Loading...
RES 2012-0361 - Bid from Marine Development Inc for dock structural repairs at NP Dodge Park marina `i ova",tv.4 Parks, Recreation & - E C E. V D Public Property Department W#iiet ' ^ • p � Omaha/Douglas Civic Center ` 12 FEB 29 [t 1819 Famam Street,Suite 701 • (� Omaha,Nebraska 68183-0701 9DO�'�BD PEBRV�st- r y� C 5 :y i (402)444-5900 City r Q �` 4 � a t`i FAX(402)444 4921 of Omaha Jim Suttle,Mayor March 13, 2012 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 Marine Development, Inc. to furnish labor, materials, and all incidentals necessary to complete the dock structural repairs at N. P. Dodge Park Marina, 11001 John J. Pershing Drive, in the total amount of$286,283.00 (includes Alternate No. 1). The work shall include, but not limited to the installation of new gangways from the shore to the docks, repair of dock anchor poles, and general dock structural repairs for the Parks, Recreation and Public Property Department. The City of Omaha anticipates reimbursement of 75% of the construction costs from FEMA and 12.5% from NEMA. The City of Omaha will be responsible for the remaining 12.5% of the costs. Marine Development, Inc. submitted the lowest and best bid. The following bids were received on February 22, 2012: CONTRACTOR BID MARINE DEVELOPMENT,INC. $286,283.00 (LOWEST BID) All Purpose $335,000.00 JMN Construction $486,890.00 Marine Development, Inc. has on file a current Annual 'Contract Compliance Report Form (CC- 1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. Finance Department is authorized to pay the Funds in the total amount of$286,283.00 (includes Alternate No. 1) to Marine Development, Inc. from the Marinas Fund No. 21111 and Organization No. 115451,N. P. Dodge Marina. The Parks, Recreation and Public Property Department recommends the acceptance of the bid from Marine Development, Inc. being the lowest and best bid received, and requests your consideration and approval of this Resolution. technically iy responsible to — perform the work)listed In the contract specJicatlons at the prices)set forth in this Exhibit conditioned+Ron ezeartbn.of a contact by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding ufitraton of smelt and/or emerging small business by the bidder knowing them to be false,or I there is a failure by the suocesst d bidder(I.e.the Contractor)to Implement the stated agreements,knentions,objectives,goals,and comments set forth herein wkhout prior approval of the Public Wort Director,such action shall constitute a material breach of the contract,enMing the City of Omaha to reject the contactor's bid or to terminals the Contact*default The right to so terminate shall be In addition to,and not In lieu of,any other rights or remedies the Cyr of Omaha may have for ober defaults under the Cuntria,under City of Omaha's Contract Compliance Ordinance or otherwise. Additio naiy,,the u .. ...•:l ••• :•••• wll be subject to the terms of any future contract awards, Signature C .Lrt/7. ; Telephone Number 4 oZ -- 67/9— o$2-1 -- Title 0'i) etA.rrr rf Date of Signing - i5 -/v Firm or Corporate Name Address .fin* ?(, 447 ents to the satisfaction of the City of Omaha Parks, Recreation and Public Property Department for the I lump sum of: BASE BID: INote: Refer to page 2 of 3 for Bid Bond,Completion Date&Performance Bond and page 3 of 3 for insunime Requirements,Testing ADowance,Unit Prices& Alternates(if applicable). Refer any Questions regarding the Bid or Contract Documents directly to tie Pa&Planning Division at 402-4445900 or as noted in the Contract Documents. IAl bidders awarded a contract In the amount of 53.E or mom must corn*wftir be Contract Compltanoe Ordinance and have on file with the Human Relations Department the Contrad Compliance Report(Form CC-1).This report shall be in effect for 24 mats kart!re date received by the Human Relations Department Any questions regarding tie Conked Compliance Ordinance or PBEiDEB Listings should be dkecied to tie Human Relations Department at 402.444.5055. II (Please Print Legibly or Type) Firm K e_,.5i r C..01,15-trt. c iSn J-•L Ineemereried in (Stale) f ' / </ r` Signature; % �G►t�iif Nance i ill e/- / ' /` Ps ITitle 32 . ocit42N.er �} Phone 4r'f}Z---�v/7--DSO ,�/ Fax ibZ- ti f- Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • Page -2- Honorable President and Members of the City Council, Respectfully submitted, Brook Bench, Acting Director Date Parks,Recreation and Public Property Depaitiiient Approved as to Funding: A roved: Pam Spaccarotella Date Human Rights and Relations Date Finance Director Referred to City Council for Consideration: ' Mayor's Office/Title D' e p:1573tmb CD C 9: S a .—• 1, �;71' a '. Cr Sao . pop, � a0 CD C cn N''L 'Y M , N Pa v' '. in. ry 0 "I, 0 M 0.. 1—. w CA a o S. a. 0 • a _ . t I-IL_ _ eN me of Firm_ Si ned By eb-60.Aol ter' Title H W Z U D EE O. I— e II' w zv , a. - W M 1 a. a m c---;-------A\ 0 0 c F- W cci o 0 V o o M NI- Y 2 OC co ri CO o o . 8 z 0 H W a o o N 2 Z U c? '� o r 0 d v emsLo - 69 a) gm o Q2 ~ W o t o ai ZU c� o a a c CL iricc) o of QU a 01 Z d o 4t i a)a) r34. m Ill W E I- z z o a W C 0 °' m z cc CZr ° moo U Q Q w i 0 o a) a o 0 d�J' 1 re as Z Z% U c U E Y co U 7 Z 2 IliQ O _se C] U o a a 2 N a)em G t� 6 m o W z a) O O co N a 0 co O _O [- c N v, z Q ++ C m g O Z' E as tr, m Al., d N RI I"' o lOS L a C1. 