Loading...
RES 2016-0172 - Bid from Tab Construction Company to install new pedestrian bridge in Benson Park oM IN, p j= ; LI Parks, Recreation & Public Property Department ;r.koll(yaw7 , , Omaha/Douglas Civic Center �.�f�� '1� « T n 1 ` z 1819 Farnam Street,Suite 701 ®.r 1r1 fl6 i Omaha,Nebraska 68183-0701 A ro (402)444-5900 04 1 4 0 IT ``. 7 L FAX(402)444-4921 'TFD FEBRil City of Omaha Jean Stothert,Mayor February 9, 2016 Honorable President and Members of the City Council, Transmitted herewith is a BID TABULATION and a RESOLUTION authorizing the Purchasing Agent to issue a Purchase Order to TAB Construction Company to provide all tools, labor, mechanics for labor, equipment, and materials to design, deliver, and install in a good substantial and workmanlike manner, a new pedestrian bridge in Benson Park, 7002 Military Road, in total amount of$86,232.00, for the Parks, Recreation, and Public Property Department. TAB Construction Company submitted the lowest bid for the project. The following bids were received on December 16, 2015: CONTRACTOR BID TAB CONSTRUCTION COMPANY $ 86,232.00 (BEST BID) Graham Construction $101,750.00 Swain Construction, Inc. $116,767.00 TAB Construction Company has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. Finance Department is authorized to pay the Funds in the total amount of $86,232.00 to TAB Construction Company from the 2010 Parks & Recreation Bond Fund No. 13355 and Organization No. 117317, Parks & Cultures Bond, for the 2016 fiscal year. The Parks, Recreation, and Public Property Department recommends the acceptance of the bid from TAB Construction Company being the best bid received, and requests your consideration and approval of this Resolution. Page -2- Honorable President and Members of the City Council Respectfully submitted, 1 Broo nch, Director Date Parks, Recreation, and Public Property Department Approved as to Funding: Approved: Step en B. Curtiss Da e Spen r K. Danner, . Date Finance Director r_ ;� Human Rights and Relati s Director Referred to City Council for Consideration: Vz77//co Mayor's Office/Title Date 1G‘4 p:2192tmb St H' w Z U_ a i- w Z U_ a I- w Z U_ a c CO o o 0 U I- w N (n (A (n m Z U co I- = a, ( > > > o a °O 0 69- C Cu 0 o 0 cv 6z w w w W co c m U—a, m >- >- >- o a U COo o O U I- Ow co L tom. w Z U win CD w w _ c o 0 o a o r a 0 d a) m c cct E Cl) O O d Q a) a O Q w w ce CQ E - as m CD 0 0 'y2 m � Z Qwi 0 (, 0 . = f- ar. L F- CO .0 U- -a w i- m O- 0 0 V 0 0 m RSa a 2 z z m O L 3 0 Y Y 0 m Q 0 N -aa Q Q r- N w C z .� a 'La,' a. c� as 0 O N ots a. E O 0 0 0 al c N Z Z N m a Z o to w 0 LL Y r O= a) N 0 0 ro C O 1 c N w m W Q Q Z Z 0 P. c Q- - m + O < Cl) O � E Cu 0 O E t Y C � 8a g Cu H 000a a 31d Form(Rgtr.Oa-2015) DEB DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA BENSON PARK PEDESTRIAN BRIDGE REPLACEMENT RETURN BIDS TO: Published:25 November 2015 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 4 Pages 1819 Famam Street Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF 5%IF THE TOTAL AMOUNT FOR THE ITEMS OFFERED IS$20,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO"CITY OF OMAHA". Bid Opening Date: 11:00 A.M. 16 December 2015 MPORTANT .Bid must be in the office of the Acting CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. CENTER,1819 Famarn Street,Omaha,NE 68183-0011 by bid opening date and time 6.When submitting bid on Items listed,bidder may on a separate sheet make suggestions indicated,In sealed envelope marked BID ON:BENSON PARK PEDESTRIAN BRIDGE covering reduction In costs wherever this is possible through redesign,change of material REPLACEMENT. or utilization of standard items orquantity change. I.As evidence of good faith a bid bond or codified check must be submitted with bid,Bid Bond or certified check shall be made payable to the'City of Omaha'. FAILURE TO DO PLEASE DO NOT CALL FOR THIS INFORMATION. SO IS CAUSE FOR REJECTION Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to accept or reject any part of your bid unless otherwise indicated by you. .If Federal Excise Tax applies,show amount of same and deduct Exemption certificates will be furnished.Do not include tax In bid. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the terms(s)listed below: 'his is to certify that the undersigned has read and examined (a)the advertisements, (b)the requirements for bidding and instructions to bidders and (c) le specifications and drawings prepared by The City of Omaha Parks, Recreation & Public Property Department for the Benson Park Pedestrian !ridge Replacement and that the bidder has made all the examinations and investigations required by said documents. IIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO ] ,THROUGH 2 is understood (a)that as to the contract which may be awarded upon this proposal, the Contract period will be the term beginning with the notice to roceed and ending with the acceptance of the work,the number of consecutive calendar days hereinafter agreed on;and(b)that it is the Intention of the 'ark Planning Division that a contract shall be awarded to the bidder regarded by the City of Omaha as having submitted the lowest and best bid,having sgard for his fitness and capacity to furnish in sufficient quantities the quality of material considered by said Park Planning Division best to meet the squirements of the Park Planning Division;material purchased for this project will be State of Nebraska and City sales tax exempt in the foregoing,understand that the bidder hereby offers and proposes to furnish all labor,at materials and ail else whatsoever necessary to construct and roperly finish all the work in connection with"Benson Park Pedestrian Bridge Replacement,Benson Park,7002 Military Road,Omaha,Nebraska"in ccordance with the provisions of this proposal and contract documents to the satisfaction of the City of Omaha Parks, Recreation and Public Property Iepartment for the lump sum of: ,ASE BID: 6-/6/1 hills tx+O Two flu u ,f o -rwie.ry boc,cerrc,r m� Ai o is 1$ 04. 232 ."