidated'damages arising out of the failure of the undersigned either to execute the contract agreement or'to furnish bonds as proposed. It is understood that in case the undersigned is not awarded the work, the proposal guaranty will be returned as.provided in the specifications.: Q The undersigned agrees to accomplish the work in 't entirety within a period of la working days and shall be prepared.to begin no later than Ne'cc r 111 ct and to forfeit liquidated damages as set forth in Section 108.08 of the Specifications in the event of over-run of time. The undersigned also agrees, if awarded the Contract, to furnish bonds as required by the specifications for the faithful performance of the work and guarantee workmanship and material under Contract for a period of two (2) years from the date of final acceptance of the work. P-3 10/94 If awarded the Contract, our Surety will be FIDELITY AND DEPOSIT COMPANY OF MARYLAND (name of Surety Company) of BALTIMORE, MARYLAND 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: L.H. BOLDU O., INC. e of Corporation Robert G. Wei Mgr President • Title ATTEST: // a�' - Witness Business Address and Telephone No.: L.H. BOLDUC CO. , INC. 649 W. Garfield Street P.O. Box 815 Anoka, MN 55303-0815 (612) 427-4330 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 qii2lified to do business in the State of Nebraska, or that it will take all steps necessary to so qualify, if the successful bidder. L.H. BOLDUC CO., INC. Name of Corporation Robert G. Werness Officer President Title CT Corporation System 0540862 - ; If Foreign Corporation: Nebraska Resident Agent - -- Suite 1500 '-• • 206 South 13th Street . • - Lincoln, NE 68508 • • 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: r-&-IN-wo...--pt-i'is ) 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 ANOKA County MINNESCTA The Certificate above is submitted pursuant to the requirements of Section 77-1323, Reissue Revised Statutes of Nebraska, 1943, as amended. The Contractor further certifies that all non-salvaged material removed from the project will be disposed of at the following approved and permitted locations(s): L.H. BOLDUC yard - Anoka, MN The City must be informed of any additions or changes in such location(s). L.H. BOLDUC CO. , INC. A Corporation Contractor's Name / (Specify:Corporation, Partnership, or Individual) By: !//. �j 11'• ispecify: President, Partner, .r:Owner) •-rt G. Werness, President Attest: C23C,• Secretary (if corporation) STATE OF NEBRASKA ) . ss. COUNTY OF DOUGLAS) Robert G. Werness and Robert P. Bolduc being first duly sworn on oath depose and say that they are President and Secretary, respectively, of L.H. BOLDUC CO. , INC. a Corporation ;that they have read the foregoing Certificate, know its contents, and the same are true. SUBSCRIBED and sworn to before me this 15th - day of October , A.D., 19 97 . <---/4 1 la_- (,,z 1��, M My Commission Expires January 31, 2000 Notary Public �� ( a, SANDRA SUE WORKMAN NOTARY PUBLIC-MINNESOTA 02/91/5343S 1ii;� ' ANOKA COUNTY 'tt.oa MY Comm.Exp_Jan_11,2000 CONTRACT THIS CONTRACT is made and entered into in TRIPLICATE by and between the City of Omaha, a Municipal Corporation of the Metropolitan Class in Nebraska, hereinafter called City, and hereinafter called Contractor. 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-t7o construct t okas 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 ($ ) under penalty of Performance, 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 10/94 • r 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, ail 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 dr fiftythousand dollars $150 000) or more, or (b) by seventy-five original bid price is one hundred ( , thousand dollars ($75,000) or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. The originally approved scope and primary features of a contract or purchase will not be significantly revised as a result of amendments not approved in advance by the City Council. The provisions of this Section will be quoted in all future City contracts. Nothing in this Section is intended to alter the authority of the Mayor under Section 5.16 of the City Charter to approve immediate purchases. C-3 1/86 • Dated at Omaha, Nebraska this 9day of �// ,0. 