1 ent, Inc. submitted the lowest and best bid. The following bids were received on February 22, 2012: CONTRACTOR BID MARINE DEVELOPMENT,INC. $286,283.00 (LOWEST BID) All Purpose $335,000.00 JMN Construction $486,890.00 Marine Development, Inc. has on file a current Annual 'Contract Compliance Report Form (CC- 1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. Finance Department is authorized to pay the Funds in the total amount of$286,283.00 (includes Alternate No. 1) to Marine Development, Inc. from the Marinas Fund No. 21111 and Organization No. 115451,N. P. Dodge Marina. The Parks, Recreation and Public Property Department recommends the acceptance of the bid from Marine Development, Inc. being the lowest and best bid received, and requests your consideration and approval of this Resolution. technically iy responsible to — perform the work)listed In the contract specJicatlons at the prices)set forth in this Exhibit conditioned+Ron ezeartbn.of a contact by the undersigned with the City of Omaha. The undersigned/contractor agrees that if any of the representation made regarding ufitraton of smelt and/or emerging small business by the bidder knowing them to be false,or I there is a failure by the suocesst d bidder(I.e.the Contractor)to Implement the stated agreements,knentions,objectives,goals,and comments set forth herein wkhout prior approval of the Public Wort Director,such action shall constitute a material breach of the contract,enMing the City of Omaha to reject the contactor's bid or to terminals the Contact*default The right to so terminate shall be In addition to,and not In lieu of,any other rights or remedies the Cyr of Omaha may have for ober defaults under the Cuntria,under City of Omaha's Contract Compliance Ordinance or otherwise. Additio naiy,,the u .. ...•:l ••• :•••• wll be subject to the terms of any future contract awards, Signature C .Lrt/7. ; Telephone Number 4 oZ -- 67/9— o$2-1 -- Title 0'i) etA.rrr rf Date of Signing - i5 -/v Firm or Corporate Name Address .fin* ?(, 447 ents to the satisfaction of the City of Omaha Parks, Recreation and Public Property Department for the I lump sum of: BASE BID: INote: Refer to page 2 of 3 for Bid Bond,Completion Date&Performance Bond and page 3 of 3 for insunime Requirements,Testing ADowance,Unit Prices& Alternates(if applicable). Refer any Questions regarding the Bid or Contract Documents directly to tie Pa&Planning Division at 402-4445900 or as noted in the Contract Documents. IAl bidders awarded a contract In the amount of 53.E or mom must corn*wftir be Contract Compltanoe Ordinance and have on file with the Human Relations Department the Contrad Compliance Report(Form CC-1).This report shall be in effect for 24 mats kart!re date received by the Human Relations Department Any questions regarding tie Conked Compliance Ordinance or PBEiDEB Listings should be dkecied to tie Human Relations Department at 402.444.5055. II (Please Print Legibly or Type) Firm K e_,.5i r C..01,15-trt. c iSn J-•L Ineemereried in (Stale) f ' / </ r` Signature; % �G►t�iif Nance i ill e/- / ' /` Ps ITitle 32 . ocit42N.er �} Phone 4r'f}Z---�v/7--DSO ,�/ Fax ibZ- ti f- Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ Bid Form(Rev.08-2011) • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA N.P.DODGE PARK MARINA DOCK REPAIR RETURN BIDS TO: Published:FEBRUARY 8,2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 3 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 Closing Date: 11:00 AM. FEBRUARY 22,2012 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 Famam Street, Omaha, NE 68183-0011 by dosing date and time 6.When submitting bid on items fsted,bidder may on a separate sheet,make suggestions indicated, in sealed envelope marked BD ON: N.P.DODGE PARK MARINA DOCK covering reduction In costs wherever this is possible through redesign,change of material REPAY or utilization of standard hems 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 shah 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 right to appeal any decision to the City Council. Right is also resented 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 wilt be furnished.Do not indude 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 BCDM Architects for the N.P. DODGE PARK MARINA DOCK REPAIR and that the bidder has made all the examinations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO ,THROUGH 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 quantifies 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"N.P.DODGE PARK MARINA DOCK REPAIR,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: kNunC c.a.. In t r. -01-vok3G keta Yl ,t, . V vs4r 42-k pa\t-N �.�c�v� av,c f•It coo • _ (S ?9 l S , c)cy Note: Refer-to page 2 of 3 for Bid Bond,Completion Date&Performance Bond and page 3 of 3 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. AI bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on tie with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be directed to the tHuman Relations Department at 402.444-5055. (Please Print Legibly or Type) Firm M I\Q(N E. -\t QLae vvt writ'1 v. Incorporated in C)1c4-A►‘n OwtQ. (State) Name o��cie- o'tC Signature Title +'\D-1:7 Phone CU 8(oD1 '71210 Fax Q I$b$q 1524 Address qt. (QZ Qoox t� t -1 4 43 StreeV P.O.Box City State Zip E-Mail Address t's CA-1 Ca$ kQ.I C ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ Bid Form(Rev.08-2011) DOUGLAS COUNTY • REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA N.P.DODGE PARK MARINA DOCK REPAIR NOT AN ORDER Page 2 of 3 Pages The bidder hereby states that the above total cost to the City of Omaha includes all material,taxes,insurance royalties;transportation charges, use of all necessary tools and equipment, supervision, inspection and tests of