Loading...
RES 2013-0202 - Bid from Prairie Construction Company for District 2 parks maintenance garage or1AHA,NA H F t`' ►:. 'j F- t Parks, Recreation & o`17 r , � t.. it 1 Public Property Department rt►- Omaha/Douglas Civic Center zWYrr��r�,�� ? 13 JAB' 31 ' 1 : , Ti®�„►: 'gib 77 1819 Farnam Street,Suite 701 +c L..�:",4 � Omaha,Nebraska 68183-0701 �1:40 (402)444-5900 A ti aR�rAD FEBR��"� CITY C 1`t,is FAX(402)444-4921 City of Omaha CHAP ° NEM Jim Suttle,Mayor February 12, 2013 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 Prairie Construction Company, to furnish all labor, materials, and all incidentals necessary to construct and properly finish all the work for the District 2 Parks Maintenance Garage, 9610 F Street, in the total amount of$1,482,000.00 (includes Alternates 1, la, 3, and 4), for the Parks, Recreation, and Public Property Department. Prairie Construction Company submitted the lowest and best bid for the project. The following bids were received on January 16, 2013: CONTRACTOR BID PRAIRIE CONSTRUCTION COMPANY $1,482,000.00 (BEST BID) ConStruct, Inc. $1,560,400.00 Lueder Construction Company $1,569,500.00 Barry Larson & Son, Inc. $1,580,943.00 Boyd Jones $1,608,700.00 Mecco-Henne $1,631,000.00 F&B $1,694,000.00 All Purpose $1,729,200.00 Nelson-Hill $1,816,200.00 DR Anderson $1,832,400.00 Prairie 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 amount of $1,243,000.00 from the Public Facilities Bond Fund No. 13245 and Organization No. 115029, Parks Capital; and $239,000.00 from the 2010 Parks and Recreation Bond Fund No. 13355, and Organization No. 117317, Parks and Cultures Bond, for the total project amount of$1,482,000.00. Page -2- Honorable President and Members of the City Council The Parks, Recreation and Public Property Department recommends the acceptance of the bid from Prairie Construction Company being the best bid received, and requests your consideration and approval of this Resolution. Respectfully submitted, 3 B Bench, ng Director ate Parks, Recreation and Public Property Department Approved as to Funding: Approved: r' & /,(66(�� p� 1- 3v-1� -:- f,'bPY61Cti7 _._ '130/i 3 Leslie A. Schaefer nkate Human Rights and Relations Date Interim Finance Director Referred to City Council for Consideration: Mayor's ffi /Title Date p:1751tmb SECTION 00300 AGREEMENT This AGREEMENT made and entered into in quadruplicate, as of this J 21' day of ��e radj , 2013 by and between the City of Omaha, a Municipal Corporation in Douglas County, Nebraska, party of the fiZSt'part and hereinafter called "OWNER", and Prairie Construction Company with principal place of business at: 13316 B Street, Omaha, NE 68144,hereinafter called"CONTRACTOR": WHEREAS, said Contractor did, under date of January 16, 2013, submit a proposal to construct as outlined in the proposal "District#2 Parks Maintenance Garage" for a base bid of($ 1,297,000.00) and add Alternate# 1 (Ad two Public Works bays at north end of Maintenance Garage Building in the amount of$130,000.00) and add Alternate #la (Install liner panels to underside of roof purlins over Public Works bays in the amount of $7,600.00) and add Alternate#3(Construct a Tack Tank building in the amount of$25,000.00)and add Alternate#4(Install liner panels to underside of roof purlins within base bid metal building area in the amount of$22,400.00)for the City of Omaha, for a total sum of One Million Four Hundred Eighty Two Dollars and No Cents($1,482,000.00), 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. 20 2- adopted 2 //2/ /s , 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 "District #2 Parks Maintenance Garage", 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 "District#2 Parks Maintenance Garage" 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 District#2 Parks Maintenance Garage, 9610 'F' Street, 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 "District #2 Parks Maintenance Garage" in accordance with the aforesaid plans,specifications and addenda,and agrees to do so for the sum of$1,482,000.00. e. Owner agrees to pay Contractor said amount of$1,482,000.00, in accordance with the provisions of the aforesaid specifications,addenda and proposal of the Contractor accepted by Owner. "District#2 Parks Maintenance Garage" Agreement 00300.1 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, The Schemmer Associates, Inc., 1044 North 115th Street, Suite 300, Omaha, NE 68154. Phone: 402-493-4800 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. "District#2 Parks Maintenance Garage" Agreement 00300-2 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, 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 govemment 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 "District#2 Parks Maintenance Garage" Agreement 00300-3 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. Contractor agrees to commence work on the date specified in the notice from the Park Planning Division of the Omaha Department of Parks, Recreation and Public Property, and to substantially complete all the work by 365 calendar days after approval of the purchase order for the work by the Omaha City Council and receiving the"Notice to Proceed". 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. "District#2 Parks Maintenance Garage" Agreement 00300-4 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 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; PRAIRIE CONSTRUCTION COMPANY CITY OF OMAHA Executed this 1 day of z.. , 20 i3 Executed this J day of relay 20 /3 By: c — r,LL7's) ��ec (Authorized Signature) '- Suttle, Mayor S 1`41SL ATTEST: (Printed Name) Aka , Ttvc Ve.ti.----4.1z.,p.u.� ster Brown, City Clerk riEAL 0-7 THE CIT'r Witn ss Sig ture APPROVED AS TO FOR . Th !fiCed-- Assista City Attorney "District#2 Parks Maintenance Garage" Agreement 00300-5 Y PARKS MAINTENANCE GARAGE 06184.004 DECEMBER 2012 SECTION 00400 Bond Number 0159096 PERFORMANCE,PAYMENT AND MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS. That Prairie Construction Company Omaha,Nebraska, hereinafter called the Principal,and Berkley Regional Insurance Company hereinafter called the Surety, are held and firmly bound unto the City of Omaha, a Municipal Corporation in Douglas County,Nebraska, hereinafter called the Owner, in the penal sum of One million four hundred eighty two thousand 00/100 ($1,482,00o 0i lawful money of the United States of America, to be paid to the Owner for the payment whereof the Principal and Surety hold themselves, their heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these present. WHEREAS, the Principal has, by means of a written Contract dated the day of 2013, entered into a Contract with the Owner for the performance by the Principal, as Contractor,otVlaintenance arag�ocated at 9610 F St. ,all in Omaha,Douglas County,Nebraska,for the City of Omaha, in accordance with the plans and specifications prepared for Owner, 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 part, shall satisfy all claims and demands incurred for the same, shall fully indemnify and save harmless the Owner from all cost and damage which said Owner may suffer by reason of failure so to do, and shall fully reimburse and repay said Owner all outlay and expense which said Owner may incur in making good any such default;and, SECOND. The Principal shall indemnify and save harmless the City of Omaha,its officers,employees, and agents from all claims, suits or actions of every kind and character 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 performing under said Contract,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 for infringement of any patent in fulfilling said Contract,and THIRD. The Principal and Surety on this bond hereby agree to pay all persons, firms or corporations having Contracts directly with the Principal or with subcontractors all just claims due them for the