° ote; Refer to page 2 of 4 for Bid Bond&Unit Costs and page 3 of 4 for Completion Date,Performance Bond&Insurance Requirements. Refer any questions ;garding the Bid or Contract Documents directly to the Park Plannina Division at 402444-5900 orris noted in the Contract Doccuments. II bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract omplance Report(Form CC-I).This report shell be In effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance rdinance orPBEIDEB Listings should be directed to the Human Relations Department at 402.444.5055. . Please Print Legibly or Type) Firm 'riff 6A.Arr-tr_u4r7d_ l'�. Incorporated in AM- (State e� (state Name MaP�ia g r;an7�.Z Sig nature Title t61 Phone I/o2-331r1agy Fax z-331-Mg,G Address '1!5S S 4.7"1 Sr. D Araort Aid-' 68t17 Street/P.O.Box City State Zip E-Mail Address r3a-- e -774'5NO AIAns. �cl�•^ Bid Form(Rev.03-2015) DEB DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA BENSON PARK PEDESTRIAN BRIDGE REPLACEMENT NOT AN ORDER Page 2 of 4 Pages The bidder hereby states that the above total cost to the City of Omaha includes all material,taxes,insurance royalties;transportation charges,use of all necessary tools and equipment, supervision, inspection and tests of materials, bond and overhead expense, all equipment furnished in accordance with the requirements of the contract documents considered severally and collectively. It is understood that the contract documents shall consist of the advertisement,the requirements for bidding and instruction to bidders,this proposal, the contract documents titled "Benson Park Pedestrian Bridge Replacement",dated 25 November 2015 and the duly executed agreement or contract proper;that,said documents are complementary and that which is required,shown or specified by any one of these,shall be as binding as if required by all. The bidder hereby represents that the price contained in this proposal is neither directly nor indirectly the result of any agreement or any secret understanding with anyone with respect to any provisions contained in this proposal. UNIT COSTS: Bridge(Design,Manufacture/Assemble and Delivery to Site): $ 64,964." • Installation: $ /9,ZGG. as TOTAL COST Base Bid-(put this number on page 1 of 4): $ gG.232.vo , BRIDGE MANUFACTURER: Contractor shall list bridge manufacturer they intend on using for the design and fabrication of the new pedestrian bridge: P/oN are t3Zicibtia" BID BOND: In accordance with the requirements for bidding and instructions to bidders,there is deposited herewith a bid bond or a certified check payable to the City of Omaha,in the sum of: SID &o0-24) �rsrt- ,S�'o nF 'ice i & ($ ),which is at least five percent(5%)of the aggregate amount of the proposal. It is agreed that,in the event the bidder is awarded a contract based on this proposal,or a part thereof and fails or refuses to execute a written contract or fats to furnish a performance bond within ten days after the award of said contract,the sum deposited herewith shall be retained by the City of Omaha as liquidated damages and not as a penalty, as it is expressly agreed that said sum is a fair measure of the damages which will be sustained by the City of Omaha in case of any such failure or refusal on the part of the bidder. The said sum,however,will be returned to the bidder; if and when he shall faithfully keep and perform all of the conditions set fourth in the advertisement and the requirements for bidding and instructions to bidders,and furnish an acceptable surety bond. The surety company issuing said bond shall be licensed by the State of Nebraska,and listed on the current edition of Circular 570 of the United States Dept of the Treasury. SIGN ALL COPIES Firm 7 C'o,usrrtzsc.rn By tuuS'flt,;;'i itt E170 BY CITYCLEM OPENED BY COMMITTEE Title L.rd DEC 16 2015 AS PERCRU 1125445 Referred to Purch+�Ing Agent Bid Form(Rev.03-2015) DEB DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA BENSON PARK PEDESTRIAN BRIDGE REPLACEMENT NOT AN ORDER Page 3 of 4 Pages NOTICE: Unless the foregoing proposal is free from alterations,additions and deductions and unless the name of the bidder as signed thereto is complete and correct,in accordance with the instructions to bidders,it may be rejected as informal. GENERAL CONTRACTOR WORK REQUIREMENT: Contractor shall perform a minimum of thirty percent(30%)of the work without subcontracting. Purchasing of materials shall not qualify as self- performing the Work. COMPLETION DATE: The bidder agrees that construction will be completed within. /Z O calendar days after approval of the purchase order for the work by the Omaha City Council and receiving the"Notice to Proceed"from the Park Planner. Refer to Division 0,Section 00200,"Instructions To Bidders", Part 2.15,"Computing Completion Date"for Information on how to compute the number of calendar days to complete the work. PERFORMANCE BOND: Refer to Specification Section 00200, "Instructions to Bidders", Part 2.10, "Bond Submission" and Section 00400, Performance, Payment Maintenance Bond"requirements. INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction", Part 2.15, "Contractor's Insurance" for insurance requirements. SIGN ALL COPIES Firm 7/* Loa csrlZG[Ur c►,J By 11' .ad 4771 Title Cr) Bid Form(Rev.03.2015) DEB DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA BENSON PARK PEDESTRIAN BRIDGE REPLACEMENT NOT AN ORDER Page 4 of 4 Pages Responsible Contractor Compliance Form RC-1 Cii:Z)'Fki i,i3 :s`-�'Y CITY CLEfX ,,t1A,.",. , OPENED(Y OOMRSr r eE t. f ',, DEC 16 2015 . y' AS PEN 0 D 025449 1. Regulations: Referred to Purchasing Agent A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor, shall fill out completely a Responsible Contractor Compliance Form(RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully authorized to perform employment in the United States and that the Contractor and all sub-contractors shall use E-Verify to determine work eligibility. Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev. Stat.Section 48-2901 et seq.). Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat. Section 73-104 et seq.). rri�Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. El/Contractor has not,upon final determination by the Occupational Safety and Health Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been conicted of 3(three)separate "serious"OSHA violations within the past three(3)years. t. Wontractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. /o/rl(/.J lgnature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub-contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. t. tlJ 1 g 8 .p ag F a� '� CA6 ° n ,' a ,, ao . 8 m -o a -1 .