materials, bond and overhead expense, all equipment furnished in accordance with the requirements of the contract documents considered severally and collectively. It is understood that the contract documents shall consist of the advertisement,the requirements for bidding and instruction to bidders,this proposal, the contract documents titled " N.P. DODGE PARK MARINA DOCK REPAIR ' and the duly executed agreement or contract proper, that, said documents are complementary and that which is required,shown or specified by any one of these,shall be as binding as if required by all. The bidder hereby represents that the price contained in this proposal is neither directly nor indirectly the result of any agreement or any secret understanding with anyone with respect to any provisions contained in this proposal. BID BOND: In accordance with the requirements for bidding and instructions to bidders,there is deposited herewith a bid bond or a certified check payable to the City of Omaha,in the sum of: 4. *, J I.tao r ✓�i v i; ► (4. ($ ),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 forth 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 contract completion date for this project shall be MAY 23.2012. All work associated with the project shall be completed on or before this date, weather and site conditions permitting. Incentives t Penalties: Incentives and penalties shall apply to this contract. The contractor shalt receive an incentive of$500.00 for every calendar day the project is completed prior to the state Completion Date. There shall be a maximum time period of ten(10)days for incentives for a maximum of$5,000.00 incentive for the entire project. The contractor shall pay a penalty of$1,000.00 per calendar day starting on May 24,2012 for non-completion of the project. There shall be no maximum time period for the penalty. PERFORMANCE BOND: Refer to Specification Sectio r! 'i, "Instructions to Bidders', Part 2.10, "Bond Submission" and Section 00400, "Performance, Payment Maintenance ; OPENED BY C' EE FEB 222012 SIGN ALL COPIES Firm v"`Av-i N�- 6.tv5;LA11,1u:n- ; 1-1+1c� . • AS PER ND t25145 By Referred to Purchaeing Agent Title ments. AI bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on tie with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be directed to the tHuman Relations Department at 402.444-5055. (Please Print Legibly or Type) Firm M I\Q(N E. -\t QLae vvt writ'1 v. Incorporated in C)1c4-A►‘n OwtQ. (State) Name o��cie- o'tC Signature Title +'\D-1:7 Phone CU 8(oD1 '71210 Fax Q I$b$q 1524 Address qt. (QZ Qoox t� t -1 4 43 StreeV P.O.Box City State Zip E-Mail Address t's CA-1 Ca$ kQ.I C ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ Bid Form(Rev.08-2011) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA N.P.DODGE PARK MARINA DOCK REPAIR NOT AN ORDER Page 3 of 3 Pages INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction', Part 2.15, "Contractor's Insurance' for insurance requirements. UNIT PRICES NOT USED ALTERNATES • Refer to the drawings and Specification Section 01030'Alternates'for details and descriptions of the scope of work for each Alternate. 1. Alternate No. 1. ADD DEDUCT(circle one)to the base bid the following amount for including this scope of work: 4 OF.4r-%0V,cXv.ck. n41`.nQ..A1 Adri1cf'c 64c6 +v.Q ($ 14)3 3/45 , 0 c. ) 2. Alternate No. 2:ADD to the base bid the following amount for including the scope of work: 4 r90 - W1-10,,,c1 C2..gr;-k-`r uvArsza�v�a .�r SSI:v Qvk — ($ 3) S 41 , o a } SIGN ALL COPIES Firm Motoz,(o..0 �4Vs��,tY, QA, c By Title 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: 4. *, J I.tao r ✓�i v i; ► (4. ($ ),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 forth 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 contract completion date for this project shall be MAY 23.2012. All work associated with the project shall be completed on or before this date, weather and site conditions permitting. Incentives t Penalties: Incentives and penalties shall apply to this contract. The contractor shalt receive an incentive of$500.00 for every calendar day the project is completed prior to the state Completion Date. There shall be a maximum time period of ten(10)days for incentives for a maximum of$5,000.00 incentive for the entire project. The contractor shall pay a penalty of$1,000.00 per calendar day starting on May 24,2012 for non-completion of the project. There shall be no maximum time period for the penalty. PERFORMANCE BOND: Refer to Specification Sectio r! 'i, "Instructions to Bidders', Part 2.10, "Bond Submission" and Section 00400, "Performance, Payment Maintenance ; OPENED BY C' EE FEB 222012 SIGN ALL COPIES Firm v"`Av-i N�- 6.tv5;LA11,1u:n- ; 1-1+1c� . • AS PER ND t25145 By Referred to Purchaeing Agent Title ments. AI bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on tie with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be directed to the tHuman Relations Department at 402.444-5055. (Please Print Legibly or Type) Firm M I\Q(N E. -\t QLae vvt writ'1 v. Incorporated in C)1c4-A►‘n OwtQ. (State) Name o��cie- o'tC Signature Title +'\D-1:7 Phone CU 8(oD1 '71210 Fax Q I$b$q 1524 Address qt. (QZ Qoox t� t -1 4 43 StreeV P.O.Box City State Zip E-Mail Address t's CA-1 Ca$ kQ.I C ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA NEBR 68183 PHONE(402)444-7155 FAX(402)444-5423 FEBRUARY 17,2012 NOTICE TO BIDDERS: REQUEST FOR BID ON N.P.DODGE PARK MARINA DOCK REPAIR 11001 John J.Pershing Drive,Omaha,Nebraska Bid Opening Date: Wednesday,FEBRUAY 22,2012,at 11:00 A.M.CST ADDENDUM NO.01: Modifications to the original specifications and drawings,DATED JANUARY 20,2012 per attached 1 page. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. Patrick M.Burke Assistant Douglas County Purchasing Agent 1iV1 %)\?-64,ji Name of Firm *ICE) 2.7,0\ et I c, Signed B rid . Title Si ned By eb-60.Aol ter' Title Bid Form(Rev.08-2011) • • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CiTY OF OMAHA N.P. DODGE PARK MARINA DOCK REPAIR RETURN BIDS TO: Published:FEBRUARY 8,2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 3 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 Closing Date: 11:00 A.M. FEBRUARY 22,2012 IMPORTANT I.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 Famam Street, Omaha, NE 68183-0011 by closing date and time 6.When submitting bid on Items fisted,bidder may on a separate sheet,make suggestions indicated, in sealed envelope marked BID ON: N.P. DODGE PARK MARINA DOCK covering reduction in costs wherever this is possible through redesign,change of material REPAIR, 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 at 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, I.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) he specifications and drawings prepared by BCDM Architects for the N.P. DODGE PARK MARINA DOCK REPAIR and that the bidder has made all the 3xaminations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO 1 ,THROUGH 1 t is understood (a) that as to the contract which may be awarded upon this proposal, the Contract period will be the term beginning with the notice to )roceed and ending with the acceptance of the work,the number of consecutive calendar days hereinafter agreed on;and(b)that it is the intention of the ark Planning Division that a contract shall be awarded to the bidder regarded by the City of Omaha as having submitted the lowest and best bid,having .egard for his fitness and capacity to furnish in sufficient quantities the quality of material considered by said Park Planning Division best to meet the •equirements of the Park Planning Division;material purchased for this project will be State of Nebraska and City sales tax exempt Dn the foregoing,understand that the bidder hereby offers and proposes to furnish all labor,all materials and all else whatsoever necessary to construct and iroperly finish all the work in connection with"N.P.DODGE PARK MARINA DOCK REPAIR,Omaha,Nebraska" in accordance with the provisions of this roposal and contract documents to the satisfaction of the City of Omaha Parks,rk/ Recreation and Public Property Department for the lump sum of: 3ASE BID: �l+.cG �.-..c ,.� y�� 0:4 )`e�(4 a14'144.� ($33 0 00 . 00 1 dote: Refer to page 2 of 3 for Bid Bond,Completion Date&Performance Bond and page 3 of 3 for Insurance Requirements,Testing Allowance,Unit Prices& idtemates(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 :ontract Documents. di 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 :omptiance 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 hdinance or PBEJDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm 1.11.1 Purpose Construction corporated in Nebraska Name Debra L. Mathews Sign Sta ) 1;0) TitlePresident. Phone 402-331-2550 Fax 402-331 -2564 • Address 7010 S. 66th St. LaVista, NE 68128 Street/P.O.Box City State Zip APUONF: @ aol.com E-Mail Address C ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ . i Bid Form(Rev.08-2011) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA N.P. DODGE PARK MARINA DOCK REPAIR NOT AN ORDER Page 2 of 3 Pages The bidder hereby states that the above total cost to the City of Omaha includes all material,taxes,insurance royalties;transportation charges, use of all necessary tools and equipment, supervision, inspection and tests of materials, bond and overhead expense, all equipment furnished in accordance with the requirements of the contract documents considered severally and collectively. It is understood that the contract documents shall consist of the advertisement,the requirements for bidding and instruction to bidders,this proposal, the contract documents titled " N.P. DODGE PARK MARINA DOCK REPAIR • and the duly executed agreement or contract proper, that, said documents are complementary and that which is required,shown or specified by any one of these,shall be as binding as if required by all The bidder hereby represents that the price contained in this proposal is neither directly nor indirectly the result of any agreement or any secret understanding with anyone with respect to any provisions contained in this proposal. BID BOND: In accordance with the requirements for bidding and instructions to bidders,there is deposited herewith a bid bond or a certified check payable to the City of Omaha,in the sum of: Five Percent ($ 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 forth 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 contract completion date for this project shall be MAY 23,2012. All work associated with the project shall be completed on or before this date, weather and site conditions permitting. Incentives I Penalties: Incentives and penalties shall apply to this contract. The contractor shall receive an incentive of$500.00 for every calendar day the project is completed prior to the state Completion Date. There shall be a maximum time period of ten(10)days for incentives for a maximum of$5,000.00 Incentive for the entire project. The contractor shall pay a penalty of$1,000.00 per calendar day starting on May 24,2012 for non-completion of the project. There shall be