payment of all laborers and mechanics for labor which shall be performed, for the payment of all materials and equipment furnished, and for the payment and equipment rental which is actually used or rented in the performance of the Contractor on account of which this bond is given,when the same are not satisfied out of the portion of the Contract price which the Owner may retain until completion of the construction,and, FOURTH: The Principal shall guarantee all materials, workmanship, and the successful operation of all equipment and apparatus installed by him for a period of two(2) years from the date of substantial completion of the whole work, and shall guarantee to repair or replace, at his own expense, any part of the structures or apparatus which may show defect during the time, provided that such defect is, in the opinion of the Park Planner or City's Representative,due to imperfect material or workmanship,and not to careless and improper use. Then this obligation shall be null and void,otherwise,it shall remain in full force and effect. PERFORMANCE, PAYMENT AND MAINTENANCE BOND 00400-1 PARKS MAINTENANCE GARAGE 06184 004 DECEMBER 2012 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 (5) years from time of acceptance of the work 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. SIGNED AND SEALED the 22nd day of January ,2013 in the present of: Contractor(Firm Name) By Pr nstr ct o ny Tale r L Berkley Regional Insurance Company Surety APPROVED AS TO FORM: City A orney Att"/ney-in-Fact JI I Sha PERFORMANCE, PAYMENT AND MAINTENANCE BOND 00400-2 No.460e • POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, s, has made, constituted and appointed, and does by these presents make, constitute and appoint: Mark E. Keairnes, Greg T. (-1 LaMair, Jeffrey R. Baker, Patrick K. Duff, Joyce O. Herbert, Nancy D. Schwarz, F. Melvyn Hrubetz, Joseph I. Schmit or Jill M. Shaffer of LaMair-Mulock-Condon Co. of West Des Moines, Iowa its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance,providing that no single obligation shall exceed Fifty Million and 00/100 U.S.Dollars 6(U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. EThis Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, 5 t without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following ,2 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21,2000: • "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and • qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; 2 and further o RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further E RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and " further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or E other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any := person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have • a, ceased to be such at the time when such instruments shall be issued." - IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 1 fday of ,2012. Attest: Berkley Regional Insurance Company • (Seal) By By Ira S. Lederman J y M. Haft y Senior Vice President& Secretary enior ice Presi ent WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. v STATE OF CONNECTICUT) n..J ) s s: -o y COUNTY OF FAIRFIELD ) V -C Sworn to before me, a Notary Public in the State of Connecticut,this 1 day of , 2012, by Jeffrey M. Hafter and Ira S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary,respectively, of Berkley Regional Insurance Company. EILEEN KILLEEN • :' NOTARY PUBIJC.STATE OF CONNECITCUT ¢ c PAY COMMISSION EXPIRES JUNE 30,2017 Notary Public, State of Connecticut CERTIFICATE z I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this —Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this22nd day of January , 2013 • (Seal) Andr M. Tum Instructions for I nquiric,s awl Notices I_ rider the Bond Attached o his Po er neride, ‘suret:t (-coup. I iti ttcliateo iiiiritt.iig manager fro the strretk, bosiness of: kcadia Insurance ( om)an , Berkles Instil(ante onipair, i Isle‘ Regional Insuranke Crinipaw, ( arIin ( ( ompanIs. t nion 'standard Insuranet (imparts. ( ontineotal estei ii lirsorank ( ornpan‘, and t ratio Insurance ( ompans. 1 o erifs the authenticityol the bond. please call (86Or 768-3534 or email 13‘11.Inquir)ia berklosurets.com NV ritten notices, inquiries. claims ot demands to the surety On the bond hiss hich this Rider is attached should be directed to• Surets I.1"01.1p, I I ( 412 Mount kemble ks owe Suite 310\ Nlorristos%ii. N.1 07900 Xttention: Surc1 ( !aims Department Or email liSC;( Writ a her kit's stir els.com Please include sl-ith all nook 0/ the bond number and the name of the principal on the bond W here a claim is being asserted, please set forth generall the basis of the claim. lit the case of a pa:k meat or per form:ince bond. please identifythe pi tricet to s‘hich the bond pertains Client#: 2971 PRAICONS DATE(MM/DDIYYYY) ACORDTM CERTIFICATE OF LIABILITY INSURANCE 1/22/2013 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 Kim Zoeller NAME: La Mair-Mulock-Condon Co. PHONE 515 237-0167 F4X 515 244-9535 (A/C,No,Ext): (A/C,No): 4200 University Ave Ste 200 ADDRIEss: kim.zoeller@Imcins.com West Des Moines, IA 50266-5945 INSURER(S)AFFORDING COVERAGE NAIC 515 244-0166 INSURER:Cincinnati Insurance Company _ INSURED INSURER B:Cincinnati Indemnity Company Prairie Construction Company 13316"B"Street INSURER C Omaha, NE 68144-3612 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 ILTR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DDfYYYY) (MMIDD/YYYY) A GENERAL LIABILITY CPP0892913 01/01/2013 01/01/2014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES(ERENTED occ E ence) $500,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $10,000 X PD Ded: $250 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $2,000,000 POLICY PRO- LOC $ JECT A AUTOMOBILE LIABILITY CPP0892913 01/01/2013 01/01/2014 COMBINEDaacadent) $SINGLE LIMIT 1e 000,000 (E X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X N -OWNED PROPERTY DAMAGE $ AUTOS (Per accident) A x UMBRELLA LIAB X OCCUR CPP0892913 01/01/2013 01/01/2014 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$O $ B WORKERS COMPENSATION WC1859122 01/01/2013 01/01/2014 X WCSTATU- OTH- AND EMPLOYERS'LIABILITY YIN TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? N N 1 A (Mandatory in NH) E L DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Project: City of Omaha, District 2 Parks Maintenance Garage City of Omaha is an Additional Insured-Primary and Non-Contributory when required in a written contract including Completed Operations-with respects to the General Liability policy per form GA233(02/07) CERTIFICATE HOLDER CANCELLATION City Of Omaha SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1819 Farnam ACCORDANCE WITH THE POLICY PROVISIONS. Omaha, NE 68183 AUTHORIZED REPRE ENTATIV I 1 ©1 8-2010 ACORD RPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACOR #5270044/M263671 N IC N E BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA District#2 Parks Maintenance Garage All Purpose DR Anderson Boyd Jones Construct, F & B Larson Date of Opening Page 1 Inc. January 16, 2013 Department As Read in Bid Committee Park Planning Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE B PRICE B PRICE B PRICE B PRICE B PRICE B District#2 Parks Maintenance Garage TOTAL BID: $1,490,000.00 $1,584,000.00 $1,389,000.00 $1,336,000.00 $1,478,000.00 $1,362,000.00 ADDENDUM#1 ACKNOWLEDGED Yes Yes Yes Yes Yes Yes Alternate bid #1: $165,000.00 $162,000.00 $155,800.00 $163,400.00 $159,000.00 $139,941.00 Alternate bid#1a: $11,200.00 $13,400.00 $9,000.00 $8,700.00 $7,000.00 $10,296.00 Alternate bid #2: $99,000.00 $91,600.00 $93,200.00 $86,900.00 $105,000.00 $83,218.00 Alternate bid#3: $27,000.00 $29,000.00 $23,900.00 $28,600.00 $30,000.00 $38,949.00 Alternate bid #4: $36,000.00 $44,000.00 $31,000.00 $23,700.00 $20,000.00 $29,757.00 BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA District#2 Parks Maintenance Garage Lueder Meco-Henne Nelson Hill Prairie Date of Opening Page 1 Construction January 16, 2013 Department As Read in Bid Committee Park Planning Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE B PRICE B PRICE B PRICE B PRICE PRICE District#2 Parks Maintenance Garage TOTAL BID: $1,370,000.00 $1,410,000.00 $1,575,000.00 $1,297,000.00 ADDENDUM#1 ACKNOWLEDGED Yes Yes Yes Yes Alternate bid#1: $146,000.00 $153,200.00 $159,500.00 $130,000.00 Alternate bid #1a: $8,000.00 $10,800.00 $9,500.00 $7,600.00 Alternate bid#2: $86,500.00 $100,000.00 $113,500.00 $95,500.00 Alternate bid #3: $23,000.00 $28,300.00 $35,500.00 $25,000.00 Alternate bid#4: $22,500.00 $28,700.00 $36,700.00 $22,400.00 Bid Farm(Rev.08-2012) INITIALS DOUGLAS COUNTY REQUEST FOR BID AND BiD SHEET ON: CITY OF OMAHA Of STRICT 2 PARKS MAINTENANCE GARAGE RETURN BiDS TO: Published:DEC.12,2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 6 Pages 1819 Farnam 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 520,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO``CITY OF OMAHA". Bid Opening Date: 11:00 A.M. JANUARY 16,2013 IMPORTANT 1 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 Farnam Street Omaha,NE 68183-0011 by bid opening date and time 8.When submitting bid on items listed,bidder may on a separate sheet,make suggestions indicated, in sealed envelope marked BID ON: DISTRICT 2 PARKS MAINTENANCE covering reduction in costs wherever this is possible through redesign,change of matenal GARAGE. or utilization of standard items or quantity change 2.As evidence of good faith a bid bond or certified 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 3.Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any derision to the City Council. Right is also reserved to accept or reject any part of your bid unless otherwise indicated by you. 4 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: This is to certify that the undersigned has read and examined (a)the advertisements, (b) the requirements for bidding and instructions to bidders and (c)the specifications and drawings prepared by Schemmer for the District 2 Parks Maintenance Garage and that the bidder has made all the examinations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO 1 ,THROUGH 1 . it 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 proceed and ending with die acceptance of the work, the number of consecutive calendar days hereinafter agreed on;and(b)that it is the intention of the Park 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 regard for his fitness and capacity to furnish in sufficient quantities the quality of material considered by said Park Planning Division best to meet the requirements of the Park Planning Division;material purchased for this project will be State of Nebraska and City sales tax exempt On the foregoing,understand that the bidder hereby offers and proposes to furnish all labor,all materials and all else whatsoever necessary to construct and properly finish all the work in connection with"District 2 Parks Maintenance Garage,9610 F Street,Omaha,Nebraska"in accordance with the provisions of this proposal and contract documents to the satisfaction of the City of Omaha Parks,Recreation and Public Property Department for the rlumpp sum of _o BASE BID: ©!V f/I�t (.ZO4 -W L C D i/uluP(+ED pt yS / l 77'4Ly`�ifivP is 1i a-q?d©6, Note: Refer to page 2 of 5 for Bid Bond,Completion Date&Performance Bond and page 3 of 5 for Insurance Requirements,Testing Allowance,Unit Prices& Alternates(if applicable). Refer any auestlons regarding the Bid or Contract Documents directly to the Park Planning Division at 402-444.5900 or as noted in th Contractpocu menu All bidders awarded a contract in the amount of 65,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1),This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding th• '• -ct Compliance Ordinance or PBEIDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm Pr aide Construction Corn•a -o_' eb - -ka Name Stephen S. Rease Signatur 1:11� � ) = Title Executive VP Phone 402-330-8522 Fax 402-330-8544 Address 13316 B Street Omaha NE 68144 Skeet/P.0 Box City State Zip EMailAddress steve@prairie-construction.com . � Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 2 of 6 Pages The bidder hereby states that the above total cost to the City of Omaha includes ail 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"City of Omaha—District 2 Parks Maintenance Garage"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. 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: i 5% of Bid Amount {$ ),which is at least five percent(5%)of the aggregate amount of the proposal. 1 `I 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 falls 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. 1 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 i correct,in accordance with the instructions to bidders,it may be rejected as informal. COMPLETION DATE: The bidder agrees that construction will be completed within 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 Bidder?, 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 Bidder?, Part 2.10, "Bond Submission" and Section 00400, "Performance, Payment Maintenance Bond"requirements. SIGN ALL COPIES Firm Prairie Constru +1111P• lo k By Stephen S. Rease<' '�► Title Executive Vice Presipent Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 3 of 6 Pages INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction", Part 2.15, "Contractor's Insurance" for insurance requirements. ALTERNATES: Alternate No. 1 -Add two Public Works bays at north end of Maintenance Garage Building $ /30 00 /XX Alternate No.1A-Install liner panels to underside of roof purlins over Public Works bays $ -�'�,��60�. lXX Alternate No.2- Add two bays onto the existing Salt&Dry Dirt Storage Building $ '►'� \Si:DO /XX Alternate No.3-Construct a Tack Tank building $ a-i6 0 0 /XX Alternate No.4-Install liner panels to underside of roof purlins within base bid metal building area $4-R9 14160, JXX SIGN ALL COPIES Firm Prairie Constru ' • o By Stephen S. Reas= �1' , Title Executive Vice Presi•ent Bid Form(Rev.08-202) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 4 of 6 Pages UTILIZATION OF SMALL AND EMERGING SMALL BUSINESSES It is the policy of the City of Omaha that Small and Emerging Small Businesses shall have the maximum practicable opportunity to participate in City of Omaha projects. Consequently, the requirements of the Small and Emerging Small Business Program ordinance apply to this solicitation. For questions on certification, including a listing of what firms are certified under the Small and Emerging Small Business Program, please see the City of Omaha website at www.ci.omaha.ne.us or contact the Human Rights and Relations Department at 444-5055. CERTIFIED GROUP(S) With regard to this solicitation, the City has determined that a sufficient number of companies exist within the following CERTIFIED I GROUP(S)**: [ X ] Tier I Emerging Small Business [ X I Tier li Emerging Small Business J [ X ] Tier I Small Business [ X ] Tier II Small Business FIRM TO FULFILL [ ] this entire contract [ X ] a portion of this contract as defined below-Furnish all labor,all materials and all else whatsoever necessary to construct and properly finish: Paintinq,Electrical,and Site Concrete, I I `*Please note: in order to be considered for this solicitation, your firm must be CERTIFIED in the above-referenced category PRIOR TO the bid opening date of this solicitation. Pursuant to Omaha Municipal Code Section 10-203(d), the above-referenced category of bidders will be given preference in the selection of this bid. Submittals by non-certified bidders or the failure of a prime contractor to utilize a certified subcontractor in the I above-designated portion of this contract shall be deemed non-responsive and rejected. Bidders must complete Exhibit "A", titled "SMALL AND/OR EMERGING SMALL BUSIN SS DISCLOSUR 'ARTICIPATION FORM"and submit it with their bid to be considered. I SIGN ALL COPIES Firm Prairie Construe- ,t .r.