7 , 19 y7 ATTEST: CITY OF OMAH • A MUNICIPAL CORPORATION v Clerk May r Ordinance/Resolution No. CsY passed on SEAL OF THE CITY OF OMAHA: N6y - , 19 11--- LA Al. 601-0 4 C. Cayce• Contractor Street Addresss AXv ','-01— ilt 5353 307 ATTE City State Zip Code Secr ary of (Corporate) Contractor By 04lA7- G. 1-1/ 4A1Ls! CORPORATE SEAL: Titl VA-e•r STIPULATIONS: CORPORATE CONTRACTOR: • (1) Attach certified copy of resolution authorizing execution of this Contract; (2) Submit certificate showing corporation is qual- ified to do business in Nebraska. NON-CORPORATE CONTRACTOR: State Identity: Sole Owner(s); Partnership. If a Partnership, state names and addresses of all partners and a "general partner" must execute. • C-4 1/86 • 0641'0 rn. rtt R3$'? PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS: That we L.H. BOLDUC CO. , INC. hereinafter called Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND 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 TWO HUNDRED FOURTEEN THOUSAND FOUR HUNDRED SIXTEEN AND NO/100 Dollars ($ 214,416. lawful money of the United States of America, to be paid to the City for the payment whereof the Principal and Surety hold themselves, their heirs, executors, administrators, personal representatives, successors and assigns jointly and severally by these presents.. WHEREAS, The Principal is about to enter, or has entered, into a written Contract with the City for the construction by the Principal of D yyc\)( -MenGT6-7 taws also referred to as Project No. S? (l— I( t: c1 , which Contract is made a part hereof by reference thereto the same as though fully set forth herein; NOW,THEREFORE, the conditions of this obligation are such that FIRST: If the Principal shall faithfully perform the Contract on his or its part, shall satisfy all claims and demands incurred,for the same, shall fully indemnify and save harmless the City from all cost and damage which said City may suffer by reason of failure so to do, and shall fully reimburse and repay said City all outlay and expense which said City may incur in making good any such default; and, _ B-1 10/94 • 1 p 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 .24TH DAY OF OCTOBER A.D., 19 97 IN PRESENCE OF: L.H. BOLDUC CO. , INC. Principal v �/ Name* Robert P. Bolduc • 649 W. Garfield St. By Anoka, MN 55303 Address Title: THE PRESIDENT COUNTERSIGNED: (Attach Corporate Resolution of odyiti,,_ Principal Authorizing Execution) Resident Agent* W T,I J. ROUX FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety FIDELITY AND DEPOSIT COMPANY OF MARYLAND Company Name FOUR REGANCY PLAZA • 10040 REGANCY CIRCLE, SUITE 270 �` //G� Address By ///J (Attu q in-Fact) JU EN M. WEIDLING OMAHA, NEBRASKA 68114 City State Zip APPROVED AS TO FORM: *Instruction: Type names of persons 7 under signature of each. s. • City Attoo ey B-4 4/73 Power of Attorney ,. FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE,BALTIMORE,MO KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of A Maryland, by C. M. PECOT, JR. , Vice-President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Company,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Juergen M. Weidling of St. Paul, Minnesota its true and lawful agent and Attorney-in-Fact,to make,execute, deliver, d on its behalf as surety,and as its act and deed: any and all bonds and undertakings • And the execution of such bonds or undertakings in purs :.. of these .' , shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been •.fres cuted an ..wledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper .ko s. The said Assistant Secretary does hereby certi `,the extra a bOrth on the reverse side hereof is a true copy of Article VI,Section 2, of the By-Laws of said Company, and is ,.1�., force. IN WITNESS WHEREOF, the said Viceesi.ent ands.: t Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY A ri $J' OSIT CO.cT,' OF MARYLAND, this 19th day of August , A.D. 19_ •�7 FIDEL AND I 2',:: T COMPANY OF MARYLAND P / We" 9 ATTEST: =® �1!! By Assis V: etary Vice- esident STATE OF MARYLAND COUNTY OF BALTIMORE SS: On this 19th day of August , A.D. 19 96, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came C. M. PECOT, JR. , Vice-President and C. W. ROBBINS , Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and of- ficers described in and who executed the preceding instrument,and they each acknowledged the execution of the same,and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. cT�1 