no maximum time period for the penalty. • PERFORMANCE BOND: Refer to Specification Section 00200, "Instructions to Bidders", Part 2.10, "Bond Submission" and Section 00400, 'Performance, Payment Maintenance Bond°requirements. { 1 'Purp e Con truc on SIGN ALL COPIES FI �`'2�„ By s (a-- Title n at 402.444.5900 or as noted in the :ontract Documents. di 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 :omptiance 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 hdinance or PBEJDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm 1.11.1 Purpose Construction corporated in Nebraska Name Debra L. Mathews Sign Sta ) 1;0) TitlePresident. Phone 402-331-2550 Fax 402-331 -2564 • Address 7010 S. 66th St. LaVista, NE 68128 Street/P.O.Box City State Zip APUONF: @ aol.com E-Mail Address C ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • Bid Forth(Rev.08-2011) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA N.P. DODGE PARK MARINA DOCK REPAIR NOT AN ORDER Page 3 of 3 Pages INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction', Part 2.15, "Contractor's Insurance' for insurance requirements. UNIT PRICES NOT USED ALTERNATES Refer to the drawings and Specification Section 01030'Alternates'for details and descriptions of the scope of work for each Alternate, 1. Alternate No. 1: ADD I DEDUCT(circle one)to the base bid the following amountforincluding this scope of work: ( /46 ($ it1v 6#144, ) 2. Alternate No.2:ADD to the base bid the following amount for including the scope of work: ,tli,s,ff- mot,s.4,vo ewe- gmmego Dc 4e..5 I DD • vv Mov.10FhcrimeF./L ?L-e.0pim $ ALT. 4-1 CUs s of comPos vct DECY-444) • SIGN ALL COPIES InAll Purpose Construction By Title . r sic.en 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 forth 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 contract completion date for this project shall be MAY 23,2012. All work associated with the project shall be completed on or before this date, weather and site conditions permitting. Incentives I Penalties: Incentives and penalties shall apply to this contract. The contractor shall receive an incentive of$500.00 for every calendar day the project is completed prior to the state Completion Date. There shall be a maximum time period of ten(10)days for incentives for a maximum of$5,000.00 Incentive for the entire project. The contractor shall pay a penalty of$1,000.00 per calendar day starting on May 24,2012 for non-completion of the project. There shall be no maximum time period for the penalty. • PERFORMANCE BOND: Refer to Specification Section 00200, "Instructions to Bidders", Part 2.10, "Bond Submission" and Section 00400, 'Performance, Payment Maintenance Bond°requirements. { 1 'Purp e Con truc on SIGN ALL COPIES FI �`'2�„ By s (a-- Title n at 402.444.5900 or as noted in the :ontract Documents. di 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 :omptiance 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 hdinance or PBEJDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm 1.11.1 Purpose Construction corporated in Nebraska Name Debra L. Mathews Sign Sta ) 1;0) TitlePresident. Phone 402-331-2550 Fax 402-331 -2564 • Address 7010 S. 66th St. LaVista, NE 68128 Street/P.O.Box City State Zip APUONF: @ aol.com E-Mail Address C ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET • 902 CIVIC CENTER OMAHA NEBR 68183 PHONE(402)444-7155 FAX(402)444-5423 FEBRUARY 17,2012 NOTICE TO BIDDERS: REQUEST FOR BID ON N.P.DODGE PARK MARINA DOCK REPAIR 11001 John J.Pershing Drive,Omaha,Nebraska Bid Opening Date: Wednesday,FEBRUAY 22,2012,at 11:00 A.M.CST ADDENDUM NO.01: Modifications to the original specifications and drawings,DATED JANUARY 20,2012 per attached 1 page. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. Patrick M.Burke Assistant Douglas County Purchasing Agent Al]. Purpose Construction Name of Firm • Signed By President Title Title Si ned By eb-60.Aol ter' Title IBid Form(Rev.08 2011) • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CiTY OF OMAHA N.P. DODGE PARK MARINA DOCK REPAIR RETURN BIDS TO: Published FEBRUARY 8,2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CiVIC CENTER NOT AN ORDER Page 1 of 3 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 Closing Date: 11:00 A.M. FEBRUARY 22,2012 IMPORTANT 1.Bid must be in the once of the Aging CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. CENTER, 1819 Famam Street, Omaha, NE 68183-0011 by dosing date and time 6.When submitting bad on harm fisted,bidder may on a separate sheet,make suggestions . indicated, in sealed envelope marked BiD ON: N.P. DODGE PARK MARINA DOCK covering reduction in costs wherever this is possible through redesign,change of material REP' or utilization of standard items or quantity change. 2. As evidence of good faith a bid bond or coned 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.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 BCDM Architects for the N.P. DODGE PARK MARINA DOCK REPAIR and that the bidder has made all the examinations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO I ,THROUGH 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"N.P.DODGE PARK MARINA DOCK REPAIR,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 Depallnient for the lump sum ot: BASE BID: -riu iz h4 A2f'o v�/I �/4 77 )h-092,4 TiiR(c /z..14(.40,. _v �.DrcT- E ty )e-/ (s V7y 39C7. • } Note: Refer to page 2 of 3 for Bid Bond,Cor►ipletlon Date&Performance Bond and page 3 of 3 for Insurance Requirements,Testing Allowance,Unit Prices& Alternates(if applicable). Refer any questions regarding the Bid or Contract Documents directltcto tire Path Planning Division at 402.444-5900 or as noted in the Contract Documents. 