\.:n By Stephen S. Reas Ail , ,.,at_ Title Executive Vice Presi',"ent I I III IBid Form(Rev 08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ION: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER I Page 5 of 6 Pages EXHIBIT"A" SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM L (THIS FORM MUST BE SUBMITTED WITH THE BID) In the performance of this contract the contractor proposes and agrees to make good faith efforts to contract with etiaible City of Omaha certified small and/or emeraino small businesses.Should the belowlsted small or emerging small business subcontractor be determined to be unable to perform successfully or is not performing sabsfaclonly.the contractor shall obtain prior approval from the Public Works Department Director or a d gneg.for substitution of the below listed subcontractor with a City of Omaha certified small or emeramq I small business. By submitting this form,the bidder is certif nth'a that it has afforded subcontractors participating in the prouram the op=Qrtwlth,to submit bids on this project_ Type of work and Projected contract item or commence- Name of small or Address parts thereof to merit and Agreed price Percentage(%) IIemerging small be performed completion with SB/ESB business date of work I �-RYiv k i ? v tiS p �- (� /6r57 9'► 111 _ C _ LFC �ccii 'ii- 75" 7�0 I ITotals I CERTIFICATION The undersigned/contractor certifies that he/she has read,understands,and agrees to be bound by small and/or emerging small business participation contract specifications,and the other terms and conditions of the invitation for Bids. The undersigned further certifies that he/she is legally authorized by the bidder to make the statements and representations in the small and/or emerging small business participation contract specifications and that said statements and representations are true and correct to the best of his/her knowledge arid belief. The undersigned will enter into formal agreement(s)with small and/or emerging small businesses(which are otherwise deemed by the City of Omaha to be technically responsible to I perform the work)listed in the contract specifications at the pnce(s)sel forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false,or if there is a failure by the successful bi••et(I•.the Contractor)to enpie•:.• the slated agreements,intentions,objectives,goals,and comments set forth herein without prior approval of the Public Works Director,such acti•'shaft,'nstitute a mated. . .ach of he contract,entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate sha ad•lion I. and not in'= of,: yoth rights or remedies the City of Omaha may have for other defaults under the Contract,under City of Omaha's Contract Compliance na or o A s , h,the der y ned/contracto wifi be subject to the temu of any future contract awards Signature ' Liu,- Telephone Number 4 0 2-3 3 0-8 5 2 2 I Title_ Exec 'tive Vice President Date of Signing 1 -1 6-2013 Firm or Corporate Name Prairie Construction Company Address 13316 B Street IOmaha NE 68144 I Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE I NOT AN ORDER Page 6 of 6 Pages I Responsible Contractor Compliance Form RC-1 ,��u1Ajn��xlla �fasr • I 1. Regulations: A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: I 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-I form will make your bid null and void. 111 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. 1/1 +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.). +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. 1-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 convicted of three(3) separate"serious"OSHA violations within the past three(3)years. +Cont'acto agrees to make a t,:. faith effort to ensure all subcontractors employed on this project comply with the .ro 'si• s of e Respons': . actor Compliance Form RC-I. 1 -16-2013 Signatur. 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 fora period of 10 years. 11 U DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA NEBR 68183 PHONE(402)444-7155 FAX(402)444-5423 January 10,2013 NOTICE TO BIDDERS: REQUEST FOR BID ON DISTRICT#2 PARKS MAINTENANCE GARAGE 9610'F'STREET, Omaha,Nebraska Original Bid Opening Date: January 16,2013, 11:00 A.M. ADDENDUM NO.01: Modifications to the original specifications and drawings,dated January 2,2013 per attached twenty-seven(27) pages. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. Eric J. Carlson,Purchasing Agent Prai ie g8nstr i Company eo Fi Signed By Executive Vice President Title Bid Form(Rev.08-2012) INITIALS DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE RETURN BIDS TO: Published:DEC.12,2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 1 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. JANUARY 16,2013 IMPORTANT 1.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 Farnam 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: DISTRICT 2 PARKS MAINTENANCE covering reduction in costs wherever this is possible through redesign,change of material GARAGE. or utilization of standard items or quantity change. 2.As evidence of good faith a bid band or certified 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 3.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. 4.II Federal Excise Tax applies,show amount of same and deduct Exemption certificates wifi be furnished.Do not include tax in bid. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the tenms(s)listed below: This is to certify that the undersigned has read and examined (a)the advertisements, (b)the requirements for bidding and instructions to bidders and (c)the specifications and drawings prepared by Schemmer for the District 2 Parks Maintenance Garage and that the bidder has made all the examinations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO 1 ,7igipl: It 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 proceed 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 Park 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 regard for his fitness and capacity to furnish in sufficient quantities the quality of material considered by said Park Planning Division best to meet the requirements of the Park Planning Division;material purchased for this project will be State of Nebraska and City sales tax exempt. On the foregoing,understand that the bidder hereby offers and proposes to furnish all labor,all materials and all else whatsoever necessary to construct and properly finish all the work in connection with"District 2 Parks Maintenance Garage,9610 F Street,Omaha,Nebraska"in accordance with the provisions of this proposal and contract documents to the satisfaction of the City of Omaha Parks,Recreation and Public Property Department for the lump sum of: BASE BID: QA' 4t/4410 v "riogielff W VAN&1 '7W ?7 SI 7$/O& ?4,.rl ($ 1j)3G £00 l Note: Refer to page 2 of 5 for Bid Bond,Completion Date&Performance Bond and page 3 of 5 for Insurance Regdfrements,Testing Allowance,Unit Prices& Alternates(if applicable), Refer any questions reaardino the Bid or Contract Documents directivio the Park Planning Division at 402.444.5900 or as noted in the Contract Documents. All 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 Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department My questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm ConStruct, Inc. Incorporated in Nebraska Name D. Shane Bassler Signature' � 54! Title Vice President Phone (4021 5)1-7600 Fax (402) 571-8515 Address 10612 Bondesson Circle, Omaha, NE 68122 • Street/P.O.Box City State Zip E-Mail Address sbassler@constructinc.com Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 2 of 6 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"City of Omaha—District 2 Parks Maintenance Garage"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. 