F'�Qr ld' g CAROL J. FADER Notary Public //My Commission Expires August 1.1 2000 CERTIFICATE I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this _24T}L_ day of OCTOBER 19 9 7 - c 3 -- -------------------- L1428c 184-8880 Assistant Secretary CORPORATE ACKNOWLEDGMENT ti STATE OF MINNESOTA ss COUNTY OF RAMSEY On this 24TH day of OCTOBER, 1997, before me personally appeared ROBERT G. WERNESS to me known, who being by me duly sworn, that he is the President of the L.H. BOLDUC CO. , INC. the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to 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. JENNIFERMILLER Notary Public, -fir.: __',:3 Notary Public-Minnesota I (Not y Seal 0...,.`'r _ Ramsey County 3j My Commission Expires Jon.31,2000 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA ) ss COUNTY OF RAMSEY ) On this 24TH day of OCTOBER, 1997, before me appeared JUERGEN M. WEIDLING to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, „A_ (Nota • JENNIFER MILLER } J 4 Notary Public-Minnesota p : .w , Ramsey County My Commission Expires Jon.31,2000 - s • • tti SPECIAL PROVISIONS - CONTRACT CONTROL: 1. All work, material, guarantees and bonds shall conform with: (a) All applicable Federal and State Laws and all applicable ordinances and City of Omaha regulations; (b) The plans and all notations shown and specified on the plans; (c) The Special Provisions herein contained; (d) The City of Omaha Standard Specifications for Public Works Construction, 1989 Edition. 2. In case of conflict between or among: (a) The notations shown and specified on the plans; Special Provisions he rein The contained; (c) The City of Omaha Standard Specifications for Public Works Construction, 1989 Edition; then the conditions shall control and prevail in accordance with the sequence above enumerated in this paragraph. Copies of THE CITY OF OMAHA STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 1989 Edition, are available at Room 631, Omaha/Douglas Civic Center, Public Works Department. SP-2 11/89 SECTION 02350-STENL PIPE PILES SEPTEMBER 1997 PART 1-GENERAL 1.1 WORK INCLUDED A. In accordance with Contract Documents, provide all equipment, material, labor, and supervision to install steel pipe pile foundation system. 1.2-1.3 (NOT USED) 1.4 QUALITY ASSURANCE A. Installer Qualifications: Not less than three successfully completed contracts within last 5 years with similar soil conditions, pile sizes, depths, and quantities of Work to that contained in this Project. B. Survey Work: 1. Contractor shall employ, at his expense, a surveyor, registered in Nebraska to perform surveys, layouts, and measurements for steel pipe pile Work. 2. Record and maintain information log of each steel pipe pile and cooperate with Testing Agency to provide data for Driving Record. 3. Upon completion of Work, Contractor will provide reproducible Record Foundation Drawings, prepared and signed by Registered Land Surveyor or Civil Engineer, corrected to conform with conditions existing after construction. 4. Show following on Record Drawings: a. All exact pile locations and cut-off elevations drawn to same scale as Drawings. b. Note all piles which do not meet specified tolerances. c. Plan location of all piles. C. Welding: Qualify all welders, welding processes, and procedures in accordance with AWS D1.1. D. Testing Agency: 1. Testing Agency will be the Geo-Technical Engineer or an independent testing laboratory employed by the Owner. 2. Testing Agency will observe all pile driving operations. 3. Responsibilities of Testing Agency: a. Be present during all pile driving operations. b. Keep driving records of each pile driven. c. Confirm that each pile is correct steel section. d. Confirm that each pile is driven to required capacity. e. Record pay length for each pile. QikofESSrpl,4` � -741 WILLIAM I). '. m j z : GMITERKO ,1 • .E 870`� _���� I1� 41. 4tF OF NEB ! STEEL PIPE PILES 02350-1 1.5 REFERENCES A. American Welding Society(AWS): 1. AWS D1.1, "Structural Welding Code, Steel". 