41 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 compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department AnyDepartmentContratheo Chance ordinance or PBEIDEB Listings should be directed to the Human Relations De questions regarding the Contract Compliance Department at 402-044-5055. (Please Print Legibly or Type) Firm TM.L( Go��I,Z�% Incorporated in iNE Name awe alke HAISAAC4.. Signature (State) Title t�(,va.t�,2. Phone (per 0 '13 3 9 Fax QJ 5(.7080 Address 1B4,..2. 6. /7 Y'H .4t/4 D/Zf Q/14 A!¢ 6,9r.7 c7 Street/P.O.Box City State Zip E-Mail Address j na.chre inef P4 orfa;c . ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ • Bid Form(Rev.08-2011) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA N.F.DODGE PARK MARINA DOCK REPAIR NOT AN ORDER Page 2 of 3 Pages The bidder hereby states that the above total cost to the City of Omaha includes all material,taxes,insurance royalties;transportation charges,u of an necessary tools and equipment, supervision, inspection and tests of materials, bond and overhead expense, all equipment furnished accordance with the requirements of the contract documents considered severally and collectively. It is understood that the contract documents shall consist of the advertisement,the requirements for bidding and instruction to bidders,this propos the contract documents titled " N.P. DODGE PARK MARINA DOCK REPAIR ' and the duly executed agreement or contract proper, that, si documents are complementary and that which is required,shown or specified by any one of these,shall be as binding as if required by all. The bidder hereby represents that the price contained in this proposal is neither directly nor indirectly the result of any agreement or any sec understanding with anyone with respect to any provisions contained in this proposal. BID BOND: In accordance with the requirements for bidding and instructions to bidders,there is deposited herewith a bid bond or a certified check payable to 1 City of Omaha,in the sum of: a7-60 SOppArp-d ($ ), wh 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 writ 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 I 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 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 bidd if and when he shall faithfully keep and perform all of the conditions set forth in the advertisement and the requirements for bidding and instructic to bidders,and furnish an acceptable surety bond. The surety company issuing said bond shall be licensed by the State of Nebraska,and listed 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 correct,in accordance with the instructions-to bidders,it may be rejected as informal. COMPLETION DATE: The contract completion date for this project shall be MAY 23,2012 All work associated with the project shall be completed on or before this date weather and site conditions permitting. incentives I Penalties: Incentives and penalties shall apply to this contract. The contractor shall receive an incentive of$500.00 for eve calendar day the project is completed prior to the state Completion Date. There shall be a maximum time period of ten(10)days for incentives for a maximum of$5,000.00 incentive for the entire project. The contractor shall pay a penalty of$1,000.00 per calendar day starting on May 24,2012 for non-completion of the project. There shall be no maximum time period for the penalty. PERFORMANCE BOND: Refer to Specification Section 00200, 'instructions to Bidders", Part 2.10, "Bond Submission° and Section 00400, "Performance, Paym Maintenance Bond*requirements. SIGN ALL COPIES Firm By Title g Allowance,Unit Prices& Alternates(if applicable). Refer any questions regarding the Bid or Contract Documents directltcto tire Path Planning Division at 402.444-5900 or as noted in the Contract Documents. 41 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 compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department AnyDepartmentContratheo Chance ordinance or PBEIDEB Listings should be directed to the Human Relations De questions regarding the Contract Compliance Department at 402-044-5055. (Please Print Legibly or Type) Firm TM.L( Go��I,Z�% Incorporated in iNE Name awe alke HAISAAC4.. Signature (State) Title t�(,va.t�,2. Phone (per 0 '13 3 9 Fax QJ 5(.7080 Address 1B4,..2. 6. /7 Y'H .4t/4 D/Zf Q/14 A!¢ 6,9r.7 c7 Street/P.O.Box City State Zip E-Mail Address j na.chre inef P4 orfa;c . ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ 1 I Bid Form(Rev.08-2011) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA N.P.DODGE PARK MARINA DOCK REPAIR NOT AN ORDER Page 3 of 3 Pages INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction', Part 2.15, "Contractor's Insurance° for insurance requirements. UNIT PRICES NOT USED ALTERNATES iRefer to the drawings and Specification Section 01030`Alternates'for details and descriptions of the scope of work for each Alternate. 