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: Five Percent ($ 5% ),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 fails 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. 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. COMPLETION DATE: The bidder agrees that construction will be completed within 3 00 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. SIGN ALL COPIES Firm ConStruct. Inc. By i . Shane Rassler-1.1 . L..t` Title Vice President Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 3 of 6 Pages INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction", Part 2.15, "Contractor's Insurance" for insurance requirements. ALTERNATES: Alternate No.1-Add two Public Works bays at north end of Maintenance Garage Building $ /MI'Von !XX Alternate No.1A-Install liner panels to underside of roof purlins over Public Works bays $ !XX Alternate No.2- Add two bays onto the existing Salt&Dry Dirt Storage Building $ IXX Alternate No.3-Construct a Tack Tank building $ 2 / L OO IXX Alternate No.4-Install liner panels to underside of roof purlins within base bid metal building area $ 2,;/ 7.0 1XX SIGN ALL COPIES Firm ConStruct. ,inc. By D. Shane Bassler Title Vice President Bid Form(Rev.06-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 4 of 6 Pages UTILIZATION OF SMALL AND EMERGING SMALL BUSINESSES It is the policy of the City of Omaha that Small and Emerging Small Businesses shall have the maximum practicable opportunity to participate in City of Omaha projects. Consequently,the requirements of the Small and Emerging Small Business Program ordinance apply to this solicitation. For questions on certification, including a listing of what firms are certified under the Small and Emerging Small Business Program, please see the City of Omaha website at www.ci.omaha.ne.us or contact the Human Rights and Relations Department at 444-5055. CERTIFIED GROUP(S) With regard to this solicitation,the City has determined that a sufficient number of companies exist within the following CERTIFIED GROUP(S)**: I X ] Tier I Emerging Small Business [ X ] Tier II Emerging Small Business [ X ] Tier I Small Business [ X ] Tier II Small Business FIRM TO FULFILL [ I this entire contract [ X ] a portion of this contract as defined below-Furnish all labor,all materials and all else whatsoever necessary to construct and properly finish: Painting,Electrical,and Site Concrete. **Please note: in order to be considered for this solicitation, your firm must be CERTIFIED in the above-referenced category PRIOR TO the bid opening date of this solicitation. Pursuant to Omaha Municipal Code Section 10-203(d), the above-referenced category of bidders will be given preference in the selection of this bid. Submittals by non-certified bidders or the failure of a prime contractor to utilize a certified subcontractor in the above-designated portion of this contract shall be deemed non-responsive and rejected. Bidders must complete Exhibit "A". titled "SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM"and submit It with their bid to be considered. SIGN ALL COPIES Firm Construct, Inc. By D. Shane Sassier -- 11 -{--":1 Title Vice President Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 5 of 6 Pages EXHIBIT"A" SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM (THIS FORM MUST BE SUBMITTED WITH THE BID) Albs oerformar�of this contract—the centractor oropgsesInd agrees to make Good faith efforts to contract with eliaible City of Omaha certified small and/or businesses.Should the below listed small or emerginapail business subcontractor bp detet@ined to be unable to perform successfultr or is not performing satisfactorily.the connote( shall obtain prior approval from the Public Works Oeoartment Director rQra d�wggee for su tion of the below subcontractor with a City of Omaha certified smak or in ii�all busi mi Ihisio�r the Mier is certipina that it has afforded subcontractors oartidoatina in the erooritathe oleortunitrio subm)bids on I rk Qroied Type of work and Projected contract Item or commence- Name of small or Address parts thereof to ment and Agreed price Percentage(%) emerging small be performed completion with SB/ESB business date of work Fti4"vlf PAlNritet. D E vi al (45.80 t• AIor/44 Totals )4 S-7 0 CERTIFICATION The undersigned/contractor certifies that he/she has read,understands,and agrees to be bound by small and/or emerging small business participation contract specifications,and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the bidder to make the statements and representations in the small and/or emerging small business participation contract specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreements)with small and/or emerging small businesses(which are otherwise deemed by the City of Omaha to be technically responsible to perform the work)listed in the contract speciticattons at the price(s)set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false,or if there is a failure by the successful bidder(i.e.the Contractor)to implement the stated agreements,Intentions,objectives,goals,and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of,any other rights or remedies the City of Omaha may have for other defaults under the Contract,under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the undersigned/contractor will be subject to the terms of any future contract awards. • Signature --a-3 �-� D. Shane Bassler Telephone Number (402) 571-7600 Title Vice President Date of Signing January 16, 2013 Firm or Corporate Name ConStruct, Inc. Address 10612 Bondesson Circle Omaha, NE 68122 Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 6 of 6 Pages Responsible Contractor Compliance Form RC-1 °MAIM h€1 as 'y 'Sido��►e A' 'rE 1. Regulations: 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.). +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. -h 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 convicted of three(3) separate"serious"OSHA violations within the past three(3)years. +Contractor 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. January 16, 2013 Signature D. Shane Bassler Date Vice President 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. DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA NEBR 68183 PHONE(402)444-7155 FAX(402)444-5423 January 10,2013 NOTICE TO BIDDERS: REQUEST FOR BID ON DISTRICT#2 PARKS MAINTENANCE GARAGE 9610'F'STREET,Omaha,Nebraska Original Bid Opening Date: January 16,2013, 11:00 A.M. ADDENDUM NO.01: Modifications to the original specifications and drawings,dated January 2,2013 per attached twenty-seven(27) pages. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. Eric J. Carlson,Purchasing Agent ConStruct, Inc. Name of Firm SignedBy: D. Shane Bassler Vice President Title Bid Form(Rev.08-2012) INITIALS DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE RETURN BIDS TO: Published.DEC. 12,2012 CiTY CLERK, LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 6 Pages 1819 Fermi 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. JANUARY 16,2013 IMPORTANT 1. 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 Farnam Street.Omaha,NE 68183-0011 by bid opening date and time 6.When submitting bid on items ksted,bidder may on a separate sheet,make suggesbons ,indicated,in sealed envelope marked BID ON:DISTRICT 2 PARKS MAINTENANCE covering reduction in costs wherever this is possible through redesign,change of material GARAGE. or utilization of standard items or quantity change. 2.As evidence of good faith a bid bond or certified check must be submitted with bid.Bid Bond or certified check shall be made payable to the'City of Omaha', FAILURE TO D0 PLEASE DO NOT CALL FOR THIS INFORMATION. SO iS CAUSE FOR REJECTION 3.