§ 0 s gU E � .4 v 4 � 8 $ s''d i 1 00 eo I ..: i I.. N - 47 �, dk •�$ °� Rry Q ",� e o ::::r: •. o°V $ = o C u H v a - ivy y G la 0 •E m C NE ,,a) s 0 5a. $ G ;p - O= N y Cld l6 y 7 y V ,.ytd p - •'O O yu• w� .o = tu • CV x A g l F. 00 44 0 v ° t5t E� r , o g 8 a o Iyou� a o . w �� E CA C) s C G N •7 .. yy g a E Y = a E YYY"'""` D y 'AV o ,a 'd C N Of, E au a .C � ae 7 O ++ p 6p a N S C sa� h fl _ „ v 't Wd4aiL) O Oa t a N a>� O ' p i0 i) to E � y a 3 $ • Q. � � W � a. °'p � ` io 7-1 IQ � § � = Je n GA .g * � oa 3 a. y ws m i :e ,N a) o E vo E� p Et. > ' A '3 � `^ C v .5 H a c 3 N •Q 1 a3'o .r N g LEa804a. 0. Erb _0 cat VI 0 ) C lam. 't0 V -4 0 •O. L ^ E 0 `V 1"1 CCI ." �, ca p V id p \ tad OA O p T ma En 2. C 0 'ill gv •� a� � iii M o„ g4 e U '5 o % - .0 en 4 g. 0 _ T;`^ W g - a� III s- W IflRuO snw Q E C. `o E L.L. a), ca 7 o. O �: Q U a -le BIDS TRAEMr[T BYO?CLEMX C S OPENED BY COMMI E o`o m ,03 DEC 182015 0.1 Q a A9 PER QRD�2"t�f45 v 'm Referred to Purchasing Agent -NC A 0 C . cv ,R ry C o m ' 0 a ,� a1U ,.0 i,_, v-, .0 v as •v N;.I 00 gV0 a Lg oa m a; u o (1) ia ---- A P. � W t 0't o 4, �; w c 0 C cei cC c co ` 3 S ac Nco " ° L" E V tut ti O t7 aP, . b V2 .5. 'g b.n ,� o 0 �' 3 ..; o o �, 7., co o N a� .-. `` v •.ICI u W U 0 OD act _ 10 CDO IV, opG is co 2...) T v aa C a rrTT4 Imo! rip 0 ' W 0 5 o o d 4 o cci QQ `*' 1 > N g E Q y •0)C� Oo ° C) , a) Y w .o Li 0 ▪• %ma •{4 O OO .o a. y ' 5 E O [.1) V w •� m O R. 0 E ,.._ c..) ,.p., r 0, u 5, — — 0 a"—, IX `1> 5 2.), E w/ QI 2 ,4_, F. ii '�" to rn OA u u u Aicc pp 'O 0. •- � y• '54 a.) • ° , y L ;Li b 'aa S c ono a) W o a S c a ' E O co • u. a c a) O cc 73 _. BIDS TRANSR'DTEDDY CRY Ci. ";r( N OPENED CY COMMk7'TEE L fa coco • a DEC 6 2Q15 .L in a. al AS PER O oaa a Referred to Purchasing Agent a t s C H i , fa O. ro N c : 0 o 0 . co • DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA, NE 68183-0902 • PHONE(402) 444-4954 FAX(402)444-4992 December 3, 2015 NOTICE TO BIDDERS: REQUEST FOR BID ON CITY OF OMAHA-Benson Park Pedestrian Bridge Replacement Benson Park,7002 Military Avenue, Omaha, NE - -- Bid Opening Date; Wednesday, December 16, 2015, at 11:00 a.m.CST ADDENDUM NO. 1: . Modifications to the original specifications and drawings dated November 25, 2015, per the attached two(2)pages. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. ji)A4 Holly Hurt- 't-nior Buyer-City of Omaha' Douglas County Purchasing Department 1974rcnam✓ Name of Firm 'geed By Title DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA, NE 68183-0902 PHONE (402)444-4954 FAX(402)444-4992 December 10,2015 NOTICE TO BIDDERS: REQUEST FOR BID ON CITY OF OMAHA-Benson Park Pedestrian Bridge Replacement Benson Park,7002 Military Avenue, Omaha,NE Bid Opening Date: Wednesday, December 18, 2015, at 11:00 a.m.CST ADDENDUM NO. 2: Modifications to the original specifications and drawings dated November 25,2015, per the attached two (2) pages. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING • THIS ADDENDUM COVER SHEET WITH YOUR BID. END OF ADDENDUM ACKNOW DGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDEN COVER SHEET WITH YOUR BID. • a . n ersen-Asst. Purchasing Agent-City of Omaha/Douglas County Purchasing Department dous'rzcfc no- Cv. Name of Firm �} /mil AaeA.41_,f,x," By Title CITY OF OMAHA CLASS SPECIFICATION No. 2565 SENIOR GOLF PROFESSIONAL NATURE OF WORK This work involves managing and operating an 18 hole or two or more 9 hole municipal or championship golf courses, and associated clubhouses, pro shops and concession area. Employees in this classification who work at Applewood golf course will be required to live in the facilities provided by the City of Omaha. Employees who work at the Benson or Elmwood golf courses will have the option of living in the facilities provided by the City. Public relations is a continuous requirement of this work. ESSENTIAL FUNCTIONS (Any one position may not perform all the duties listed, nor do the listed examples include all the duties that may be performed in positions allocated to this class.) Manages and oversees the operation of an eighteen hole or two or more nine hole municipal or championship golf courses and associated clubhouses, pro shops and concession areas; orders supplies. Hires, trains, schedules, provides direction to, disciplines, and oversees the work of subordinate staff. Computes handicaps, schedules tee off times, maintaining a strict tee time scheduling system, and collects fees. Responds to inquiries and complaints, and explains and enforces golf rules and regulations. Operates a concession counter, selling food and beverages to patrons. Sells golf equipment, attire, and supplies as a retail venture. Manages and oversees golf cart rentals, ensures the storage and security of the carts, and reports any damage or breakdowns to the cart mechanics. Establishes leagues and plans and administers tournaments. Computes handicaps, schedules tee off times, and collects fees. Maintains accurate records of receipts, disbursements, and inventory, and prepares daily reports. Performs other duties as assigned or as the situation dictates within the scope of this classification. City of Omaha Class Specification Senior Golf Professional Page 2 REQUIRED KNOWLEDGE, SKILLS, AND ABILITIES Knowledge of the game of golf and the operation of an eighteen hole golf course, its maintenance and staffing. Knowledge of cash handling, inventory, and cost control procedures. Ability to hire, train, schedule, provide work direction, discipline, and oversee the work of subordinate personnel. Ability to stimulate interest in the game of golf and the use of the City's golf courses. Ability to provide instruction on the play of the game and the mechanics of swinging a golf club. Ability to plan and oversee the operation of an eighteen hole golf course program including league formation and tournament scheduling, and tournament administration. Ability to maintain accurate records of receipts, disbursements, and handicaps. Ability to communicate to respond to inquiries and explain and enforce golf rules and regulations. Ability to prepare clear and concise reports. Ability to understand oral or written instructions. Ability to stand and walk 76-100% of the time; and reach, balance, bend, stoop, kneel, push and up to 25% of the time. Ability to move objects weighing up to 50 pounds 0-33% of the time, weighing up to 20 pounds 34-66% of the time; and weighing up to 10 pounds 67-100% of the time. EDUCATION AND EXPERIENCE (The knowledge, skills, and abilities above may be acquired through,but are not limited to, the following combination of education and/or experience.) Experience involving business operation, the supervision of subordinate personnel, and considerable public contact. P:\comp\classpec\working\SGolfPro City of Omaha Class Specification Senior Golf Professional Page 3 SPECIAL QUALIFICATIONS Must possess or obtain within the probationary period a Class "A" Professional Golf Association license. Must be able to transport oneself or coordinate transportation to work sites. Must be able to work variable hours, weekends and holidays as required. Must meet all necessary requirements to manage and administer an alcoholic beverage license. WORKING CONDITIONS Work is performed primarily indoors in an office/concession/retail outlet environment amid normal conditions of noise, odors, fumes, and dust. Depending on the golf course assigned, the incumbent may be required to reside on the premises. EQUIPMENT OPERATION (Any one position may not use all of the tools and equipment listed nor do the listed examples comprise all of the tools and equipment that may be used in positions allocated to this classification.) Cash Register Telephone Snack Bar Equipment Calculator Golf Cart Public Address System Computer Printer Approved: 9/30/93 3/28/00 P:\comp\classpec\working\SGolfPro CITY OF OMAHA CLASS SPECIFICATION No. 2565 SENIOR GOLF PROFESSIONAL NATURE OF WORK This work involves managing and operating an 18 hole or two or more 9 hole municipal or championship golf courses, and associated clubhouses, pro shops and concession area. Employees in this classification who work at Applewood golf course will be required to live in the facilities provided by the City of Omaha. Employees who work at the Benson or Elmwood golf courses will have the option of living in the facilities provided by the City. Public relations is a continuous requirement of this work. ESSENTIAL FUNCTIONS (Any one position may not perform all the duties listed, nor do the listed examples include all the duties that may be performed in positions allocated to this class.) Manages and oversees the operation of an eighteen hole or two or more nine hole municipal or championship golf courses and associated clubhouses, pro shops and concession areas; orders supplies. Hires, trains, schedules, provides direction to, disciplines, and oversees the work of subordinate staff. Computes handicaps, schedules tee off times, maintaining a strict tee time scheduling system, and collects fees. Responds to inquiries and complaints, and explains and enforces golf rules and regulations. Operates a concession counter, selling food and beverages to patrons. Sells golf equipment, attire, and supplies as a retail venture. Manages and oversees golf cart rentals, ensures the storage and security of the carts, and reports any damage or breakdowns to the cart mechanics. Establishes leagues and plans and administers tournaments. Computes handicaps, schedules tee off times, and collects fees. Maintains accurate records of receipts, disbursements, and inventory, and prepares daily reports. Performs other duties as assigned or as the situation dictates within the scope of this classification. City of Omaha Class Specification Senior Golf Professional Page 2 REQUIRED KNOWLEDGE, SKILLS, AND ABILITIES Knowledge of the game of golf and the operation of an eighteen hole golf course, its maintenance and staffing. Knowledge of cash handling, inventory, and cost control procedures. Ability to hire, train, schedule, provide work direction, discipline, and oversee the work of subordinate personnel. Ability to stimulate interest in the game of golf and the use of the City's golf courses. Ability to provide instruction on the play of the game and the mechanics of swinging a golf club. Ability to plan and oversee the operation of an eighteen hole golf course program including league formation and tournament scheduling, and tournament administration. Ability to maintain accurate records of receipts, disbursements, and handicaps. Ability to communicate to respond to inquiries and explain and enforce golf rules and regulations. Ability to prepare clear and concise reports. Ability to understand oral or written instructions. Ability to stand and walk 76-100% of the time; and reach, balance, bend, stoop, kneel, push and up to 25% of the time. Ability to move objects weighing up to 50 pounds 0-33% of the time, weighing up to 20 pounds 34-66% of the time; and weighing up to 10 pounds 67-100% of the time. EDUCATION AND EXPERIENCE (The knowledge, skills, and abilities above may be acquired through, but are not limited to, the following combination of education and/or experience.) Experience involving business operation, the supervision of subordinate personnel, and considerable public contact. P:\comp\classpec\working\SGolfPro City of Omaha Class Specification Senior Golf Professional Page 3 SPECIAL QUALIFICATIONS Must possess or obtain within the probationary period a Class "A" Professional Golf Association license. Must be able to transport oneself or coordinate transportation to work sites. Must be able to work variable hours, weekends and holidays as required. Must meet all necessary requirements to manage and administer an alcoholic beverage license. WORKING CONDITIONS Work is performed primarily indoors in an office/concession/retail outlet environment amid normal conditions of noise, odors, fumes, and dust. Depending on the golf course assigned, the incumbent may be required to reside on the premises. EQUIPMENT OPERATION (Any one position may not use all of the tools and equipment listed nor do the listed examples comprise all of the tools and equipment that may be used in positions allocated to this classification.) Cash Register Telephone Snack Bar Equipment Calculator Golf Cart Public Address System Computer Printer Approved: 9/30/93 3/28/00 P:\comp\classpec\working\SGolfPro SECTION 00300 AGREEMENT This AGREEMENT made and entered into in quadruplicate, as of this day of Fearka , 201 ,(0 by and between the City of Omaha, a Municipal Corporation in Douglas County, Nebraska, party of thet part and hereinafter called "OWNER", and Tab Construction Co. with principal place of business at: 4153 S. 67th St., Omaha, Nebraska,68117, hereinafter called"CONTRACTOR": WHEREAS, said Contractor did, under date of December 16, 2015 submit a proposal to construct as outlined in the proposal "Benson Park Pedestrian Bridge Replacement" for the City of Omaha, for the sum of Eighty Six Thousand Two Hundred Thirty Two Dollars and No Cents ($86,232.00), to be constructed by the Contractor in accordance with drawings and specifications for same prepared for Owner, which drawings and specifications have been filed with the City of Omaha. WHEREAS,the aforesaid proposal of Contractor was accepted by Resolution No. J 7 adopted a a20/� , by the City Council of the City of Omaha: NOW, THEREFORE, in consideration of the following mutual agreements and covenants, it is understood and agreed by and between the parties hereto that: a. The above referred to plans, specifications and addenda, are expressly made a part hereof the same as though fully set forth herein. b. The Resolution of Owner ordering or authorizing the construction of the aforesaid "Benson Park Pedestrian Bridge Replacement", the notice inviting contractors to bid as published, the instruction to bidders, the proposal of Contractor, the bid bond of Contractor, the performance, payment and maintenance bond of Contractor, the general conditions and all proceedings by the governing body of the Owner relating to said "Benson Park Pedestrian Bridge Replacement" are a part of this Contract by reference thereto the same as though each had been fully set out and attached hereto. c. Said construction shall be on the property owned by the City of Omaha, commonly known as, or referred to as Benson Park,7002 Military Road,Omaha, Nebraska, in Douglas County, Nebraska. d. The Contractor agrees to furnish all tools, labor, mechanics for labor,equipment and materials to construct in a good substantial and workmanlike manner, Contractor's part of said "Benson Park Pedestrian Bridge Replacement" in accordance with the aforesaid plans,specifications and addenda,and agrees to do so for the sum of$86,232.00. e. Owner agrees to pay Contractor said amount of $86,232.00, in accordance with the provisions of the aforesaid specifications,addenda and proposal of the Contractor accepted by Owner. f. All provisions of aforesaid plans, specifications and addenda shall be strictly complied with and conformed to by Contractor, the same as if re-written herein, and no substitution or change in said plans, specifications and addenda shall be made except upon written consent or written direction (the form of either of which shall be a written "Change Order") of Owner and Owner's Architect, Dennis E. Bryers, FASLA, PLA I Park Planner II — Landscape Architect I Park Planning Division - City of Omaha Parks, Recreation and Public Property Department; 1819 Farnam Street, Suite 701, Omaha, NE 68183-0701. Benson Park Pedestrian Bridge Replacement Agreement 00300-1 Office: 402.444.4915; Direct: 402-444-3798; Mobile: 402-616-3724; Fax: 402-444-4921; email: dennis.brvers@citvofomaha.org and any such substitution or change shall in no manner be construed to release either party from any specified or implied obligation of the aforesaid plans, specifications and addenda except as specifically provided for in the Change Order. g. This Contract is entered into subject to the following conditions: g-1. Contractor does hereby state,warrant and covenant that 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 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 of violation of this statement, warrant, and covenant, the City of Omaha shall have the right to annul this contract without liability. g-2. Contractor shall comply with all Municipal Ordinances and State and Federal Laws relating to, or applicable to,this work. g-3. Contractor shall furnish Performance, Payment and Maintenance Bond in an amount at least equal to one hundred percent (100%) of the Contract price, and shall maintain during the life of the Contract, Fire, Workmen's Compensation, Public Liability and Property Damage insurance, all as required in the aforesaid specifications and addenda. g-4. Owner, its employees and representatives, and the Owner's Representative shall have access to the work wherever it is in preparation or progress, and the Contractor shall provide proper facilities for such access and inspection by them. g-5. The Contractor 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 or damages received or sustained by any party or parties by or from the acts of the said Contractor or its servants, agents 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, and subcontractors; and also from all claims of damage or infringement of any patent in fulfilling this Contract. g-6. 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 ("Certification of Contribution Status" - form "NEBRUI Form 16") certifying that all payments due of contributions or 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 ten percent (10%) of the total amount of this Contract shall be withheld until this provision has been complied with. g-7. The Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, sexual orientation, gender identity, disability or national origin as defined by the Americans with Disabilities Act of 1990 and Omaha Municipal Code Sec 13-82. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, age, sexual orientation, gender identity, disability or national origin. The Contractor shall take all actions necessary to comply with the Americans with Disabilities Act of 1990 and Omaha Municipal Code, (Chapter 13) including, but not limited to, Benson Park Pedestrian Bridge Replacement Agreement 00300-2 reasonable accommodation. As used herein,the word "treated"shall mean and include,without limitation, the following: Recruited, whether advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The Contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. g-8. The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color,sex, age, sexual orientation,gender identity,disability or national origin as recognized under 42 USCS 12101 et seq. g-9. The Contractor shall send to each labor union or representative of workers with which they have a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the Contractor's commitments under the Equal Employment Opportunity Clause of the City and shall post copies of the notice in conspicuous places available to employees and applicants for employment. g-10. The Contractor shall furnish to the Contract Compliance Officer all Federal forms containing the information and reports required by the Federal government for Federal contracts under Federal rules and regulations, and including the information required by Sections 10-192 to 10-194, inclusive, and shall permit reasonable access to his records. Records accessible to the Contract Compliance Officer shall be those which are related to Paragraphs(7)through(13)of this subsection and only after reasonable notice is given the Contractor. The purpose for this provision is to provide for investigation to ascertain compliance with the program provided for herein. g-11. The Contractor shall take such actions with respect to any subcontractor as the City may direct as a means of enforcing the provisions of Paragraphs(7)through(13)herein, including penalties and sanctions for noncompliance; however, in the event the Contractor becomes involved in or is threatened with litigation as the result of such directions by the City, the City will enter into such litigation as necessary to protect the interests of the City and to effectuate the provisions of this division;and in the case of contracts receiving Federal assistance, the Contractor or the City may request the United States to enter into such litigation to protect the interest of the United States. g-12. The Contractor shall file and shall cause their subcontractors, if any, to file compliance reports with the Contractor in the same form and to the same extent as required by the Federal government for Federal contracts under Federal rules and regulations. Such compliance reports shall be filed with the Contract Compliance Officer. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies,programs and statistics of the Contractor and their subcontractors. g-13. The Contractor shall include the provisions of Paragraphs (7) through (13) of this Section, "Equal Employment Opportunity Clause", and Section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor(refer to Specification Section 00205 for more detail). g-14. Contractor shall pay all just claims due for the payment of all employees and mechanics for labor that shall be performed, for the payment of all material and equipment furnished, and for the payment of material and equipment rental which is actually used or rented in the performance of the Contract. g-15. The Contractor agrees that construction will be completed within one hundred twenty (120) calendar days after approval of the purchase order for the work by the Omaha City Council and receiving the "Notice to Proceed"from the Park Planner. Benson Park Pedestrian Bridge Replacement Agreement 00300-3 g-16. The Contractor shall guarantee their work for material and workmanship for a period of two(2)years after the date of"substantial completion" of his Contract, and should any defect be discovered in any of the work included in this Contract within the period of two (2) years from the "substantial completion" of this Contract, the repair of such defect and the cost of such repairs shall be borne by the Contractor under their Contract. a. Substantial Completion: Substantial Completion shall mean that in general, the Work, excluding minor punch list items and appropriate paperwork to closeout the project is one hundred percent(100%)complete and ready for use by the Owner. g-17. Contractor shall maintain fair labor standards in accordance with any valid laws of the State of Nebraska in the execution of this Contract. h. Upon receipt of written notice by Owner and its Architect that the construction is ready for final inspection and acceptance, the Architect shall promptly make such inspection and, when he finds the construction acceptable under the Contract and the Contract fully performed, he shall promptly issue a final certificate, over his own signature, stating that the construction provided for in this Contract has been completed and is accepted by him under the terms and conditions thereof,and that the entire balance found to be due the Contractor, and noted in said final certificate, is due and payable. Before issuance of final certificate the Contractor shall submit evidence satisfactory to the Architect that all payrolls, material bills, and other indebtedness connected with the work have been paid. If, after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Architect so certifies, the Owner shall, upon certificate of the Architect and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. i. The Contractor shall procure a policy, or policies, of insurance which shall guarantee payment of compensation according to the Workmen's Compensation laws of Nebraska for all workmen injured in the scope of employment, and further agrees to keep said policy,or policies in full force and effect throughout the term of this Contract. In addition, all other forms of insurance referred to in the specifications shall be procured by the Contractor and kept in force and effect by it throughout the term of this Contract, and certificate or certificates of insurance shall be filed by Contractor with the City of Omaha. j. 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. Any violation of this section shall render the Contract voidable by the Mayor or City Council. k. Any subsequent agreement between the parties hereto or any matter whatsoever shall be in writing and executed by an authorized officer. I. 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 Benson Park Pedestrian Bridge Replacement Agreement 00300-4 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. IN WITNESS WHEREOF, we the contracting parties, by our representative duly authorized agents, hereto affix our signatures and seals at Omaha, Nebraska; TAB CONSTRUCTION CO. CITY OF OMAHA A Executed this day of ,20 Executed this "/ day of relia/, 20 doL By: (Authorted(I/ture) Jean Stothert, Mayor `den- i t o gr ATTEST: Minted Name) Title: rilAai C v`[-- B t rown, City Clerk a Mtn Wit ess Signature SEAL OF THE CITY APPROVED AS TO FORM: /3 4 Assist t City Attorney Benson Park Pedestrian Bridge Replacement Agreement 00300-5 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A311 Performance Bond Bond No.: NEC 45120 KNOW ALL MEN BY THESE PRESENTS: that TAB Holding Company,Inc.dba TAB Construction (Hfere insert full name and address or legal title of Contractor( 4153 S 67th St.,Omaha,NE 68117 as Principal,hereinafter called Contractor, and, Merchants Bonding Company n insert(Mutual)ualr and address or legal title of Surety( P.O.Box 14498,Des Moines,IA 50306-3498 as Surety, hereinafter called Surety,are held and firmly bound unto City of Omaha Nebraska (Here insert full name and address or legal title of Owner) 1819 Farnam Street,Suite 701;Omaha,NE 68183-0701 as Obligee, hereinafter called Owner,in the amount of Eighty Six Thousand Two Hundred Thirty Two Dollars Dollars ($S86,232.00 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, TAB Holding Company,Inc.dba TAB Construction Contractor has by written agreement dated ,entered into a contract with Owner for Benson Park Pedestrian Bridge Replacement in accordance with Drawings and Specifications prepared by Dennis E. Bryers (Here insert full name and address or legal title of Architect) City of Omaha Parks,Recreation and Public Property Departments; 1819 Farnam Street; Omaha,NE 68183-0701 which contract is by reference made a part hereof,and is hereinafter referred to as the Contract. AIA DOCUMENT A311•PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND•AIA FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE Of ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,Q.C.20006 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract,then this obligation shall be null and void;otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or completion less the balance of the contract price, but not extension of time made by the Owner. exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth Whenever Contractor shall be, and declared by Owner in the first paragraph hereof. The term "balance of the to be in default under the Contract, the Owner having contract price,"as used in this paragraph, shall mean the performed Owner's obligations thereunder, the Surety total amount payable by Owner to Contractor under the may promptly remedy the default,or shall promptly Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. 1) Complete the Contract in accordance with its terms and conditions,or Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final 2) Obtain a bid or bids for completing the Contract in payment under the Contract falls due. accordance with its terms and conditions, and upon de- termination by Surety of the lowest responsible bidder,or, No right of action shall accrue on this bond to or for if the Owner elects, upon determination by the Owner and the use of any person or corporation other than the the Surety jointly of the lowest responsible bidder, Owner named herein or the heirs, executors, adminis- arrange for a contract between such bidder and Owner, trators or successors of the Owner. and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph)sufficient funds to pay the cost of Signed and sealed this 28th day of December 2015 PRINCIPAL: SURETY: Merchants Bonding Company(Mutual) TAB Holding Company,Inc.dba TAB Construction Ake 7Zr _ (7.6, 11 . omey-In-Fact .ra B Jones AP OV D AS TO F ASSISTANT CITY ATTORNEY THE AMERICAN INSTITUTE OF ARCHITECTS CO! 4,, AIA Document A311 Labor and Material Payment Bond Bond No.: NEC 45120 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that TAB Holding Company,Inc.dba TAB Construction (Here insert full name and address or legal title of Contractor) 4153 S 67th St.,Omaha,NE 68117 as Principal, hereinafter called Principal,and Merchants Bonding Company(Mutual) (Here insert full name and address or legal title of Surety) P.O.Box 14498,Des Moines,IA 50306-3498 as Surety, hereinafter called Surety,are held and firmly bound unto City of Omaha,Nebraska (Here insert full name and address or legal title of Owner) 1819 Farnam Street,Suite 701;Omaha,NE 68183-0701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined,in the amount of Eighty Six Thousand Two Hundred Thirty Two Dollars (Here insert a sum equal to at least one-half of the contract price) Dollars($S86,232.00 ), for the payment whereof Principal and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, TAB Holding Company,Inc.dba TAB Construction PAincigal a Iy written agreemT nt dated ,entered into a contract with Owner for ens n ar estrum t ge eplacement in accordance with Drawings and Specifications prepared by Dennis E. Bryers (here insert full name and address or legal title of Architect) City of Omaha Parks,Recreation and Public Property Departments; 1819 Farnam Street;Omaha,NE 68183-0701 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. r AIA DOCUMENT A311 •PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND•AIA FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C. 20006 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise if shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract age prepaid, in an envelope addressed to the Principal, with the Principal or with a Subcontractor of the Principal Owner or Surety, at any place where an office is regularly for labor, material, or both, used or reasonably required maintained for the transaction of business, or served in for use in the performance of the Contract, labor and any manner in which legal process may be served in the material being construed to include that part of water, state in which the aforesaid project is located, save that gas, power, light, heat, oil, gasoline, telephone service or such service need not be made by a public officer. rental of equipment directly applicable to the Contract. b)After the expiration of one(1)year following the date 2. The above named Principal and Surety hereby jointly on which Principal ceased Work on said Contract, it and severally agree with the Owner that every claimant being understood, however, that if any limitation as herein defined, who has not been paid in full before embodied in this bond is prohibited by any law controlling the expiration of a period of ninety (90) days after the the construction hereof such limitation shall be deemed to date on which the last of such claimant's work or labor be amended so as to be equal to the minimum period of was done or performed, or materials were furnished by limitation permitted by such law. such claimant may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such c) Other than in a state court of competent jurisdiction in sum or sums as may be justly due claimant, and have and for the county or other political subdivision of the execution thereon. The Owner shall not be liable for the state in which the Project, or any part thereof, is situated, payment of any costs or expenses of any such suit. or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not 3. No suit or action shall be commenced hereunder by elsewhere. any claimant: a) Unless claimant, other than one having a direct 4. The amount of this bond shall be reduced by and to contract with the Principal, shall have given written notice the extent of any payment or payments made in good to any two of the following: the Principal, the Owner, or faith hereunder, inclusive of the payment by Surety of the Surety above named, within ninety (90) days after mechanics' liens which may be filed of record against such claimant did or performed the last of the work or such improvement,whether or not claim for the amount of labor, or furnished the last of the materials for which said such lien be presented under and against this bond. claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, post- Signed and sealed this 28th day of December 2015 PRINCIPAL: SURETY: Merchants Bonding Company(Mutual) TAB Holding Company,Inc.dba TAB Construction /67Y.K.- Afbah mey-In-Fact B Jones Al A APPROVED T F ASSIS ANT CITY ATTORNEY MERCF AN 1's Bond#: NEC 45120 BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Sara B Jones their true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds, undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: FIFTEEN MILLION($15,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August , 2015 ,e%,.• *11Of,, ;, ••�D�tk. 'O4.• MERCHANTS NATIONAL MERCHANTS BONDINGBONDING,OMPANY((MUTUAL) INC.NC. • r0 t0 : •moo• ikP0,9•••y 4: _o- ''•G •+—:2 •• -o- 0:—• • Sal: 2 n r'.n- �� 1933 .•C; .yJ. •1 '' • By /tiz..7 • tiyi .. ••rt: .�a ••• d� • a : .• STATE OF IOWA • ''•a+ al,' ••••.... COUNTY OF DALLAS ss. President On this 15th day of August , 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ,`pRE'4Ls WENDY WOODY 0 a Commission Number 784654 z. " ° 7 My Commission Expires %04P June 20, 2017 Notary Pub , County,Iowa (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 28th day of December , 2015 ,..F'`..A014,�''•,,,, ••o,NG C041% • •••40aR . .mo�oRPQq A9•• 62:•40 4l i C4y.4•• �"iG^��sL�,c/ 'L✓C�iZs�Gi? 5 •Z: 3•1933tiC•• Secretary iy„ 2+v3 • •; • •; • 6 • c• 4%; ....... �e . K . POA 0014 (6/15) '��".+"""`•!a!!l��, ® DATE(MMIDDIYYYY) '4 CERTIFICATE OF LIABILITY INSURANCE 12/23/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Debi Dodson SilverStone Group PHONE FAX (NC.No,Exa:402 964 5412 (Arc,No):402-557-6325 11516 Miracle Hills Drive E-MAIL ID A IIESSddodson ss i com Omaha NE 68154 @ 9 INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Employers Mutual Casualty Co. 21415 INSURED 3350 INSURER B: TAB Holding Company Inc. INSURER C: ci/b/a Tab Construction Company INSURER D: 4153 South 67th Street Omaha NE 68117 INSURER E: _ INSURER F: COVERAGES CERTIFICATE NUMBER:1133460735 REVISION NUMBER: 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS ILTRINSR WVD POLICY NUMBER IMMIDD/YYYYI IMM/DDIYYYY) A GENERAL LIABILITY 3D67850 4/1/2015 4/1/2016 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $300,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 —I POLICY X LOC $ A AUTOMOBILE LIABILITY 3E67850 4/1/2015 4/1/2016 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) A X UMBRELLA LIAB X OCCUR 3J67850 4/1/2015 4/1/2016 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10,000 $ A WORKERS COMPENSATION 3H67850 4/1/2015 4/1/2016 X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Hired Equipment 3C67850 4/1/2015 4/1/2016 Limit $350,000 Deductible $500 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Project: Benson Park Pedestrian Bridge Replacement.The City of Omaha is listed as additional insured as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Omaha ACCORDANCE WITH THE POLICY PROVISIONS. 1819 Farnam Street Suite 701 Omaha NE 68183 AUTHORIZED REPRESENTATIVE () ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received December 16, 2015, to provide a111 tools, -labor, mechanics for labor, equipment, and materials to design, deliver, and install in a good substantial and workmanlike manner, a new pedestrian bridge in Benson Park, 7002 Military Road, for the Parks, Recreation, and Public Property Department; and, WHEREAS, TAB Construction Company submitted the lowest bid, within bid specifications, attached hereto and made a part hereof, in the total amount of$86,232.00; and, WHEREAS, TAB Construction Company has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights - Human Relations; and, WHEREAS,the Mayor has recommended the acceptance of this bid. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the bid in the total amount of $86,232.00 from TAB Construction Company to provide all tools, labor, mechanics for labor, and materials to design, deliver, and install in a good substantial and workmanlike manner, a new pedestrian bridge in Benson Park, 7002 Military Road, being the best bid received within bid specifications, attached hereto and made a part hereof, is hereby accepted. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in the amount of$86,232.00 shall be paid from the 2010 Parks and Recreation Bond Fund No. 13355 and Organization No. 117317, Parks and Cultures Bond, for the 2016 fiscal year. APPROVED AS TO F . 1 /5- G DEPU Y CITY ATTORNEY DA E p:2193tmb elvar,41 gA'A°14A" By Councilmember Adopted F City Clerk /// tolet.Z Approv d.... .. pp�, .. � pP Mayor 4‘ NO. .........zr'i � Resolution by Res. that, as recommended by the Mayor, the bid in the total amount of$86,232.00 from TAB Construction Company to provide all tools, labor,mechanics for labor, and materials to design, deliver, and install in a good substantial and workmanlike manner, a new pedestrian bridge in Benson Park, 7002 Military Road, being the best bid received within bid specifications, attached hereto and made a part hereof, is hereby accepted. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in the amount of$86,232.00 shall be paid from the 2010 Parks and Recreation Bond Fund No. 13355 and Organization No. 117317. Parks and Cultures Bond, for the 2016 fiscal year. p:2 193tmb Presented to City Council FEB 9 2016 Adopted 6 —o etttoter gown City Clerk