1. Alternate No. 1: €9:) DEDUCT(circle one)to the base bid the following amount for including this scope of work: TCObitie A-i#J 1-4)2 ($ rob 500 2. Alternate No. 2• D i o the base bid the followingamount for includingthe scopeof work: 77 3_,$q)440 ($ L` a I • I I I 1 S . SIGN ALL COPIES • Firm c M.A/ By '" Title represents that the price contained in this proposal is neither directly nor indirectly the result of any agreement or any sec 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 1 City of Omaha,in the sum of: a7-60 SOppArp-d ($ ), wh 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 writ 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 I 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 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 bidd if and when he shall faithfully keep and perform all of the conditions set forth in the advertisement and the requirements for bidding and instructic to bidders,and furnish an acceptable surety bond. The surety company issuing said bond shall be licensed by the State of Nebraska,and listed 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 correct,in accordance with the instructions-to bidders,it may be rejected as informal. COMPLETION DATE: The contract completion date for this project shall be MAY 23,2012 All work associated with the project shall be completed on or before this date weather and site conditions permitting. incentives I Penalties: Incentives and penalties shall apply to this contract. The contractor shall receive an incentive of$500.00 for eve calendar day the project is completed prior to the state Completion Date. There shall be a maximum time period of ten(10)days for incentives for a maximum of$5,000.00 incentive for the entire project. The contractor shall pay a penalty of$1,000.00 per calendar day starting on May 24,2012 for non-completion of the project. There shall be no maximum time period for the penalty. PERFORMANCE BOND: Refer to Specification Section 00200, 'instructions to Bidders", Part 2.10, "Bond Submission° and Section 00400, "Performance, Paym Maintenance Bond*requirements. SIGN ALL COPIES Firm By Title g Allowance,Unit Prices& Alternates(if applicable). Refer any questions regarding the Bid or Contract Documents directltcto tire Path Planning Division at 402.444-5900 or as noted in the Contract Documents. 41 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 compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department AnyDepartmentContratheo Chance ordinance or PBEIDEB Listings should be directed to the Human Relations De questions regarding the Contract Compliance Department at 402-044-5055. (Please Print Legibly or Type) Firm TM.L( Go��I,Z�% Incorporated in iNE Name awe alke HAISAAC4.. Signature (State) Title t�(,va.t�,2. Phone (per 0 '13 3 9 Fax QJ 5(.7080 Address 1B4,..2. 6. /7 Y'H .4t/4 D/Zf Q/14 A!¢ 6,9r.7 c7 Street/P.O.Box City State Zip E-Mail Address j na.chre inef P4 orfa;c . ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on February 22, 2012, to furnish labor, materials, and all incidentals necessary to complete the dock structural repairs at the N. P.:Dodge Park Marina, located at 11001 John J. Pershing Drive, in the total amount of$286,283.00 includes Alternate No. 1). The work shall, include but not limited to the installation of new gangways from the shore to the docks, repair of dock anchor poles, and general dock structural repairs; and, WHEREAS, Marine Development, Inc. submitted the lowest bid, within bid specifications, attached hereto and made a part hereof, in the total amount of$286,283.00; and, WHEREAS, it is anticipated that the City of Omaha will be reimbursed 75% of the repair and remediation costs by FEMA and the remaining 25% will be divided equally between NEMA and the City of Omaha; and, WHEREAS, Marine Development, Inc. 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$286,283.00, from Marine Development, Inc. to furnish labor, materials, and all incidentals necessary to complete the dock structural repairs at the N. P. Dodge Park Marina, located at 11001 John J. Pershing Drive, as the lowest and best bid received within bid specifications, attached hereto and made a part hereof, is hereby accepted. The work shall include, but not limited to the installation of new gangways from the shore to the docks, repair of dock anchor poles and general dock structural repairs. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in the amount of$286,283.00 shall be paid from Marinas Fund No. 21111 and Organization No. 115451,N. P. Dodge Marina. APPROVED 0 p:1574tmb l +fie_ A,561, CITY ATTORNEY DATE aim/Leff By C nc lmember Adopted '. 1 3 2012 4-0 Ci Clerk Approved Mayor said bond shall be licensed by the State of Nebraska,and listed 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 correct,in accordance with the instructions-to bidders,it may be rejected as informal. COMPLETION DATE: The contract completion date for this project shall be MAY 23,2012 All work associated with the project shall be completed on or before this date weather and site conditions permitting. incentives I Penalties: Incentives and penalties shall apply to this contract. The contractor shall receive an incentive of$500.00 for eve calendar day the project is completed prior to the state Completion Date. There shall be a maximum time period of ten(10)days for incentives for a maximum of$5,000.00 incentive for the entire project. The contractor shall pay a penalty of$1,000.00 per calendar day starting on May 24,2012 for non-completion of the project. There shall be no maximum time period for the penalty. PERFORMANCE BOND: Refer to Specification Section 00200, 'instructions to Bidders", Part 2.10, "Bond Submission° and Section 00400, "Performance, Paym Maintenance Bond*requirements. SIGN ALL COPIES Firm By Title g Allowance,Unit Prices& Alternates(if applicable). Refer any questions regarding the Bid or Contract Documents directltcto tire Path Planning Division at 402.444-5900 or as noted in the Contract Documents. 