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. 4.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,bast delivery and terms,F.O.B.delivery point on the terms(s)listed below: This is to certify that the undersigned has read and examined (a)the advertisements, (b)the requirements for bidding and instructions to bidders and (c)the specifications and drawings prepared by Schemmer for the District 2 Parks Maintenance Garage and that the bidder has made aft the examinations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO 1 THROUGH 1 • It 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 proceed 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 Park 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 regard for his fitness and capacity to furnish In sufficient quantities the quality of material considered by said Park Planning Division best to meet the requirements of the Park Planning Division;material purchased for this project will be State of Nebraska and City sales tax exempt. On the foregoing,understand that the bidder hereby offers and proposes to furnis';all labor,all materials and all else whatsoever necessary to construct and properly finish all the work in connection with"District 2 Peeks Maintenance Garage,9610 F Street,Omaha,Nebraska"in accordance with the provisions of this proposal and contract documents to the satisfaction of the City of Omaha Parks,Recreation and Public Property Department for the lump sum of: BASE BID: OA 1I4 of 4•1l. La.A -eg Stvl1-' "7 0.61caj tot Nea IAsear's ($ 11310 lobo, co , Note: Refer to page 2 of 5 for Bid Bond,Completion Date&Performance Bond and page 3 of 5 for insurance Requirements,Testing Allowance,Unit Prices& Alternates(if applicable). Refer any Questions regarding the Bid or Contract Documents directly to the Park Planning Division at 402.444-5900 or as noted in the Contract Documents. All 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 Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBE/DEB Lisbngs should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm LUEDER CONSTRUCTION COMPANY Incorporated in D E R. BRAD VON GILLERN ) Name Signature Title PRESIDENT Phone 402-339-1000 Fax 402-592-4769 Address 9999 J Street Omaha NE 68127 Street/P O.Box City State Zip E-Mail Address BradV@lueder.corn Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 2 of 6 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"City of Omaha—District 2 Parks Maintenance Garage"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 Of any secret understanding with anyone with respect to any provisions contained in this proposal. 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: BID BOND 5% of AMOUNT BID ($ 5% ),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 fails 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 al!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. 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 maybe rejected as informal. COMPLETION DATE: The bidder agrees that construction will be completed within 2 40 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. SiGN ALL COPIES Firm EDER CONSTR N C ANY By • Title R. BRAD ON GI cart. PRESIDENT • Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 3 of 6 Pages INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction", Part 2.15, "Contractor's Insurance' for insurance requirements. I, ALTERNATES: Alternate No.1 -Add two Public Works bays at north end of Maintenance Garage Building $ i q�,000.00 ixx Alternate No.1A-Install liner panels to underside of roof purlins over Public Works bays $ T 000.00 /XX Alternate No.2- Add two bays onto the existing Salt&Dry Dirt Storage Building $ gb h So o•00 /XX Alternate No.3-Construct a Tack Tank ouilding $ 25 Oo o.o o Alternate No.4-Install liner panels to underside of roof purlins within base bid metal building area $ T'� Soo.0 0 Do( SIGN ALL COPIES Firm CONSTR ON • mpany By Title . BRAD VON GIL , ES IDENT • I . bid Form(Rev 08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 4 of 6 Pages UTILIZATION OF SMALL AND EMERGING SMALL BUSINESSES It is the policy of the City of Omaha that Small and Emerging Small Businesses shall have the maximum practicable opportunity to participate in City of Omaha projects. Consequently,the requirements of the Small and Emerging Small Business Program ordinance apply to this solicitation. For questions on certification, including a listing of what firms are certified under the Small and Emerging Small Business Program, please see the City of Omaha website at www.ci.omaha.ne.us or contact the Human Rights and Relations Department at 444-5055. CERTIFIED GROUP(S) With regard to this solicitation, the City has determined that a sufficient number of companies exist within the following CERTIFIED GROUP(S)**: [ X ] Tier I Emerging Small Business [ X j Tier II Emerging Small Business [ X ] Tier I Small Business [ X ] Tier II Small Business FIRM TO FULFILL [ ] this entire contract [ X ] a portion of this contract as defined below-Furnish all labor,all materials and all else whatsoever necessary to construct and properly finish: Painting,-Electrical,and Site Concrete: **Please note: in order to be considered for this solicitation, your firm must be CERTIFIED in the above-referenced category PRIOR TO the bid opening date of this solicitation. Pursuant to Omaha Municipal Code Section 10-203(d), the above-referenced category of bidders will be given preference in the selection of this bid. Submittals by non-certified bidders or the failure of a prime contractor to utilize a certified subcontractor in the above-designated portion of this contract shall be deemed non-responsive and rejected. Bidders must complete Exhibit "A", titled "SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM"and submit it with their bid to be considered. SIGN ALL COPIES Firm LUED ONST CTION COMPANY By Title • BRAD 0 GILLERN, PRESIDENT Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 5 of 6 Pages EXHIBIT"A" SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM (THIS FORM MUST BE SUBMITTED WITH THE BID) In the performance of this contract,the contractor proposes and agrees to make good faith efforts to contract with eligible City of Omaha certified smaN and/or emerging small businesses.Should the below listed small or emerging small business subcontractor be determined to be unab(gto perform successfully or is not perfortnE satisfactorily,the contractor shall obtain prior approval from the Public Works Department Director or a designee,for substitution of the below fisted subcontractor with a Cite of Omaha certified small or emerging small business.By submitting this form,the bidder is certifying that it has afforded subcontrigas particioatinq in the program the opportunity to submit bids on this project Type of work and Projected contract item or commence- Name of small or Address parts thereof to merit and Agreed price Percentage(%) l emerging small be performed completion with SBIESB business date of work /� I CA4;0. i�ery,cr.4-! ins 13 5. 95"SI.. c.4-c 4-41 31 in 3 41..., • i LL �`` /c At,.LrY A.,A c..44- r<7Y..r O...t.L Ir�` /� r l f SOi f��a�tl� 1O�/ guilt All La.Lreh I%�i3 a r p , rh�v.k B.,. 1706 S 10)s4 s1, 3/I fiI 4-- Ng p�,.};y i ai 1 fi 3 v qKs" 3211- 4, 1 N Y�St 3/i/i 5 -O."... - �)k ~ o�..t.r, rr ,,)& �fsl7S,7so.0o 5% tr{L 1 1 o f t/I 3 i 1 f Totals 292/32i.00 tG % 1I CERTIFICATION I The undersigned/contractor certifies that he/she has read,understands,and agrees to be bound by small and/or emerging small business participation contract specifications,and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the bidder to make the statements and representations in the smelt and/or emerging small business participation contract specifications and that said statements and representations are true and correct to the best of his/he knowledge and belief The undersigned wilt enter into formal agreements)with small and/or emerging small businesses(which are otherwise deemed by the City of Omaha to be technically responsible to perform the work)listed in the contract specifications at the price(s)set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The i undersigned/contractor agrees that if any of the representation made regarding utilization of small and/or emerging small business by the bidder knowing them to be false,or if there is a failure by the successful bidder(i.e.the Contractor)to implement the stated agreements,intentions,objectives,goals,and comments set forth herein without prior approval of the Public Works Director,such action shall constitute a material breach of the contract,entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default.The right to i so terminate shall be in addition to,and not in lieu of,any other rights or remedies the City of Omaha may have for other defaults under the Contract,under City of Omaha's Contract Compliance Ordinance or otherwise.Additionally,the un • contractor will be subject to tire terms of any future contract awards. Signature__ •�,, 1..,.. ... Telephone Number 402-339-1000 Title R. BRAD VON GILLERN Date of Signing 1/16/13 Firm or Corporate Name LUEDER CONSTRUCTION COMPANU Address 9999 J Street __ Omaha, NE 68127 1 Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 6 of 6 Pages Responsible Contractor Compliance Form RC-1 • cp E_5�=�+a p PE6��� . Regulations: A.Article IV,Division 1 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.). -I-Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev. Stat.Section 73-104 et seq.). +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, +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 convicted of three(3) separate"serious"OSHA violations within the past three(3)years. +Contractor 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. 1/16/13 OnaBKAD Date VON GILLERN, PRESIDENT j 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 /. DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA NEBR 68183 PHONE(402)444-7155 FAX(402) 444-5423 January 10,2013 NOTICE TO BIDDERS: REQUEST FOR BID ON DISTRICT#2 PARKS MAINTENANCE GARAGE 9610'F'STREET,Omaha,Nebraska Original Bid Opening Date: January 16,2013, 11:00 A.M. ADDENDUM NO.01: Modifications to the original specifications and drawings,dated January 2,2013 per attached twenty-seven(27) pages. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. Eric J.Carlson,Purchasing Agent LUEDER CONSTRUCTION COMPANY Name of Firm Signed By R:BRAD VON GILLERN PRESIDENT Title r Bid Form(Rev 08-2012) INITIALS DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE RETURN BIDS TO: Published.DEC.12,2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 6 Pages 1819 Farnam 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. JANUARY 16,2013 IMPORTANT 1 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 Farnam Street,Omaha,NE 68183-0011 by bid opening date and bore 6.When submitting bid on items listed,bidder may on a separate sheet make suggestions indicated,in seated envelope marked BID ON: DISTRICT 2 PARKS MAINTENANCE covenng reduction m costs wherever this is possible through redesign,change of material GARAGE. or ubizahon of standard items or quantity change 2 As evidence of good faith a bid bond or certified 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 3 Right is reserved to accept or reject any or at bids in their entirety and the bidders shall have the nght to appeal any decision to the City Counal. Right is also reserved to accept or reject any part of your bid unless otherwise indicated by you. 4.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: This is to certify that the undersigned has read and examined (a)the advertisements, (b) the requirements for bidding and instructions to bidders and (c)the specifications and drawings prepared by Schemmer for the District 2 Parks Maintenance Garage and that the bidder has made all the examinations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO 1 ,THROUGH 1 It 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 proceed 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 Park 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 regard for his fitness and capacity to furnish in sufficient quantities the quality of material considered by said Park Planning Division best to meet the requirements of the Park Planning Division;material purchased for this project will be State of Nebraska and City sales tax exempt. On the foregoing,understand that the bidder hereby offers and proposes to furnish all labor,all materials and all else whatsoever necessary to construct and properly finish all the work in connection with"District 2 Parks Maintenance Garage,9610 F Street,Omaha,Nebraska"in accordance with the provisions of this proposal and contract documents to e satisfaction ofof the City of,0 aha Parks,a Recreation and Public Property Department for the lump sum of: / BASE BID: 0/7€ />'1/ r/,O�'1 'r v/l G�l—e(�S/1� ry ��'t/O ��Oe/SCtl�JG� ---0.0 — ($ 11 .362, 60D ) Note: Refer to page 2 of 5 for Bid Bond,Completion Date&Performance Bond and page 3 of 5 for Insurance Requirements,Testing Allowance,Unit Prices& Alternates(if applicable). Refer any questions regarding the Bid or Contract Documents directly to the Park Planning Division at 402-444-5900 or as noted in the Contract Documents. All 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 Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIOEB Listings should be directed to the Human Relations Department at 402-444-5055 (Please Print Legibly or Type) Firm Barry Larson & Son, Inc. Incorporated in N raska Kirk Larson `� (state) Name Signatur JI ...yr,,t Title President Phone402-571-3838 Fax 402-571-3939 Address 6060 Wenninghoff Road, Omaha, NE 68134 Street/P.0 Box City Stale Zip E-Mail Address kirk@blsomaha.com Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 2 of 6 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 "City of Omaha—District 2 Parks Maintenance Garage"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. 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: 5% ($ ),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 falls 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. 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. COMPLETION DATE: The bidder agrees that construction will be completed within 245 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. SIGN ALL COPIES Firm Barry Lars() & S n, Inc. u:"STr,3;1S LTr DBYartc r By � �'-- - OPENED BY COMMITTEETitle �/� i0�x�7" JAN 16 2013 AS PER ORD$25445 Referred to Purchasing Agent Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ' ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 3 of 6 Pages • INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction', Part 2.15, "Contractor's Insurance" for insurance requirements. ALTERNATES: Alternate No. 1 -Add two Public Works bays at north end of Maintenance Garage Building $ /..3,2Y/ DO( Alternate No. 1A-Install liner panels to underside of roof purlins over Public Works bays $ JD,o?9t.'=/XX Alternate No.2- Add two bays onto the existing Salt&Dry Dirt Storage Building $ 83 a,8 7Xx Alternate No.31 Construct a Tack Tank building $ 3 d';9 y9!1)X Alternate No.4-Install liner panels to underside of roof purlins within base bid metal building area $ a z 2 r2"7XX SIGN ALL COPIES Firm Ba rr L rin5n on. Inc. By Title esiT— C3TaNSATIED BY WY MN OPENED EY COMMITTEE JAN162013 AS PE R ORD 125445 Referred to Purchasing Agent Bid Form(Rev.08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON. CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 4 of 6 Pages UTILIZATION OF SMALL AND EMERGING SMALL BUSINESSES It is the policy of the City of Omaha that Small and Emerging Small Businesses shall have the maximum practicable opportunity to participate in City of Omaha projects. Consequently,the requirements of the Small and Emerging Small Business Program ordinance apply to this solicitation. For questions on certification, including a listing of what firms are certified under the Small and Emerging Small Business Program, please see the City of Omaha website at www.ci.omaha.ne.us or contact the Human Rights and Relations Department at 444-5055. CERTIFIED GROUP(S1 With regard to this solicitation, the City has determined that a sufficient number of companies exist within the following CERTIFIED GROUP(S)**: [ X ] Tier I Emerging Small Business [ X ] Tier II Emerging Small Business [ X ] Tier I Small Business [ X ] Tier II Small Business FIRM TO FULFILL [ ] this entire contract [ X j a portion of this contract as defined below-Furnish all labor,all materials and all else whatsoever necessary to construct and properly finish: Painting,Electrical,and Site Concrete. **Please note: in order to be considered for this solicitation, your firm must be CERTIFIED in the above-referenced category PRIOR TO the bid opening date of this solicitation. Pursuant to Omaha Municipal Code Section 10-203(d), the above-referenced category of bidders will be given preference in the selection of this bid. Submittals by non-certified bidders or the failure of a prime contractor to utilize a certified subcontractor in the above-designated portion of this contract shall be deemed non-responsive and rejected. Bidders must complete Exhibit "A", titled "SMALL ANDIOR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM"and submit it with their bid to be considered. SIGN ALL COPIES Firm Barr so Son, Inc. By _ "— Title Fie6/d es lT- • Bid Form(Rev 08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 5 of 6 Pages EXHIBIT"A" SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM (THIS FORM MUST BE SUBMITTED WITH THE BID) In the performance of this contract the contractor proposes and agrees to make good faith efforts to contract witheligible City of Omaha certified small and/or emerging sin businesses Should the be listed small or emerging all business subcontractor be determined to be unable toperform successfulM ar is not performing satisfactorily the contractor shall obtain orior approval from the Public Works Department Dire4t%or a designee,for substitution of the below listed subcontractor with a CO of Omaha certified small or emeroinq smallkvsiness. B9 s it i ins this form,the bidder is certifying that it has afforded subcontractors riarhapabna in the 09aram the opoortuci y to submit bids on this project. Type of work and Projected contract Item or commence- Name of small or Address parts thereof to ment and Agreed price Percentage(%) emerging small be performed completion with SBIESB business date of work M %.) 3-/- /3 /.Sit /e ,f, aster sc fiFv/,v_s e 1 at-li ef e 52 [-mown-may CITY CL;;M OPENED BY COMMITTEE TEE r Q� JAN 16 2013 Totals o7 y v /g / / O CERTIFICATION ASPER ORD#25449 The undersigned/contractor certifies 1114001kokisigeffilittchatilligAgillligrees to be bound by small and/or emerging small business participation contract specifications,and the other terms and conditions of the Invitation far Bids. The undersigned further certifies that he/she is legally authorized by the bidder to make the statements and representations in the small and/or emerging small business participation contract specifications and that said statements and representations are true and correct to the best of his/her knowledge and betief The undersigned will enter into formal agreement(s)with small and/or emerging small businesses(which are otherwise deemed by the City of Omaha to be technically responsible to perform the work)isted in the contract specifications at the price(s)set forth in this Exhibit conditioned upon execution of a contract by the undersigned with the City of Omaha. The undersigned/contractor agrees that ifany of the representation made regarding utilization of smag and/or emerging small business byte bidder knowing them to be false,or if there Is a failure by the successful bidder(i.e.the Contractor)to Implement the stated agreements,intentions,objectives,goals,and comments set forth herein without pnor approval of the Public Works Director,such action shall constitute a material breach of the contract,entitling the i;tiy of Omaha to reject the contractor's bid or to terminate the Contract for default.The right to so terminate shall be in addition to,and not in lieu of,any other rights or remedies the City of Omaha may have for other defaults under the Contract,under City of Omaha's Contract Compliance Ordinance or otherwise.Additionally, undersigned/contractor will be subject to the terms of any future contract awards. Signature � Telephone Number 402-571-3838 Title VVV ��' r s/DE,tirl- Date of Signing 1-14-2013 Firm or Corporate Name Barry Larson & Son, Inc. Address 6060 Wenninghoff Road, Omaha, NF 611114 Bid Form(Rev,08-2012) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DISTRICT 2 PARKS MAINTENANCE GARAGE NOT AN ORDER Page 6 of 6 Pages Responsible Contractor Compliance Form RCA rtr1y '' ` i e1^e .4'tiff 0.,' 1. Regulations: A.Article IV,Division 1 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.). +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. +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 convicted of three(3) separate"serious"OSHA violations within the past three(3)years. +Contractor 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. Si ;krr:21:741C2.--&-‘,—.---- 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. C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on January 16, 2013, to furnish all labor, materials, and all incidentals necessary to construct and properly finish all the work for the District 2 Parks Maintenance Garage, 9610 F Street, for the Parks, Recreation, and Public Property Department; and, WHEREAS, Prairie Construction Company submitted the lowest bid, within bid specifications, attached hereto and made a part hereof, in the total amount of $1,482,000.00 (includes Alternates 1, la, 3, and 4); and, WHEREAS, Prairie 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$1,482,000.00 (includes Alternates 1, la, 3, and 4), from Prairie Construction Company, to furnish all labor, materials, and all incidentals necessary to construct and properly finish all the work for the District 2 Parks Maintenance Garage, 9610 F Street, being the lowest and 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 $1,243,000.00 shall be paid from the Public Facilities Bond Fund No. 13245 and Organization No. 115029, Parks Capital; and $239,000.00 shall be paid from the 2010 Parks and Recreation Bond Fund No. 13355, and Organization No. 117317, Parks and Cultures Bond. APPROVED AS TO .• .,u c4,9-- /29-3 ASSIS ANT CITY ATTORNEY DATE p:1752tmb By 4..47244 ..�... C cilmember Adopted 8 1 2 2013 7—(.3 '4/X Cit Clerk 2! 113 Approved ria001 AI Mayor NO `7/() Resolution by Res that, as recommended by the Mayor, the bid in the total amount of $1,482,000 00 (includes Alternates 1, l a, 3, and 4), from Prairie Construction Company, to furnish all labor, materials, and all incidentals necessary to construct and p►operly finish all the work for the District 2 Parks Maintenance Garage, 9610 F Street, being the lowest and 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$1,243,000 00 shall be paid from the Public Facilities Bond Fund No 13245 and Organization No 115029, Paiks Capital, and $239,000 00 shall be paid from the 2010 Parks and Recreation Bond Fund No 13355, and Organization No 117317, Parks and Cultures Bond p 1752tmb Presented to City Council FEB 1 2 2013 Adopted 7_0 eudter groW11 • City Clerk