1.6 SUBMTI TALS A. Make submittals in accordance with requirements of Division 1 and as specified in this Section. B. Satisfactory proof of installer qualifications before beginning Work. C. Concrete Mix Design. D. Current certification of welders to be used on project to Engineer before beginning Work. E. Certification of pipe pile section including yield strength, diameter, wall thickness, and tolerances. F. Record Drawing at completion of Work. G. Driving Record submitted by Testing Agency: Surveyor to provide items marked(*)to the Testing Agency for inclusion in log. Submit Driving Record for all piles no later than 5 days after completion of all pile driving. Include following information: 1. Project name and number. 2. Name of pile driving Contractor. 3. Pile location and number. 4. Design pile capacity. 5. Type and size of hammer used. 6. Type of pile-driving cap used. 7. Rate of operation of pile-driving equipment. 8. Steel pile section used. 9. Number of pile sections used. 10. Length of each section used. 11. Total length of each pile. 12. Location of splices. 13. Elevation of tip. 14. Elevation of butt before and after cutoff. (*) 15. Ground elevation. (*) 16. Continuous record of number of blows for each foot of penetration in the lower 10 ft of the pile and redrive. 17. Any unusual occurrences during pile driving. 1.7 DELIVERY, STORAGE, AND HANDLING A. Except for "indicator" piles, any materials ordered or delivered to project site before verification of assumed pile length will be at Contractor's risk. B. Verification of assumed pile lengths will be achieved by installing five (5) "indicator" piles. "Indicator" piles are production piles installed at various locations on the site as directed by the Testing Agency. C. After expected pile lengths are verified, deliver materials to project site in quantities and at times to assure conformity of pile driving operations with Project schedule. D. Store and block piles in orderly groups above ground as required to minimise possible distortion of members. Piles exhibiting variations beyond mill tolerance limits will be considered distorted and will be rejected unless otherwise permitted by Engineer. STEEL PIPE PILES 02350-2 1.8 UNIT PRICES A. For purposes of bidding, the assumed total net aggregate length of pile is 14,400 Ft. B. In Bid Form state: 1. Unit price upon which Bid is based. Payment will be based on actual length installed, as measured by the Testing Agency, multiplied by the unit price stated in the Bid Form. PART 2-PRODUCTS 2.1 (NOT USED) 2.2 MATERIALS A. Steel: 1. Pipe pile shall be 9 5/8 inch O.D. normalized, seamless oil field casing with a minimum yield strength of 50,000 psi and a minimum wall thickness of 0.395 inches. 2. Piles shall have the tip closed with a flat plate (A36) having a minimum thickness of 1". The plate, when installed, shall not extend beyond the outside face of the pile. 3. Piles that are to be spliced shall be cut to mill tolerances. 4. Piles and plates shall be free of scale. B. Welding: 1. Perform all manual arc-welding using shielded metal arc or submerged arc method, complying with AWS standards. 2. Use oxygen-gas or oxygen arc methods for field cutting of steel, complying with AWS recommendations. C. Concrete: 1. Concrete shall comply with City of Omaha Specifications for strength indicated on Drawings. 2. Air entrainment is not required. PART 3-EXECUTION 3.1 INSPECTION A. Examine areas and conditions under which steel pipe piles are to be installed. B. Notify Engineer in writing of conditions detrimental to proper and timely completion of Work. C. Do not proceed with Work until unsatisfactory conditions have been corrected in an acceptable manner. 3.2 PREPARATION A. Locate and protect structures, underground utilities, and other construction from damage caused by pile driving operations. B. Pile Length Markings: Mark each pile's length by painting horizontal line, at 1 foot intervals, and number of feet from pile tip at 5 foot intervals. C. Layout: 1. Building layout lines and temporary bench marks are responsibility of Contractor. 2. Locate lines for piles and pile groups. 3. Contractor shall be entirely responsible for, and shall bear the entire cost(including Engineering fees and any modification of caps), of correcting all mislocated piles or incorrect cut-off levels at pile butts. STEEL PIPE PILES 02350-3 3.3 INSTALLATION A. Equipment: 1. General: Provide pile driving equipment of type generally used in standard pile driving practice, operated at manufacturer's specified rate, to develop required rated energy per blow. 2. Hammer: a. Provide pile driving hammers of size and type able to deliver consistently effective dynamic energy, suitable to piles to be driven and to subgrade material into which they are to be driven, when operating at not less than 50 percent efficiency of rated driving energy. b. Unless otherwise shown or specified, provide driving hammer with rated driving energy of not less than 30,000 ft.-lbs. 3. Driving Caps: Equip hammer with cast steel or structural steel driving cap, with grooved base conforming to pile shape. Keep bearing surfaces of grooves true and smooth. 4. Leads: Use fixed or rigid type pile driver leads that will hold pile firmly in position and alignment, and in axial alignment with hammer. Extend leads to within two feet of elevation at which pile enters ground. 5. Cushions: Do not add cushioning material during last five feet of driving. B. General: 1. Continuously drive each pile at locations indicated, to required driving resistance established by Testing Agency after driving "indicator" piles. 2. Maintain center of gravity for each pile or group of piles to conform to locations shown on Drawings. 3. Plumb leads and pile before driving. During driving, prevent and correct any tendency of piles to twist or rotate. 4. When handling and driving long piles, ensure against overstress or leading away from true position when driving. 5. Backfill all voids around piles with approved clean sand immediately after driving. C. Jetting: 1. Piles may not be driven with aid of water jets. D. Splices: 1. Clean surfaces to be welded of all rust, scale, oil, paint, and foreign material. Use only pile members with identical cross-sections for splicing. 2. Only one splice per pile will be permitted, unless otherwise authorized in writing by Engineer. 3. Make splices before starting driving operations wherever possible. 4. If welded splice is required during the driving operation, make splice when top of driven pile portion is at least 3 feet above ground, to permit inspection of welded connection during welding and during subsequent driving. 5. Unless otherwise shown on Drawings, provide full penetration butt welded splices with back-up ring, producing straight pile alignment through splice and developing full strength of pile in both bearing and bending. STEEL PIPE PILES 02350-4 1 • • E. Damaged or Misdriven Piles: 1. Immediately inform Engineer and Testing Agency and confirm in writing when piles are damaged or driven outside required driving tolerances. 2. Damaged piles, and piles driven outside required tolerances, Shall be accepted or • rejected in writing by Engineer. 3. Withdraw piles rejected after driving, and replace with new piles when so directed by Engineer. 4. When centerline deviation exceeds specified tolerances, at direction of Engineer, drive additional pile or piles at no cost to Owner. S. If so directed by Engineer, piles rejected after driving may be abandoned and cut off, and additional piles driven to replace rejected units at newly designated locations. 6. At no cost to Owner, solidly fill abandoned piles or spaces left by withdrawn piles which will not be filled by new piles. Use satisfactory soil material or lean concrete as directed by Engineer. F. Cutting Off: 1. Cut off tops of driven piles such that top of pile is at top of structural fill. 2. Cut-off sections may be used for splicing if ground to mill tolerances. 3. Dispose of excess material off site. G. Driving Tolerances: 1. Drive piles within following maximum tolerances: a. Variation from specified location in plan: 3 inches. b. Deviation from plumb: 1) Before driving, when pile is in leads: Per 10 feet of length: 1/2 inch. Maximum: 3 inches. 2) After driving, when pile is in ground: Per 10 feet of length: 2 inches. Maximum: 10 inches. c. Variation of centroid of pile group from specified location in plan: 3 inches. H. Concrete Installation: 1. Install to top of all piles in accordance with the City of Omaha Specifications. 2. Do not place concrete in any pile until it has been inspected and found to be free of water, debris, or other foreign matter, and until all piles in group(pilecap)are driven. Measurement for Payment: 1. Basis for Bids: Bids shall be based on total net aggregate pile length specified. 2. Basis for Payment: a. From data obtained as result of driving piles, Testing Agency will calculate actual total net aggregate length of piles used in Work. Contract price per lineal foot includes all labor, materials, tools, equipment, and incidentals for performing all work for furnishing, driving, splicing, cutting-off, disposal of cut-offs, and filling with concrete. b. Measurements will be based on effective length of piles in place, with all fractional lengths measured to nearest tenth of a foot. Effective length of pile is to top of existing structural fill. Length of pile above structural fill is considered incidental to the Work. c. No payment will be made for rejected piles or for additional piles required because driving tolerances for location of piles or pile groups have been exceeded. END OF SECTION STEra.,PIPE PILES 02350-5 ACORD CERTIFICATE OF LIABILITY INSURANC SR DM DATE(MM/DD/YY) OLD-01 10/24/97 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION River City Agency, LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 720 Piper Jaf fray Plaza HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 444- Cedar Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Saint Paul MN 55101-2126 COMPANIES AFFORDING COVERAGE COMPANY Phone No. 612-229-0151 FaxNo.612-229-0152 A North River Insurance Company INSUk`ED COMPANY B United States Fire Ins. Co. L.H. Bolduc Company, Inc. COMPANY 649 West Garfield C P.O. Box 815 COMPANY Anoka MN 55303 D COVERAGES 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DDNY) DATE(MM/DD/YY) GENERAL LIABILITY 1 GENERAL AGGREGATE $2,0 0 0,0 0 0.* A X COMMERCIALGENERALLIABILITY 503 15 70 63-6 10/01/97 10/01/98 PRODUCTS-COMP/OPAGG $ 1,000,000. CLAIMS MADE X OCCUR PERSONAL&ADV INJURY $ 1,000,000. OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1.,0 0 0,0 0 0. X *Per Project Agg. FIREDAMAGE(Anyonefire) $300,000. MED EXP(Any one person) $ 15,0 0 0. AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000. A X ANY AUTO 133640858-7 10/01/97 10/01/98 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 1,0 0 0,0 0 0. B X UMBRELLA FORM 553 054 0643 1 10/01/97 10/01/98 AGGREGATE $ 1,000,000. OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND X I TORY LIM TS I IOER EMPLOYERS'LIABILITY EL EACH ACCIDENT $5 0 0,0 0 0. A THE PROPRIETOR/ X INCL 408 55 03 80-3 10/01/97 10/01/98 EL DISEASE-POLICY LIMIT $500,000. PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $500,000. OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Project: OmahaPark Six, Pipe Pile Foundations, 16th & Davenport Streets. Special Project No. 97-11A . The City of Omaha is named as an additional insured as respects this project. CERTIFICATE HOLDER CANCELLATION OMAHCl2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Omaha, Planning Dept. EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Attn: Greg Peterson 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Omaha/Douglas Civic Center BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1819 Farnam Street, Suite 1100 Omaha NE 6 818 6-0110 OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S(1195) ©ACORD CORPORATION 1988 1 P25A , CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr 19 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS,bids were received on October 15, 1997,for S.P. 97-11A,OmahaPark Six,Pipe Pile Foundations, 16th and Davenport Streets; and, WHEREAS, L. H. Bolduc Co., Inc. submitted a low bid of$214,416.00 being the lowest and best bid received for S.P. 97-11A, OmahaPark Six, Pipe Pile Foundations, 16th and Davenport Streets; and, WHEREAS,L.H. Bolduc Co.,Inc.has complied with the City's Contract Compliance Ordinance 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 $214,416.00 from L. H. Bolduc Co., Inc. for S.P. 97-11A, OmahaPark Six,Pipe Pile Foundations, 16th and Davenport Streets,being the lowest and best bid received,be accepted and the contract awarded. BE IT FURTHER RESOLVED : THAT,the contract with L. H. Bolduc Co.,Inc.,as recommended by the Mayor,in the amount of$214,416.00, is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of S.P. 97-11A, OmahaPark Six,Pipe Pile Foundations, 16th and Davenport Streets, in the amount of$214,416.00 from the OmahaPark Six Bond Account,Fund No. 356,Agency 195,Organization 2025. APPROVED AS TO FORM: /0 /1 SSISTANT C ATT Y D TE P:\PLN2\6938.SICZ By.... .... 1114:11/&/911A4.0. Counccilmember Adopted NOV -..4...1997 ity Cler Approved f Mayor 'v O CA P ti r) kOs � cn CA ai qd 4• • . V't oi _ nO g 9,,.�' ' ¢ � V Jo. 6, O C C G a O A� •"C a x r 1'd IQ