41 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 compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department AnyDepartmentContratheo Chance ordinance or PBEIDEB Listings should be directed to the Human Relations De questions regarding the Contract Compliance Department at 402-044-5055. (Please Print Legibly or Type) Firm TM.L( Go��I,Z�% Incorporated in iNE Name awe alke HAISAAC4.. Signature (State) Title t�(,va.t�,2. Phone (per 0 '13 3 9 Fax QJ 5(.7080 Address 1B4,..2. 6. /7 Y'H .4t/4 D/Zf Q/14 A!¢ 6,9r.7 c7 Street/P.O.Box City State Zip E-Mail Address j na.chre inef P4 orfa;c . ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ :. pi, cDE - r8P- i. ra.E E. 000 cb. 0 E. G �' _9.,'-''- 91: co a 'Y m �. -� a : CD c 0 o :C 0: : chi, W O y v' 0 • N V Po s .+ cD N 0. � 0 0. . - - w D w � � �. n. •O CD O O AD CD S --1 Q y9 a V* chi o a 23 i \ ac, t•-) 0 2 ,T �.y, r.O CO �. w o CD N ¢ '�. '. 2. - 0 ^'G O O• C 0.' d O �, CD O C3 CD CD CD CA�w '"sA, �y •a� dz � N o. m En 0 1-3 w 0 •,b v "C Cr. D 0aX Z 0CMoCD c4 d o d s CD CDA fD "..C' "-�aN n N CD v, . in' a r. O r,, O O ►, 1 Cl �a nc. 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$286,283.00, from Marine Development, Inc. to furnish labor, materials, and all incidentals necessary to complete the dock structural repairs at the N. P. Dodge Park Marina, located at 11001 John J. Pershing Drive, as the lowest and best bid received within bid specifications, attached hereto and made a part hereof, is hereby accepted. The work shall include, but not limited to the installation of new gangways from the shore to the docks, repair of dock anchor poles and general dock structural repairs. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in the amount of$286,283.00 shall be paid from Marinas Fund No. 21111 and Organization No. 115451,N. P. Dodge Marina. APPROVED 0 p:1574tmb l +fie_ A,561, CITY ATTORNEY DATE aim/Leff By C nc lmember Adopted '. 1 3 2012 4-0 Ci Clerk Approved Mayor said bond shall be licensed by the State of Nebraska,and listed 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 correct,in accordance with the instructions-to bidders,it may be rejected as informal. COMPLETION DATE: The contract completion date for this project shall be MAY 23,2012 All work associated with the project shall be completed on or before this date weather and site conditions permitting. incentives I Penalties: Incentives and penalties shall apply to this contract. The contractor shall receive an incentive of$500.00 for eve calendar day the project is completed prior to the state Completion Date. There shall be a maximum time period of ten(10)days for incentives for a maximum of$5,000.00 incentive for the entire project. The contractor shall pay a penalty of$1,000.00 per calendar day starting on May 24,2012 for non-completion of the project. There shall be no maximum time period for the penalty. PERFORMANCE BOND: Refer to Specification Section 00200, 'instructions to Bidders", Part 2.10, "Bond Submission° and Section 00400, "Performance, Paym Maintenance Bond*requirements. SIGN ALL COPIES Firm By Title g Allowance,Unit Prices& Alternates(if applicable). Refer any questions regarding the Bid or Contract Documents directltcto tire Path Planning Division at 402.444-5900 or as noted in the Contract Documents. 41 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 compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department AnyDepartmentContratheo Chance ordinance or PBEIDEB Listings should be directed to the Human Relations De questions regarding the Contract Compliance Department at 402-044-5055. (Please Print Legibly or Type) Firm TM.L( Go��I,Z�% Incorporated in iNE Name awe alke HAISAAC4.. Signature (State) Title t�(,va.t�,2. Phone (per 0 '13 3 9 Fax QJ 5(.7080 Address 1B4,..2. 6. /7 Y'H .4t/4 D/Zf Q/14 A!¢ 6,9r.7 c7 Street/P.O.Box City State Zip E-Mail Address j na.chre inef P4 orfa;c . ('s/ t C.01K� Address ?a, o Ai cis 701)1S L ) p r L tl r°GI I Street!P.O.Box City State Tv E-Mail Address j to d kk g? lace, t o-x->ocr, I , the pertinent requirements. SUBPART C - Post-Award Requirements • • http://www.whitehouse.gov/omb/rewrite/circulars/a110/al 10.html 8/31/2009 2009 ederal reimbursements,to another facility prior to the expiration of a period of 20 years requires notice to the Federal cognizant agency.The extent of the relocation,the amount of the Federal participation in the financing,and the depreciation and interest charged to date may require negotiation and/or http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 //www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 s are not allowable as charges to Federal awards(see,for example,fundraising http://www.whitehouse.gov/omb/circulars_a122_2004/ 2/2/2010 $2.770 22 8 4 8 2 3.0 PetmRS - - - _ 22.230 18 82,230 18 4 6 6 2 _n.R HOU1. 68 40 12 8 16 0 0 0 0 0 0 4 Task Fee 27,730 $5,500 21,620 $1,040 22,060 SO iD SO SO 30 50 3260 $500 I TASK 1-AOOMONAL SERVICES Additional T0n00aoMc Sun8y S0 S0 Addit10ral CCTV_- ____ 80 20 • Addllteral Level 1ManticCOMltion Assessment 80 $0 OammeJlr ErheneenantS 30 S0 4.1 NeaW Cleantm 80 SO 1-84 _ 0 0 0 0 0 0 0 0 0 0, Task Fee 80 80 20 SO S0 S0 30 S0 SO SO S0 $0 SO • TOTAL ' Haas 1.983 1.464 I 192 344 190 150 38 420 6 36 26 62 Fee $718,095 $160,172 525,820 511,720 224,700 S15000 23,096 $30,660 $780 $2,520 $1,596 $1,030 27.150 S,nnan by Finn 8 MRS Veenalra 8 Kimm,Inc $160,172 1464 . EFI2 215.200 150 t.0vaen Markellm 236,870 235 RW Ergineerim 6 Surveying 81,860 56 • TREKK _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _