Loading...
RES 2012-0392 - Bid from Tom's Backhoe Service Inc for debris removal at NP Dodge Park marina s , yd �N1AHA N A8 . .of Parks, Recreation& �, C 1 E D Public Property Department i117'3 Omaha/Douglas Civic Center ® ri*i, n f _ i M _9 t.' t, 2 1819 Farnam Street,Suite 701 ' ^ f' Omaha,Nebraska 68183-0701 (402)444-5900 9AO1''?ED PE1303 ry C i i � C; w FAX(402)444-4921 City of Omaha 1�i�E l`Icit ;; ,L Jim Suttle,Mayor March 20, 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 Tom's Backhoe Service, Inc., in the total amount of $320,051.91 to furnish labor, materials, and all incidentals necessary to complete the sediment and debris removal at N. P. Dodge Park, 11001 John J. Pershing Drive, Omaha, Nebraska. The work shall include, but not limited to the removal of sand/silt/sediment/debris from the improved turf areas, which include picnic areas, campground areas, and selected roads and parking areas, 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. Tom's Backhoe Service, Inc. submitted the lowest and best bid. The following bids were received on February 29, 2012: CONTRACTOR BID TOM'S BACKHOESERVICE,INC. $320,051.91 (LOWEST BID) LawnSmith $321,728.00 Blade Master $358,000.00 Andersen $401,458.75 Heimes $460,439.20 Navarro $633,253.90 ue a purchase order in conformance herewith. Funds in this amount shall be paid from the 2010 Parks & Recreation Fund No. 13355 and Organization No. 117316, 2010 Issue Parks &Cultures Bond. APPROVED AS TO .• a- p:1584tmb ‘27,444 // 6 By ii cilmember MAR 2 0 2012 Adopted _Q City Clerk 3 )2R 1 iA Approved 2,119, Mayor a a < Z U Q Q N 0 U 0 U • Scope of services includes 1 review of shop drawings. • Schedule: The Altus team will work diligently to meet any schedule that may already exist for this project. • Scope of Work provides for Basic Interior finish selections as part of the Construction Documents. Altus Architectural Studios, Inc. 12925 West Dodge Road Omaha, NE 68154 Ph: 402,334.2422 Fx: 402.334.9023 architecture design planning altusstudios.com nment 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 Consultant and his sub-consultants. 7) The Consultant shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each sub-consultants or vendor. K. New Employee Work Eligibility Status—LB 403 Contract Provisions. Professional Service Agreement—Altus Architectural Studios NP Dodge Park—Caretaker's Residence &Office/Garage Page 5 of 8 ective 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. c, aoZ E., ` o d o • ° m > o4N " Q ` cw U` =u L C = c— '^ o ° c aI 'u J t Zw oE E 3mm ' a o3cw.0 V Ia ` Y i'M VmW.; w Ywc10 10 a ° uu g • uli 2 Ca ° U c v• .0; °• ; d 0. a a x i ° aa .. ` '- ' 00 0 dro w o W ¢ d 2. CC Laian •5 w d '0"; m Naw ` t ° r o wa aua -CS 'm ° nao 01oW an Y u ma °vc.. °` oaE v� m m 'o'o▪ ',if • o_ o_ d C y = 00 t c ° a o a - U0J � x ^W >'V LL VI 1 d 2 H ccO .-1 N M N .-1 N M a In LID .-I N T a r-I N .'-I N in if -'L...... ..) F Z '-I ti rl N re/ 01 T M fl1 M O a a a VI VI lO 6 6 6m _i N x W 1� .+ N M 4 6 6 .7.-includes 1hr/working day 8 56hr.For expected weekend work(7 Saturdays out of 23 available during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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, Tom's Backhoe Service, 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$320,051.91 to Tom's Backhoe Service, Inc. from the 2010 Parks and Recreation Bond Fund No. 13355 and Organization No. 117316, 2011 Issue Parks and Cultures Bond. The Parks, Recreation and Public Property Department recommends the acceptance of the bid from Tom's Backhoe Service, Inc. being the lowest and best bid received, and requests your consideration and approval of this Resolution. �: pec�fu su tted, �F C 01 ► AIL rook Bench, Acting Director Date Parks, Recreation and Public Property Department Approved as to Funding: Approved: Pam Spaccarotella Date Human Rights and Relations Date Finance Director Referred o City Council for Co • e tio • Mayor' 0 ice/Title Date p:1587tmb . 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. Tom's Backhoe Service, Inc. submitted the lowest and best bid. The following bids were received on February 29, 2012: CONTRACTOR BID TOM'S BACKHOESERVICE,INC. $320,051.91 (LOWEST BID) LawnSmith $321,728.00 Blade Master $358,000.00 Andersen $401,458.75 Heimes $460,439.20 Navarro $633,253.90 ue a purchase order in conformance herewith. Funds in this amount shall be paid from the 2010 Parks & Recreation Fund No. 13355 and Organization No. 117316, 2010 Issue Parks &Cultures Bond. APPROVED AS TO .• a- p:1584tmb ‘27,444 // 6 By ii cilmember MAR 2 0 2012 Adopted _Q City Clerk 3 )2R 1 iA Approved 2,119, Mayor a a < Z U Q Q N 0 U 0 U • Scope of services includes 1 review of shop drawings. • Schedule: The Altus team will work diligently to meet any schedule that may already exist for this project. • Scope of Work provides for Basic Interior finish selections as part of the Construction Documents. Altus Architectural Studios, Inc. 12925 West Dodge Road Omaha, NE 68154 Ph: 402,334.2422 Fx: 402.334.9023 architecture design planning altusstudios.com nment 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 Consultant and his sub-consultants. 7) The Consultant shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each sub-consultants or vendor. K. New Employee Work Eligibility Status—LB 403 Contract Provisions. Professional Service Agreement—Altus Architectural Studios NP Dodge Park—Caretaker's Residence &Office/Garage Page 5 of 8 ective 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. c, aoZ E., ` o d o • ° m > o4N " Q ` cw U` =u L C = c— '^ o ° c aI 'u J t Zw oE E 3mm ' a o3cw.0 V Ia ` Y i'M VmW.; w Ywc10 10 a ° uu g • uli 2 Ca ° U c v• .0; °• ; d 0. a a x i ° aa .. ` '- ' 00 0 dro w o W ¢ d 2. CC Laian •5 w d '0"; m Naw ` t ° r o wa aua -CS 'm ° nao 01oW an Y u ma °vc.. °` oaE v� m m 'o'o▪ ',if • o_ o_ d C y = 00 t c ° a o a - U0J � x ^W >'V LL VI 1 d 2 H ccO .-1 N M N .-1 N M a In LID .-I N T a r-I N .'-I N in if -'L...... ..) F Z '-I ti rl N re/ 01 T M fl1 M O a a a VI VI lO 6 6 6m _i N x W 1� .+ N M 4 6 6 .7.-includes 1hr/working day 8 56hr.For expected weekend work(7 Saturdays out of 23 available during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 _ _ • • , N O N O) co v 1-- v) O a) tiv. ot c) W Tr-) ti v) Z V 0 °' m }f- as a) 0 ce N Qi m U) a N E/ 0 0 O 0) Co0 N 1. I" W U) 0 O O v! Z V N ~ O O Z � a co- • kn. - EA 69 w 0 00 00 co Z U ~ o - rn } a = a N 6 EA J E9 EA. O O A N O E O a) I— W M N 1� a w Z O 1- N a } N a C N CD N- 69 I fie CD0 "O O O O O 0 W o o co N Ea Z C) O O — v } m O rn1C2 N a fy, ta — Ef3 Lo CO co N W cci O N 'r cd v) a) Z C) r= 2 a0o ?a) "0 r O to EA CU 0 N CI O ' ) a) = a) _ m Ll! W LLI `) a E E 06 Q Q Q Q _ o www_ cc O I— W , a MI N E .°? 'm . E . p — O CC (n a) E Z Q Q Q La E = enV � -- Y Z% V a) a) Q CO N t) N Q N © #d o `o •m (I) O Es Z 0 t/3 Z Q) O - N 0 O OW 0 = 2 a c N a 0 0 CO 0 0 a) w .+ c Z c Q p CI 1-- CI) a N a=i 'c m n 0 o vo t a c m E° co Q a co a) m ro E- z 0u_ 01L CJ , amount shall be paid from the 2010 Parks & Recreation Fund No. 13355 and Organization No. 117316, 2010 Issue Parks &Cultures Bond. APPROVED AS TO .• a- p:1584tmb ‘27,444 // 6 By ii cilmember MAR 2 0 2012 Adopted _Q City Clerk 3 )2R 1 iA Approved 2,119, Mayor a a < Z U Q Q N 0 U 0 U • Scope of services includes 1 review of shop drawings. • Schedule: The Altus team will work diligently to meet any schedule that may already exist for this project. • Scope of Work provides for Basic Interior finish selections as part of the Construction Documents. Altus Architectural Studios, Inc. 12925 West Dodge Road Omaha, NE 68154 Ph: 402,334.2422 Fx: 402.334.9023 architecture design planning altusstudios.com nment 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 Consultant and his sub-consultants. 7) The Consultant shall include the provisions of paragraphs (1) through (7) of this section, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each sub-consultants or vendor. K. New Employee Work Eligibility Status—LB 403 Contract Provisions. Professional Service Agreement—Altus Architectural Studios NP Dodge Park—Caretaker's Residence &Office/Garage Page 5 of 8 ective 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. c, aoZ E., ` o d o • ° m > o4N " Q ` cw U` =u L C = c— '^ o ° c aI 'u J t Zw oE E 3mm ' a o3cw.0 V Ia ` Y i'M VmW.; w Ywc10 10 a ° uu g • uli 2 Ca ° U c v• .0; °• ; d 0. a a x i ° aa .. ` '- ' 00 0 dro w o W ¢ d 2. CC Laian •5 w d '0"; m Naw ` t ° r o wa aua -CS 'm ° nao 01oW an Y u ma °vc.. °` oaE v� m m 'o'o▪ ',if • o_ o_ d C y = 00 t c ° a o a - U0J � x ^W >'V LL VI 1 d 2 H ccO .-1 N M N .-1 N M a In LID .-I N T a r-I N .'-I N in if -'L...... ..) F Z '-I ti rl N re/ 01 T M fl1 M O a a a VI VI lO 6 6 6m _i N x W 1� .+ N M 4 6 6 .7.-includes 1hr/working day 8 56hr.For expected weekend work(7 Saturdays out of 23 available during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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-PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II RETURN BIOS TO: Published:FEBRUARY 8, 2012 CITY CLERK, LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 5 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 Closing Date: 11:00 A.M. FEBRUARY 29,2012 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 closing 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:DODGE PARK SEDIMENT REMOVAL& covering reduction in costs wherever this is possible through redesign,change of material SITE RESTORATION—PHASE II. or utilteetlon 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 decision to the City Council. Right is also reserved to accept • or reject any pert of your bid unless otherwise indicated by you. 4.If Federal Excise Tax applies,show amount of same and deduct Exemption certificates will be lavished.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 the CITY OF OMAHA PARKS AND RECREATION DEPARTMENT for the DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 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 endingwith theacceptance of the work,the number of consecutive calendar days hereinafter agreed on; and(b)that it is the intention of the proceed and Y 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. necessaryto construct to furnish all labor,all materials and all else whatsoever On the foregoing,understand that the bidder hereby offers and proposes and properly finish all the work in connection with "DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II, Omaha, Nebraska"in accordance with the provisions o-finis proposal and contract documents to the satisfaction of the City of Omaha Parks, Recreation and Public Property Department for the lump sum of: /)1, ON THE ITEMIZED BID SCHEDULE: 7 /t/1-Q-t'✓ d 'l BASE BID,ITEMS 1 THROUGH 5 AS SHOWN �'��'� F°,-' COAL DO 414S a i 0 - q, eert-f-s f$ iaO,067. 9/ Note: Refer to,dage 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). }aster any Questions renardinn the Bid or Contract Documents directly to the Park Plannlna Division at 402.444-5900 or as noted in the Contract Documents, All bidders awarded a contract in the amount of 85,000 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 PBEIDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm I rr) B et- 4 U'tU-t- -r'/'h ;-i- 'ciorporated in ` -)i✓ (State) Name / h'rt?rt �S t!--- o''�.�G 0Id Signature Title V:`et P,Akr/`da..1-Phone S'"ga-S-`fa`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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-PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 2 of 5 Pages BASE BiD ITEMIZED BID FORM BID ITEM UNITS QUANTITY UNIT PRICE TOTAL PRICE 1, € Improved Areas-Sediment Removal Lump 1 _.f Q,�.�(�,���QSp i $ �qs,��a (DGJM07A) ' f Sum ! 2. Improved Areas-Sediment Removal- Lum � Erosion Blankets and Seeding Sum 1 -� y��.�� $ /9ivt 6. a S (DGJM07A) 3. Dodge Park-Sediment Removal From Lump i , 14. 3,o 0 Roads,Trails&Parking Lots(DGJMO4A)j Sum 1 � $ Si 69 23-00 4' Playground Repair(DGJMI5G) ` Summ 1 ___(ef 6 ouzo d $ 6, 'G0,OU 5. Hauling removed sediment off-site and Cubic I i 10,000 ('see note) $ 6.O V $ &U 0 Oo•vv disposing Yards i TOTAL BID ITEMS 1-5 [ LS j 1 j - $ 3400 057,9/ item#4 note: All sediment from the site may not need to be removed pending issuance of the'Development in a Flood Plain'Permit. The actual quantity of material to be removed from the site will be determined during the course of the work and the removed sediment will be paid at the unit price on the bid form. The unit price per cubic yard should be for hauling the sediment away only, and should not include the removal of the sediment from the ground surface. The bidder hereby states that the above total cost to the City of Omaha includes all material,taxes,insurance royalties;transportation charges,use of ail 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 "DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II' 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 herewi - bid bo ' or a certified check payable to the City of Omaha,in the sum of: 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. SIGN ALL COPIES Firm // a vv-i S /3 ft By 7 horn ots L• f,ioi .(eN Title V!Ca-- Pilaf/ a i 0 - q, eert-f-s f$ iaO,067. 9/ Note: Refer to,dage 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). }aster any Questions renardinn the Bid or Contract Documents directly to the Park Plannlna Division at 402.444-5900 or as noted in the Contract Documents, All bidders awarded a contract in the amount of 85,000 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 PBEIDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm I rr) B et- 4 U'tU-t- -r'/'h ;-i- 'ciorporated in ` -)i✓ (State) Name / h'rt?rt �S t!--- o''�.�G 0Id Signature Title V:`et P,Akr/`da..1-Phone S'"ga-S-`fa`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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-PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 3 of 5 Pages NOTICE: Unless the foregoing proposal is free from alterations, additions and deductions and unless the name of the bidder as signed thereto is complete and correct,in accordance with the instructions to bidders,it may be rejected as.informal. COMPLETION DATE: The contract completion date for this project shall be JUNE 1,2012. All work associated with the project shall be completed on or before this date, weather and site conditions permitting. PERFORMANCE BOND: Refer to Specification Section 00200, 'Instructions to Bidders°, Part 2.10, 'Bond Submission' and Section 00400, 'Performance, Payment Maintenance Bond'requirements. INSURANCE REQUIREMENTS: Refer to Specification Section 00500, 'Genera! Conditions of the Contract for Construction', Part 2.15, 'Contractor's Insurance' for insurance requirements. ALTERNATES i BID ITEM ( QUANTITY I PRICE ' Turf Seeding-Improved Areas i Lump Sum $ �/7, 97�f, 32 2' NRD/County Mix Seeding-Unimproved Areas Lump Sum $ 6 /j .33e 71 3' Prairie Grass Seeding-Unimproved Areas f Lump Sum $ 9 9,34 9? SIGN ALL COPIES Firm I O f'h S 13f1 61LCu -- ce/L i'ce By / horn 39 L • I ho►�-iero") ''/ Title V r'f.¢ P./leS%ct.e4-1-f" emoval of the sediment from the ground surface. The bidder hereby states that the above total cost to the City of Omaha includes all material,taxes,insurance royalties;transportation charges,use of ail 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 "DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II' 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 herewi - bid bo ' or a certified check payable to the City of Omaha,in the sum of: 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. SIGN ALL COPIES Firm // a vv-i S /3 ft By 7 horn ots L• f,ioi .(eN Title V!Ca-- Pilaf/ a i 0 - q, eert-f-s f$ iaO,067. 9/ Note: Refer to,dage 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). }aster any Questions renardinn the Bid or Contract Documents directly to the Park Plannlna Division at 402.444-5900 or as noted in the Contract Documents, All bidders awarded a contract in the amount of 85,000 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 PBEIDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm I rr) B et- 4 U'tU-t- -r'/'h ;-i- 'ciorporated in ` -)i✓ (State) Name / h'rt?rt �S t!--- o''�.�G 0Id Signature Title V:`et P,Akr/`da..1-Phone S'"ga-S-`fa`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET • ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 5 of 5 Pages EXHIBIT"A" SMALL ANDIOR EMERGING SMALL BUSINESS 0 SCLOSURE PARTICIPATION FORM (THIS FORM MUST BE SUBMITTED WITH THE BID) )n the performance of this contract.the contactor proposes and agrees to make good tat)efforts to contract with stable City of Omaha certified small and/or emerging small businesses.Should the below fisted small or emerging small business subcontractor be dgtermined to be unable to_perform successfully a is not nerformino satisfactorily.the contractor shall obtain pricy approval from the Public Works Department Director or a designee.for substitution of the below fisted subcontractor with a City of Omaha certified small or emerging _small business. By submittina this form.the(Adder is certi'viNthatlt is aforred subs orayactors participating jn the crr am the opportunity to submit bids on this'select 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 ?� ?7 i7 72 )_ •e tyc) T4at/ (off°L /1/(0-4 $c' ' / - /- /2 .7(4'• gi CREitj i nC, l �S 5f • fte's,E.... Pe) 1 v(t; 264'Y seed;- . -/Z /le o ,rlA • /D Cp • Totals • CERTIFICATION The undersignedleonbector certifies that he/she has read,understands.end agrees to be bound by small and/or emerging small business participation contract specifications,and the other terms and conditions of the Invitation fa Bids. The undersigned further certifies that he/she is legally authorized by the bidder to make the statements and representations in the smell and/or emerging smell 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 ere 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 undersigned/contractor agrees that if any of the representation made regarding utilization of smell and/or emerging small business by the bidder knowing them to be false or if there is a taihre 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 shalt constitute a material breech 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 ' or remedies the City of Omaha may have for other defaults under the Contract,under City of Omaha's Contract Compliance Ordinance se. Additionally, will be subject to the terms of any future contract awards. Signature Telephone Number c2/S- rae- 103� Title ec `d Date of Signing 3-/d'2//3-- Firm or Corporate Name /aw, s 13� Address .?,9a /,vow d/gm d 1i%!s L,✓ 132.M' n d /Yl A/ 374 sza/ icensed by the State of Nebraska, and listed on the current edition of Circular 570 of the United States Dept.of the Treasury. SIGN ALL COPIES Firm // a vv-i S /3 ft By 7 horn ots L• f,ioi .(eN Title V!Ca-- Pilaf/ a i 0 - q, eert-f-s f$ iaO,067. 9/ Note: Refer to,dage 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). }aster any Questions renardinn the Bid or Contract Documents directly to the Park Plannlna Division at 402.444-5900 or as noted in the Contract Documents, All bidders awarded a contract in the amount of 85,000 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 PBEIDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm I rr) B et- 4 U'tU-t- -r'/'h ;-i- 'ciorporated in ` -)i✓ (State) Name / h'rt?rt �S t!--- o''�.�G 0Id Signature Title V:`et P,Akr/`da..1-Phone S'"ga-S-`fa`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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-PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 4 of 5 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 GROUPS) With regard to this solicitation, the City has determined that a sufficient number of companies exist within the following CERTIFIED GROUP(S)**: (XI Tier I Emerging Small Business pq Tier If Emerging Small Business pc! Tier I Small Business [X] Tier II Small Business FIRM TO FULFILL [ ] this entire contract [XI a portion of this contract as defined below-Furnish all labor,all materials and all else whatsoever necessary to construct and properly finish: Fine Grading.Seeding.Erosion Control-Specification Section 02936. SB/SEB contractor shall provide all work as described within the referenced specification section. "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 10 m 5 By_/` it n,f-s Tfiew-al t) _. Title V i'a. PA47r de4 ormal agreements)with small and/or emerging small businesses(which ere 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 undersigned/contractor agrees that if any of the representation made regarding utilization of smell and/or emerging small business by the bidder knowing them to be false or if there is a taihre 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 shalt constitute a material breech 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 ' or remedies the City of Omaha may have for other defaults under the Contract,under City of Omaha's Contract Compliance Ordinance se. Additionally, will be subject to the terms of any future contract awards. Signature Telephone Number c2/S- rae- 103� Title ec `d Date of Signing 3-/d'2//3-- Firm or Corporate Name /aw, s 13� Address .?,9a /,vow d/gm d 1i%!s L,✓ 132.M' n d /Yl A/ 374 sza/ icensed by the State of Nebraska, and listed on the current edition of Circular 570 of the United States Dept.of the Treasury. SIGN ALL COPIES Firm // a vv-i S /3 ft By 7 horn ots L• f,ioi .(eN Title V!Ca-- Pilaf/ a i 0 - q, eert-f-s f$ iaO,067. 9/ Note: Refer to,dage 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). }aster any Questions renardinn the Bid or Contract Documents directly to the Park Plannlna Division at 402.444-5900 or as noted in the Contract Documents, All bidders awarded a contract in the amount of 85,000 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 PBEIDEB Listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm I rr) B et- 4 U'tU-t- -r'/'h ;-i- 'ciorporated in ` -)i✓ (State) Name / h'rt?rt �S t!--- o''�.�G 0Id Signature Title V:`et P,Akr/`da..1-Phone S'"ga-S-`fa`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 24,2012 NOTICE TO BIDDERS: REQUEST FOR BID ON N.P.DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 11001 John J.Pershing Drive, Omaha, Nebraska Bid Opening Date: Wednesday,FEBRUAY 29,2012, 11:00 A.M.CST ADDENDUM NO.01: Modifications to the original specifications and drawings,DATED FEBRUARY 3,2012 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 Purchasi gent rY)'S 8 f4 e_1114.6-e_ c 0 e2_. C Name of Fi Signed By PA 2,ric The . L\ 3011 Id1m yor le • Bid Form-PHBSE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II RETURN BIDS TO: Published:FEBRUARY 8, 2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page,-,__of_.LPages 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 S20,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO"CITY OF OMAHA". Bid Closing Date: 11:00 A.M. FEBRUARY 29,2012 IMPORTANT 1. Bid mot 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 681834011 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:DODGE PARK SEDIMENT REMOVAL& covering reduction in costs wherever this is possible trough redesign,change of material SITE RESTORATION—PHASE P. 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 Thy 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 dedsion 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 colt 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 specification and drawings prepared by the CITY OF OMAHA PARKS AND RECREATION DEPARTMENT for the DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 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 "DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II,Omaha, Nebraska"in accordance with the provisions of this proposal and contract documents to the satisfaction of the City of Omaha Pelks, Recreation and Public Property Department for the lump sum of: BASE BID, ITEMS 1 THROUGH 5 AS SHOWN ON THE ITEMIZED BID SCHEDULE: Four Hundred One ThojiRapfl FouK Hundred Fifty F.iOl�t nnllars & yPnty Five Cents (b 401 .4SR.75 ) Nate: Refer to page 2 of 5 for Bid Bond,Completion Date&Performance Bond and page 3 of 5 far 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 Qpcuments, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on no wfth the Human Relations Department the Contract Compliance Report(Form CC-1).Thus report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm Anderson Excavating Plus Co. t ed in Nebraska Name Virginia M AudPrann _ Signet A- • Title President Phone 402-345-8800 Fax 402-149-2470 Address 1920 Dorcas Street Omaha NE 68W8 Street/P.O.Box City State Zip E-Mail Address andersonexcavatingco@hotmail.con a`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 24,2012 NOTICE TO BIDDERS: REQUEST FOR BID ON N.P.DODGE PARK SEQW1PIT REMOVAL&SITE RESTORATION-PHASE II 11001 John J.Pershing Drive, Omaha, Nebraska Bid Opening Date: Wednesday,FEBRUAY 29,2012,11:00 A.M.CST ADDENDUM NO.01: Modifications to the original specifications and drawings,DATED FEBRUARY 3,2012 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 Anderson Excavating Plu Co. Na a of Firm � s-i.-:..- '2/. 4064 fined By Virginia M. Anderson / President Title L\ 3011 Id1m yor le Park Planning Division of the City of Omaha Department of Parks,Recreation and Public Property Omaha/Douglas Civic Center 1819 Farnam Street—Suite 701 Omaha,Nebraska 68183-0701 DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE Ii 11001 John J.Pershing Drive,Omaha,Nebraska ADDENDUM NO. 1 FEBRUARY 24,2012 This Addendum No. 1 forms a part of the Contract Documents and modifies the original Specifications and Drawings dated February 3,2012 for the Dodge Park Sediment Removal&Site Restoration-Phase II,N.P.Dodge Park, 11001 John J.Pershing Drive,Omaha,Nebraska. BID FORM 1. The attached bid sheet shall be used for submitting the proposals. GENERAL ITEMS 1. The pre-bid sign in sheet is attached. 2. The anticipated start date/notice to proceed is March 21,2012. 3. Limits of work!boundary staking:The plans show the general limits of work and prior to beginning the work the limits shall be staked by the contractor and verified in the field by the City and Contractor. 4. Water for hydromulching is the responsiblity of the contractor. 5. The contractor shall remove the sediment from under all the picnic shelters. 6. At this time,the sediment that is removed from the site does not need to be taken to a certified landfill. 7. In the event sediment is hauled from the site the City wil provide a City employee to count and monitor the number of trucks hauling per day. Hours for City employees are M-F 7:00am to 5:00pm. Sediment hauled without verification by the City will not be paid for. SPECIFICATIONS SPECIAL PROVISION-RESTORATION 1. Include the following for restoring the playground area and equipment: PLAYGROUND REPAIR-DGJM15G 1. Remove the existing sand from within the concrete perimeter of the play area to a depth of 8"and haul off-site. 2. Place new,clean sand into the play area perimeter and full to the top of the perimeter curbing. Rake the sand level and ensure a uniform height around the perimeter. The sand shall be as follows: F OMAHA PARKS AND RECREATION DEPARTMENT for the DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 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 "DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II,Omaha, Nebraska"in accordance with the provisions of this proposal and contract documents to the satisfaction of the City of Omaha Pelks, Recreation and Public Property Department for the lump sum of: BASE BID, ITEMS 1 THROUGH 5 AS SHOWN ON THE ITEMIZED BID SCHEDULE: Four Hundred One ThojiRapfl FouK Hundred Fifty F.iOl�t nnllars & yPnty Five Cents (b 401 .4SR.75 ) Nate: Refer to page 2 of 5 for Bid Bond,Completion Date&Performance Bond and page 3 of 5 far 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 Qpcuments, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on no wfth the Human Relations Department the Contract Compliance Report(Form CC-1).Thus report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm Anderson Excavating Plus Co. t ed in Nebraska Name Virginia M AudPrann _ Signet A- • Title President Phone 402-345-8800 Fax 402-149-2470 Address 1920 Dorcas Street Omaha NE 68W8 Street/P.O.Box City State Zip E-Mail Address andersonexcavatingco@hotmail.con a`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 _ _ A. Sand/Gravel: Sand/Gravel shall be washed sand/gravel in accordance with ASTM Standard Method C136-84a. Sand/Gravel shall be well-washed,clean,free of dirt,clay,silt oxides or iron and other contaminants and shall meet the following sieve analysis: Fine Sand: Sieve Size Minimum%Passing By Weight No.16 100 No.30 98 No.50 62 No.100 11 No.200 0-1 3. The contractor shall provide the sieve analysis for review and approval by the City. 4. The contractor shall clean/wash/scrub all of the play equipment to remove all staining,chalk and other foreign matter. DESCRIPTION OF BID ITEMS The following are descriptions of the bid items as shown on the itemized bid schedule. Lump sum amounts shall be entered by the bidders relative to the described scope of work unless noted otherwise on the bid schedule. 1. Improved Areas-Sediment Removal: This Item includes removal of all sediment within the boundaries of work as shown on the plans. For this bid item the contractor shall assume the sediment is being deposited in the on-site disposal area. The bidders shall refer to the Special Provisions-Debris/Sediment Removal for a detailed description of the work. The lump sum amount for this item shall include all tools,equipment, labor and incidentals necessary to complete the work. 2. Improved Areas-Sediment Removal-Erosion Blankets and Seeding: This bid item includes only seeding and placing erosion blankets where indicated on the plans. Seeding outside the extents of the erosion blankets should not be included with this item. The bidders shall refer to Section 02936-Seeding,for a detailed description of this work. The lump sum amount for this item shall include all materials,tools,equipment, labor and incidentals to complete the work. 3. Dodge Park-Sediment Removal from Roads,Trails&Parking Lots: This bid item includes the removal of all sediment from the roads,trails,sidewalks and parking areas as indicated on the plans. For this bid item the contractor shall assume the sediment is being deposited in the on-sine disposal area. The bidders shall refer to the Special Provisions-Debris/Sediment Removal for a detailed description of the work. The lump sum amount for this item shall include all tools,equipment,labor and incidentals necessary to complete the work. 4. Playground Repair: This bid item shall include removing and replacing the play area sand and cleaning the playground equipment. The lump sum amount for this item shall include all tools,equipment, labor and incidentals necessary to complete the work. 5. Hauling Removed Sediment off-site and disposing: This bid item shall include the cost to haul the sediment from the project site and dispose of. The bidders shall provide a unit price for hauling the sediment from the site and shall not include the cost to remove the sediment from the ground surface with this item. Disposal of the sediment does not need to be In a landfill but the sediment still needs to be lawfully disposed of,ie. No illegal dumping. The contractor shall provide the City with the location for the sediment disposal. necessary to construct and properly finish all the work in connection with "DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II,Omaha, Nebraska"in accordance with the provisions of this proposal and contract documents to the satisfaction of the City of Omaha Pelks, Recreation and Public Property Department for the lump sum of: BASE BID, ITEMS 1 THROUGH 5 AS SHOWN ON THE ITEMIZED BID SCHEDULE: Four Hundred One ThojiRapfl FouK Hundred Fifty F.iOl�t nnllars & yPnty Five Cents (b 401 .4SR.75 ) Nate: Refer to page 2 of 5 for Bid Bond,Completion Date&Performance Bond and page 3 of 5 far 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 Qpcuments, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on no wfth the Human Relations Department the Contract Compliance Report(Form CC-1).Thus report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm Anderson Excavating Plus Co. t ed in Nebraska Name Virginia M AudPrann _ Signet A- • Title President Phone 402-345-8800 Fax 402-149-2470 Address 1920 Dorcas Street Omaha NE 68W8 Street/P.O.Box City State Zip E-Mail Address andersonexcavatingco@hotmail.con a`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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-PHASE II DOUGLAS COUNTY • REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 2 of 5 Pages BASE BID ITEMIZED BID FORM BID ITEM UNITS QUANTITY I UNIT PRICE TOTAL PRICE 1. Improved Areas-Sediment Removal Lump _ 1 (DGJM07A) _ Sum $ 2, Improved Areas- Sediment Removal- Erosion Blankets and Seeding ! Sump 1 -------------------•--•-- $ 14,065.00 (DGJMO7A) - 3. Dodge Park-Sediment Removal From ' lump ;I j $ 47,493.00 Roads,Trails&Parking Lots(DGJMO4A) Sum I 4' Playground Repair(DGJM15G) _ Sump 1 $ 22,300.00 5. Hauling removed sediment off-site and Cubic ` 10,000 ("see note) $ 10.00 $ 100,000.00 000.00 disposing Yards TOTAL BID ITEMS 1-5 LS 1 - ----' $ 401,458.75 'Item#4 rote., All sediment from the site may not need to be removed pending issuance of the'Development in a Flood Plain'Permit. The actual quantity of material to be removed from the site will be determined during the course of the work and the removed sediment will be paid at the unit price on the bid form. The unit price per cubic yard should be for hauling the sediment away only, and should not indude the removal of the sediment from the ground surface. 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 "DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II" 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: Twenty Thousand Seventy Two Dollars and Ninety Four Cents ($ 20,072.94 ), 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. SIGN ALL COPIES Fir Anderson atin_ •li,.Q. wQ By , y 1- 4 - ' . i Virginia M. Anderson Title D President ract Qpcuments, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on no wfth the Human Relations Department the Contract Compliance Report(Form CC-1).Thus report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm Anderson Excavating Plus Co. t ed in Nebraska Name Virginia M AudPrann _ Signet A- • Title President Phone 402-345-8800 Fax 402-149-2470 Address 1920 Dorcas Street Omaha NE 68W8 Street/P.O.Box City State Zip E-Mail Address andersonexcavatingco@hotmail.con a`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 Fomt-PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 3 of 5 Pages NOTICE: Unless the foregoing proposal is free from alterations, additions and deductions and unless the name of the bidder as signed thereto is complete and correct,in accordance with the instructions to bidders,it may be rejected as informal. COMPLETION DATE: The contract completion date for this project shall be DUNE J.201g. All work associated with the project shall be completed on or before this date, weather and site conditions permitting. PERFORMANCE BOND: Refer to Specification Section 00200, instructions to Bidders", Part 2.10, "Bond Submission" and Section 00400, "Performance, Payment Maintenance Bond"requirements. INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction", Part 2.15, "Contractor's Insurance" for insurance requirements. ALTERNATES BID ITEM QUANTITY PRICE 1. Turf Seeding-Improved Areas Lump Sum $ 294,121.63 2' NRD/County Mix Seeding-Unimproved Areas Lump Sum $ 58,561.88 3' Prairie Grass Seeding-Unimproved Areas Lump Sum $ 9,896.96 SIGN ALL COPIES Fir And avG�Pins ,ca.,. By y<-yaa. �� Virginia M. Anderson T• a lJ President ound surface. 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 "DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II" 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: Twenty Thousand Seventy Two Dollars and Ninety Four Cents ($ 20,072.94 ), 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. SIGN ALL COPIES Fir Anderson atin_ •li,.Q. wQ By , y 1- 4 - ' . i Virginia M. Anderson Title D President ract Qpcuments, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on no wfth the Human Relations Department the Contract Compliance Report(Form CC-1).Thus report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm Anderson Excavating Plus Co. t ed in Nebraska Name Virginia M AudPrann _ Signet A- • Title President Phone 402-345-8800 Fax 402-149-2470 Address 1920 Dorcas Street Omaha NE 68W8 Street/P.O.Box City State Zip E-Mail Address andersonexcavatingco@hotmail.con a`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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-PHASE!! DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 4 of 5 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(SI 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 [Xi Tier I Small Business [X] Tier II Small Business FIRM TO FULFILL [ i this entire contract [XI a portion of this contract as defined below-Furnish all labor,all materials and all else whatsoever necessary to construct and properly finish: Fine Grading,Seeding,Erosion Control-Specification Section 02936. SBISEB contractor shall provide all work as described within the referenced specification section. • "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"pnd§ubmit it with their bid to be considered. SIGN ALL COPIES Firm AndP sort R va •[n Bien- _ g By p •� V. ��Virginia M. Alkd rson Tit C/ President ntained 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: Twenty Thousand Seventy Two Dollars and Ninety Four Cents ($ 20,072.94 ), 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. SIGN ALL COPIES Fir Anderson atin_ •li,.Q. wQ By , y 1- 4 - ' . i Virginia M. Anderson Title D President ract Qpcuments, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on no wfth the Human Relations Department the Contract Compliance Report(Form CC-1).Thus report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm Anderson Excavating Plus Co. t ed in Nebraska Name Virginia M AudPrann _ Signet A- • Title President Phone 402-345-8800 Fax 402-149-2470 Address 1920 Dorcas Street Omaha NE 68W8 Street/P.O.Box City State Zip E-Mail Address andersonexcavatingco@hotmail.con a`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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-PHASE II DOUGLAS COUNTY ' REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II • NOT AN ORDER Page 5 of 5 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 can ail with eligible Cat of Omaha certified small angler emerging small businesses,Should die below listed small or emerging small business subcontractor be determined to be unable to perform successfWyyr is not perfatrrktg satlsfag*fly.rite contractor Shall objain prier vowel from the Public Works Department Director or a de nee,for substiluggn of the below listed subcontractor with a City of Omaha certified smaller emerging grnall business. By subruttino this form.the bidder is catNvinaytekiUres afforded suboon9actas participating In the ofoaem the 0000rtunkv to submits on IN Type of work and Projected contract Name of small or Address em to commence- Name and � parts thereofreed price Percentage(%) emerging small be performed completion with SB/ESB business date of work • Bruno 1516 Military Fine grading, April 1 - 285,731.00 37.4% Contracting Ave. , Omaha, NEseeding, erosion June 1, 201Z 68111 control Totals 285,731.00 37.4% 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 antler 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 terMcally responsible to perform the work)listed in the coract 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 if any of the representation made regardng utilization of small antler emerging small business by the bidder knowing them to be false,or if there is a failure by the successful bidder(Le.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 shag :in edition 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 Ornaha's Contract Compliance' :. or otherwise. ,/ the undersignedlconeachX will be subject to the terms of any future contract awards. Signatures +a Gi renia M_ Anderson Telephone Number 402-345-8800 Title Prekal dlpp r TAP � Date of Signing February 29, 2012 Firm or Corporate Name Anderson Excavating Al r T Pr)_ Address 1920 _Dorcas Street - Omaha, NE 68108 g and instructions to bidders,and furnish an acceptable surety bond. The surety company issuing said bond shall be licensed by the State of Nebraska, and listed on the current edition of Circular 570 of the United States Dept.of the Treasury. SIGN ALL COPIES Fir Anderson atin_ •li,.Q. wQ By , y 1- 4 - ' . i Virginia M. Anderson Title D President ract Qpcuments, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on no wfth the Human Relations Department the Contract Compliance Report(Form CC-1).Thus report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB listings should be directed to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm Anderson Excavating Plus Co. t ed in Nebraska Name Virginia M AudPrann _ Signet A- • Title President Phone 402-345-8800 Fax 402-149-2470 Address 1920 Dorcas Street Omaha NE 68W8 Street/P.O.Box City State Zip E-Mail Address andersonexcavatingco@hotmail.con a`3a- Fax cte-Fa/-37`f(p Address 3?3 woo d i'?n d 1-lh`arG /13aoikai d- M AI 5e9 Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II RETURN BIDS TO: Published:FEBRUARY 8, 2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 5 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 S 0,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO'CITY OF OMAHA'. Bid Closing Date: 11:00 A.M. FEBRUARY 29,2012 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 closing 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:DODGE PARK SEDIMENT REMOVAL& covering reduction in costs wherever this is possible through redesign,change of material or utilization of standard items or quantitychange. RESTORATION—PHASE IL 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 shaft have the right to appeal any decision to the City Count. 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 the CITY OF OMAHA PARKS AND RECREATION DEPARTMENT for the DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 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 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 'DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II, 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,ITEMS 1 THROUGH 5 AS SHOWN ON THE ITEMIZED BID SCHEDULE: Agee /brier "� e!y lid / o 0 f11 oasan�( a n d vo //ass ($ 3 QDQ . a'e 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 402-4445900 or as noted In the Contragt Documents, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be direcled to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm / A , %s/rl-s 4ror.irr4 AM. _rim Incorporated in NE (State) Name 1 arry A 6/e./ Signature �� _ Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 _ _ $8.938 60 Thiele Ge01eeh Inc. 39,725 TO8M L.bm Horn 1.865 Total Fee • 3235,865 Revised Fe0NKv 6 2012 . I I I _ _ Bid Form-PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 2 of 5 Pages BASE BID ITEMIZED BID FORM BID ITEM ` UNITS ! QUANTITY UNIT PRICE TOTAL PRICE 1. Improved Areas-Sediment Removal Lump f • (DGJMO7A) I Sum ! 1 � �$ 02, pop . J 0 ^� 2. Improved Areas-Sediment Removal- Lump Erosion Blankets and Seeding Sump 1 Is$ (DGJMO7A) i Z D00. 00 3. Dodge Park-Sediment Removal From Lump I I Roads,Trails&Parking Lots(DGJMO4A) Sum 1 $ 5-5;000. d C 4' Playground Repair(DGJM15G) I Lump 1 $ DD ov Sum � 0 5. { Hauling removed sediment off-site and -, Cubic I disposing Yards 19,000 ('see note) I $ 900 $ pc3 eov. 60 ITOTAL BID ITEMS 1-6 j LS 1 I I $ 35a DDO, d `Item#4 note; All sediment from the site may not need to be removed pending issuance of the'Development in a Flood Plain'Permit. The actual quantity of material to be removed from the site will be determined during the course of the work and the removed sediment will be paid at the unit price on the bid form. The unit price per cubic yard should be for hauling the sediment away only, and should not include the removal of the sediment from the ground surface. 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 'DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II" 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 Ompha,in the sum of: 6 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 retumed 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. SIGN ALL COPIES Firm eV e 4'*4 6,211401r./s J . . By Ll Titl /OrG.$--44.7 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 402-4445900 or as noted In the Contragt Documents, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be direcled to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm / A , %s/rl-s 4ror.irr4 AM. _rim Incorporated in NE (State) Name 1 arry A 6/e./ Signature �� _ Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 Fenn-PHASE If DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 3 of 5 Pages NOTICE: Unless the foregoing proposal is free from alterations,additions and deductions and unless the name of the bidder as signed thereto is complete and correct,in accordance with the instructions to bidders, it may be rejected as informal. COMPLETION DATE: The contract completion date for this project shall be JUNE 1.2012. All work associated with the project shall be completed on or before this date, weather and site conditions permitting. PERFORMANCE BOND: Refer to Specification Section 00200, "Instructions to Bidders", Part 2.10, °Bond Submission" and Section 00400, 'Performance, Payment Maintenance Bond"requirements. INSURANCE REQUIREMENTS: Refer to Specification Section 00500, 'General Conditions of the Contract for Construction", Part 2.15, °Contractor's Insurance" for insurance requirements. ALTERNATES BID ITEM QUANTITY PRICE 1. Turf Seeding-Improved Areas Lump Sum $ /P8 08D. OC) 2. NRD/County Mix Seeding-Unimproved Areas Lump Sum $ S4 /ZS 0 0 3. Prairie Grass Seeding-Unimproved Areas I Lump Sum $ /Z, 4/cro. D b SIGN ALL COPIES Firm it/244 AX+s/tfrs /71,7/• tic By Title fres.Gf a,� e removal of the sediment from the ground surface. 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 'DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II" 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 Ompha,in the sum of: 6 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 retumed 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. SIGN ALL COPIES Firm eV e 4'*4 6,211401r./s J . . By Ll Titl /OrG.$--44.7 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 402-4445900 or as noted In the Contragt Documents, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be direcled to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm / A , %s/rl-s 4ror.irr4 AM. _rim Incorporated in NE (State) Name 1 arry A 6/e./ Signature �� _ Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II DOUGLAS COUNTY • REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 4 of 5 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 w ww.ci.omaha.ne.u_s 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] 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: Fine Gradino,Seeding,Erosion Control-Specification Section 02936. SBISEB contractor shall provide all work as described within the referenced specification section. *'Please note:in order to be considered for this solicitation, your firm must be C IFIED in the above-referenced category PRIOR TO ART e9 ry 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 1G!� /�-9'Sk� �rouH�c m.70ee4. ... By Title /0,zs/ <<-,f 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 Ompha,in the sum of: 6 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 retumed 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. SIGN ALL COPIES Firm eV e 4'*4 6,211401r./s J . . By Ll Titl /OrG.$--44.7 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 402-4445900 or as noted In the Contragt Documents, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be direcled to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm / A , %s/rl-s 4ror.irr4 AM. _rim Incorporated in NE (State) Name 1 arry A 6/e./ Signature �� _ Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 5 of 5 Pages EXHIBIT'A' SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM (THIS FORM MUST BE SUBMITTED WITH THE BID) In the oerfonnance of this contract. the contractor encases and agrees to make good faith efforts to contract with eligible City of Omaha certified small and/or emergrno small businesses.Should the below listed small oremerging small business subcontractor be determined to be unable to perform successfully or is not Performing satisfactorily.the contractor shall obtain prior approval from the Public Worts Department Director or a designee.for substitution of the below listed subcontractor with a City of Omaha certified small or emerging ;;mall business. By sfnl n ifting Skis form,the Dlddgr is certifying'that RAN abated grrkoot tgrs9aricipatiing In the progra p 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 • ilia otc /M- P° 3°x• 16 7 F�,4 rc 6"4,444 3 -z/ Cotif.-�a/ riot r1 Nee-- 4cnr#fr5/b., /!�(� 4c. 6:"? —/+!L Totals eo '- �` ;COI) 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 wit 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)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 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 them is a failure by the successful bidder(i.e.the Contractor)to implement the stated agreements,intentions,objectives,goats,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 terns of any Mum contract awards. Signature Telephone Number 02-$/D 3a 4 Title fritteirryi Date of Signing z-z9 'z Firm or Corporate Name / 4. /70AOe3 6r.9unslf Address AO (47, A leit it 'I 9 J0et ,/,E Goo 7 onditions 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. SIGN ALL COPIES Firm eV e 4'*4 6,211401r./s J . . By Ll Titl /OrG.$--44.7 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 402-4445900 or as noted In the Contragt Documents, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be direcled to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm / A , %s/rl-s 4ror.irr4 AM. _rim Incorporated in NE (State) Name 1 arry A 6/e./ Signature �� _ Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 _ _ • 01• ___L_ 1/44 cft __ g Z a , 4� - o AlV { � \9 T r IE-I in p.. NA .7— i, 7,, c 4 oar atV (44 = ".. t) cv ......1 a Pci `�aw s 4 1 T,4,- $ --k- N .4 —i. t ' ci 1 R W * , . -„ v) i Nii v. -. . ar --, i 4 1 A 0 4 .s i , .... a \,, _ el. z A 9 % - ' i 4 ...<Y— f„, mk.: ..-- , .._; . oi .i: , , t--: od .o. o M 4 v► 064 fined By Virginia M. Anderson / President Title L\ 3011 Id1m yor le 04. N� ��y �'+ Human Rights and Relations Department :AeoirImft • y . 11113 Omaha/Douglas Civic Center 1819 Farman Street,Suite 502 ,1 �' 'a Omaha,Nebraska 68183-0502 ( 444-5055 ra a` Telefax(402)444-5058 • City of Omaha Jim Suttte,Mayor February 28,2012 Larry Goertz, President Blade Masters Grounds Maintenance,Inc. P.O. Box 167 Bennington, NE 68007 • CERTIFICATION FOR TIER II EMERGING SMALL BUSINESS NAICS CODES:561730,238990,562910,238110,238910,238320 The Human Rights and Relations Department has received your application to be recognized by the City of Omaha as a Tier II Emerging Small Business. We are please to inform you that your firm meets the eligibility requirements for recognition as a Tier II Emerging Small Business. This"Tier II Emerging Small Business"certification shall be in effect,for 3 years from the date noted on this report. Should there be any changes please notify this office of the changes in writing. We would like to thank you for completing the form for certification which we feel will strengthen the city's program to assist your firm in its efforts to market to major corporations nationwide. Congratulations on receiving your certification as a Tier II Emerging Small Business. A copy of your signed Certification is attached. Certification does not guarantee that your firm would be awarded a City of Omaha project. Thank you for your Interest and participation in the City's program. If you have any questions relative to this communication, please contact me at 444-5055. Sincerely, jal 4R1-6AOLYLA. ita C Richard A. O'Gara l2 eaL Director of Human Rights &Relations nd 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 wit 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)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 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 them is a failure by the successful bidder(i.e.the Contractor)to implement the stated agreements,intentions,objectives,goats,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 terns of any Mum contract awards. Signature Telephone Number 02-$/D 3a 4 Title fritteirryi Date of Signing z-z9 'z Firm or Corporate Name / 4. /70AOe3 6r.9unslf Address AO (47, A leit it 'I 9 J0et ,/,E Goo 7 onditions set forth in the advertisement and the requirements for bidding and instructions to bidders,and furnish an acceptable surety bond. The surety company issuing said bond shall be licensed by the State of Nebraska, and listed on the current edition of Circular 570 of the United States Dept.of the Treasury. SIGN ALL COPIES Firm eV e 4'*4 6,211401r./s J . . By Ll Titl /OrG.$--44.7 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 402-4445900 or as noted In the Contragt Documents, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be direcled to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm / A , %s/rl-s 4ror.irr4 AM. _rim Incorporated in NE (State) Name 1 arry A 6/e./ Signature �� _ Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 24,2012 NOTICE TO BIDDERS: REQUEST FOR BID ON N.P.DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 11001 John J.Pershing Drive, Omaha, Nebraska Bid Opening Date: Wednesday,FEBRUAY 29,2042,11:00 A.M.CST ADDENDUM NO.01: Modifications to the original specifications and drawings,DATED FEBRUARY 3,2012 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 €l6tf, Mace 66E3,-/A !s // n/A .ryL Name of Firm B Y Prevel�:rf Title Title L\ 3011 Id1m yor le Park Planning Division of the City of Omaha Department of Parks,Recreation and Public Property • Omaha/Douglas Civic Center 1819 Famam Street—Suite 701 Omaha,Nebraska 68183-0701 DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 11001 John J.Pershing Drive,Omaha,Nebraska ADDENDUM NO.1 FEBRUARY 24,2012 This Addendum No. 1 forms a part of the Contract Documents and modifies the original Specifications and Drawings dated February 3,2012 for the Dodge Park Sediment Removal&Site Restoration-Phase It,N.P. Dodge Park, 11001 John J.Pershing Drive,Omaha, Nebraska. BID FORM 1. The attached bid sheet shall be used for submitting the proposals. GENERAL ITEMS 1. The pre-bid sign in sheet is attached. 2. The anticipated start date/notice to proceed is March 21,2012. 3. Limits of work/boundary staking:The plans show the general limits of work and prior to beginning the work the limits shall be staked by the contractor and verified in the field by the City and Contractor. 4. Water for hydromulching is the responsibility of the contractor. 5. The contractor shall remove the sediment from under all the picnic shelters. 6. At this time,the sediment that is removed from the site does not need to be taken to a certified landfill. 7. In the event sediment is hauled from the site the City will provide a City employee to count and monitor the number of trucks hauling per day. Hours for City employees are NI-F 7:00am to 5:00pm. Sediment hauled without verification by the City will not be paid for. SPECIFICATIONS SPECIAL PROVISION-RESTORATION 1. Include the following for restoring the playground area and equipment PLAYGROUND REPAIR-DGJMI5G 1. Remove the existing sand from within the concrete perimeter of the play area to a depth of 8"and haul of site. 2. Place new,clean sand into the play area perimeter and fill to the top of the perimeter curbing. Rake the sand level and ensure a uniform height around the perimeter. The sand shall be as follows: 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 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 them is a failure by the successful bidder(i.e.the Contractor)to implement the stated agreements,intentions,objectives,goats,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 terns of any Mum contract awards. Signature Telephone Number 02-$/D 3a 4 Title fritteirryi Date of Signing z-z9 'z Firm or Corporate Name / 4. /70AOe3 6r.9unslf Address AO (47, A leit it 'I 9 J0et ,/,E Goo 7 onditions 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. SIGN ALL COPIES Firm eV e 4'*4 6,211401r./s J . . By Ll Titl /OrG.$--44.7 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 402-4445900 or as noted In the Contragt Documents, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be direcled to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm / A , %s/rl-s 4ror.irr4 AM. _rim Incorporated in NE (State) Name 1 arry A 6/e./ Signature �� _ Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 _ _ A. Sand/Gravel: Sand/Gravel shall be washed sand/gravel in accordance with ASTM Standard Method C136-84a. Sand/Gravel shall be well-washed,clean,free of dirt,clay,silt oxides or iron and other contaminants and shall meet the following sieve analysis: Fine Sand: Sieve Size Minimum%Passing By Weioht No. 16 100 No.30 98 No.50 62 No. 100 17 No.200 0-1 3. The contractor shall provide the sieve analysis for review and approval by the City. 4. The contractor shall clean/wash/scrub all of the play equipment to remove all staining,chalk and other foreign matter. DESCRIPTION OF BID ITEMS The following are descriptions of the bid items as shown on the itemized bid schedule. Lump sum amounts shall be entered by the bidders relative to the described scope of work unless noted otherwise on the bid schedule. 1. Improved Areas-Sediment Removal: This item includes removal of all sediment within the boundaries of work as shown on the plans. For this bid item the contractor shall assume the sediment is being deposited in the on-site disposal area. The bidders shall refer to the Special Provisions-Debris/Sediment Removal for a detailed description of the work. The lump sum amount for this item shall include all tools,equipment, labor and incidentals necessary to complete the work. 2. Improved Areas-Sediment Removal-Erosion Blankets and Seeding: This bid item includes only seeding and placing erosion blankets where indicated on the plans. Seeding outside the extents of the erosion blankets 'should not be included with this item. The bidders shall refer to Section 02936-Seeding,for a detailed description of this work. The lump sum amount for this item shall include all materials,tools,equipment, labor and incidentals to complete the work. 3. Dodge Park—Sediment Removal from Roads,Trails&Parking Lots: This bid item includes the removal of all sediment from the roads,trails,sidewalks and parking areas as indicated on the plans. For this bid item the contractor shall assume the sediment is being deposited in the on-site disposal area. The bidders shall refer to the Special Provisions-Debris/Sediment Removal for a detailed description of the work. The lump sum amount for this item shall include all tools,equipment,labor and incidentals necessary to complete the work. 4. Playground Repair: This bid item shall include removing and replacing the play area sand and cleaning the playground equipment. The lump sum amount for this item shall include all tools,equipment,labor and incidentals necessary to complete the work. 5. Hauling Removed Sediment off-site and disposing: This bid item shall include the cost to haul the sediment from the project site and dispose of. The bidders shall provide a unit price for hauling the sediment from the site and shall not include the cost to remove the sediment from the ground surface with this item. Disposal of the sediment does not need to be in a landfill but the sediment still needs to be lawfully disposed of,ie. No illegal dumping. The contractor shall provide the City with the location for the sediment disposal. Date of Signing z-z9 'z Firm or Corporate Name / 4. /70AOe3 6r.9unslf Address AO (47, A leit it 'I 9 J0et ,/,E Goo 7 onditions 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. SIGN ALL COPIES Firm eV e 4'*4 6,211401r./s J . . By Ll Titl /OrG.$--44.7 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 402-4445900 or as noted In the Contragt Documents, All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be direcled to the Human Relations Department at 402-444-5055. (Please Print Legibly or Type) Firm / A , %s/rl-s 4ror.irr4 AM. _rim Incorporated in NE (State) Name 1 arry A 6/e./ Signature �� _ Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 Fam--PHASE II • DOUGI AS COUNTY REQUEST FOR BID AND BID SHEET ON:CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORA11ON-PHASE II RETURN BIDS TO: Published:FEBRUARY 8,2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 5 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 29,2012 IMPORTANT 1.Bid must be in the office cf the Acing CITY CLERK,LC-1, CMC 5. BIDNL1STiNr .WEANYDELNERYORSHF,PINGCNARGES. CENTER 1819 Famam Street, Omaha, NE 68183.0011 by dosing date and tire 6. When submitting bid on tarts fated.bidder may on a separate sheet,make suggestbns indicated,in sealed envelope marked BtD ON:DODGE PARK SEDIMENT REMOVAL covering red 8�S(TE RESTORATION—PHASED. or in costs wherever this ispresi>le through redesign,change of material 2,As evidence of good faith a bid bond or cabled crack must be submited with bid.Bid or utilization of standard items orquantty change. Bond or certified check shag be made payable to the"Ciy of Omaha'.FAILURE TO DO PLEASE DO NOT CALL FOR THIS INFORMATION. SO IS CAUSE FOR REJECTION a Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any dedsion 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 apples,show amount of same and deduct Exemption certificates WI 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 the CITY OF OMAHA PARKS AND RECREATION DEPARTMENT for the DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II and that the bidder has made all the examinations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO 01 .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 naquirements 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,al materials and all else whatsoever necessary to construct and properly finish all the work in connection with "DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II, 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, ITEMS 1 THROUGH 5 AS SHOWN ON THE ITEMIZED BID SCHEDULE: Four Hundred Sixty Thousand Four Hundred Thirty Nine and 20/100 ($ 460.439.20 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 tiny 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$5,000 or more must axnpty with the Contract Canpiance Ordinance and have on fie with the Hkman Relations Department the Contract Compliance Report form CC-1).This report shot be in effect for 24 months from the date received by the Hunan Relations Department My questions regarding the Contract Carrpfence Ordinance or PBEIDEB Listings should be deeded to the Human Relations Department at 402-4446056. (Please Print Legibly or Type) Firm Heimes Carp. • Incorporated in Nebraska (State) • Name Matt Sykora Signature Title Protect Manager Phone402.894.1000 Fax 402.894.2444 Address 9144 S 147th Street Omaha NE 68138 Street/P.O.Box City State Zip E-Mail Address matheimescorp.com Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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=PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON:CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 2 of 5 Pages BASE BID ITEMIZED BID FORM BID ITEM UNITS QUANTITY UNIT PRICE TOTAL PRICE 1. Improved Areas—Sediment Removal Lump 1 --- -- -- -- $187,241.70 (DGJMO7A). , Sum 2. Improved Areas—Sediment Removal- Erosion Blankets and Seeding Sump 1 '----'-------- $31,480.00 (DGJMO7A) 3. Dodge Park—Sediment Removal From Lump 1 _____________ $91,605.50 Roads,Trails&Parking Lots(DGJMO4A) Sum 4. Playground Repair(DGJM15G) Lump 1 -- $41,612.00 Sum 4. Hauling removed sediment off-site and Cubic 10,000("see note) $106,500.00 disposing Yards TOTAL BID ITEMS 1-5 LS 1 $460,439.20 item 04 note:All sediment from the site may not need to be removed pending issuance of the'Development in a Flood Plain'Permit.The actual quantity of material to be removed from the site will be determined during the course of the work and the removed sediment will be paid at the unit price on the bid form.The unit price per cubic yard should be for hauling the sediment away only,and should not indude the removal of the sediment from the ground surface. The bidder hereby states that the above total cost to the City of Omaha indudes all material,taxes,insurance royalties;transportation charges,use of all necessary tools and equipment, supervision, inspection and tests of materials, bond and overhead expense, all equipment furnished in accordance with the requirements of the contract documents considered severally and collectively. It is understood that the contract documents shall consist of the advertisement, the requirements for bidding and instruction to bidders, this proposal,the contract documents titled"DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II"and the duly executed agreement or contract proper;that,said documents are complementary and that which is required,shown or specified by anyone of these,shall be as binding as if required by all. The bidder hereby represents that the price contained in this proposal is neither directly nor indirectly the result of any agreement or any secret understanding with anyone with respect to any provisions contained In this proposal. BID BOND: • In accordance with the requirements for bidding and instructions to bidders,there is deposited herewith a bid bond or a certified check payable to the City of Omaha,in the sum of: 5%of bid amount ($ ),which is at least five percent(50/0)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 Grcular 570 of the United States Dept of the Treasury. SIGN ALL COPIES Firm Jieimes Corp.. BY Title Proms Manaaer 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$5,000 or more must axnpty with the Contract Canpiance Ordinance and have on fie with the Hkman Relations Department the Contract Compliance Report form CC-1).This report shot be in effect for 24 months from the date received by the Hunan Relations Department My questions regarding the Contract Carrpfence Ordinance or PBEIDEB Listings should be deeded to the Human Relations Department at 402-4446056. (Please Print Legibly or Type) Firm Heimes Carp. • Incorporated in Nebraska (State) • Name Matt Sykora Signature Title Protect Manager Phone402.894.1000 Fax 402.894.2444 Address 9144 S 147th Street Omaha NE 68138 Street/P.O.Box City State Zip E-Mail Address matheimescorp.com Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET • ON:CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT MI ORDER Page 3 of 5 Pages NOTICE: Unless the foregoing proposal is free from alterations,additions and deductions and unless the name of the bidder as signed thereto is complete and correct, in accordance with the instructions to bidders, it may be rejected as informal. COMPLETION DATE: The contract completion date for this project shall be JUNE 1.2012.All work associated with the project shall be completed on or before this date, weather and site conditions permitting. PERFORMANCE BOND Refer to Specification Section 00200, "Instructions to Bidders", Part 2.10,"Bond Submission"and Section 00400,"Performance, Payment Maintenance Bond"requirements. INSURANCE REOUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction",Part 2.15,"Contractor's Insurance"for insurance requirements. ALTERNATES BID ITEM . QUANTITY PRICE 1. Turf Seeding —Improved Areas Lump Sum $280,125.00 2. NRD/County Mix Seeding—Unimproved Areas Lump Sum $61,237.50 3. Prairie Grass Seeding—Unimproved Areas Lump Sum $11,700.00 • SIGN ALL COPIES Firm Hoboes Cor . By Title Protest Manager hereby states that the above total cost to the City of Omaha indudes all material,taxes,insurance royalties;transportation charges,use of all necessary tools and equipment, supervision, inspection and tests of materials, bond and overhead expense, all equipment furnished in accordance with the requirements of the contract documents considered severally and collectively. It is understood that the contract documents shall consist of the advertisement, the requirements for bidding and instruction to bidders, this proposal,the contract documents titled"DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II"and the duly executed agreement or contract proper;that,said documents are complementary and that which is required,shown or specified by anyone of these,shall be as binding as if required by all. The bidder hereby represents that the price contained in this proposal is neither directly nor indirectly the result of any agreement or any secret understanding with anyone with respect to any provisions contained In this proposal. BID BOND: • In accordance with the requirements for bidding and instructions to bidders,there is deposited herewith a bid bond or a certified check payable to the City of Omaha,in the sum of: 5%of bid amount ($ ),which is at least five percent(50/0)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 Grcular 570 of the United States Dept of the Treasury. SIGN ALL COPIES Firm Jieimes Corp.. BY Title Proms Manaaer 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$5,000 or more must axnpty with the Contract Canpiance Ordinance and have on fie with the Hkman Relations Department the Contract Compliance Report form CC-1).This report shot be in effect for 24 months from the date received by the Hunan Relations Department My questions regarding the Contract Carrpfence Ordinance or PBEIDEB Listings should be deeded to the Human Relations Department at 402-4446056. (Please Print Legibly or Type) Firm Heimes Carp. • Incorporated in Nebraska (State) • Name Matt Sykora Signature Title Protect Manager Phone402.894.1000 Fax 402.894.2444 Address 9144 S 147th Street Omaha NE 68138 Street/P.O.Box City State Zip E-Mail Address matheimescorp.com Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 Fort--'PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 4 of 5 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 pradicabie 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, induding a listing of what firms are certified under the Small and Emerging Small Business Program, please see the City of Omaha websibe at www.d.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(SM': [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] a portion of this contract as defined below- Furnish all labor, all materials and all else whatsoever necessary to construct and properly finish: Fine Grading. Seeding, Erosion Control -Spedfication Section 02936. SB/SEB contractor shall provide all work as described within the referenced specification section. **Please note: in order to be considered for this solicitation, your firm must be CERTIFIED in the above-referenced category PRIOR IQ 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. Submiftals 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 Heimes C•ro. By Title Proiect .nager he 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%of bid amount ($ ),which is at least five percent(50/0)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 Grcular 570 of the United States Dept of the Treasury. SIGN ALL COPIES Firm Jieimes Corp.. BY Title Proms Manaaer 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$5,000 or more must axnpty with the Contract Canpiance Ordinance and have on fie with the Hkman Relations Department the Contract Compliance Report form CC-1).This report shot be in effect for 24 months from the date received by the Hunan Relations Department My questions regarding the Contract Carrpfence Ordinance or PBEIDEB Listings should be deeded to the Human Relations Department at 402-4446056. (Please Print Legibly or Type) Firm Heimes Carp. • Incorporated in Nebraska (State) • Name Matt Sykora Signature Title Protect Manager Phone402.894.1000 Fax 402.894.2444 Address 9144 S 147th Street Omaha NE 68138 Street/P.O.Box City State Zip E-Mail Address matheimescorp.com Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 Fain—PHASE 11 • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON:CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE I NOT AN ORDER Page 5 of 5 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 aood faith efforts to contract with eligible Oty of Omaha certified small and/or emerging small businesses,Should the below listed small or emerging small business subcontractor be determined to be unable to oerform successfully or is not oerfbrrning satisfactorily,the contractor stnaO obtain prior aooroval from the Public Works Deoarbnent Director or a designee,for substitution of the below listed subcontractor with a Oty of Omaha certified small or emerging small business. By submitting this(,(m,the bidder Is•- r lid! !1.<1 1 1 1i: .1�•nil QS ant is dig, 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 Green Solutions 20714 S Hwy 50 " Seeding & $12,062.50 2.6% Erosion Control Springfield, NE Erosion Control • Totals $12,062.50 2.6% • CERTIFICATION The undersigned/contractor willies that he/she has mad,understands,and agrees to be bound by small and/or emerging small business participation contract specifications,and the other tarns and conditions of the Malian for Bids.The undersigned father certifies that he/she Is legally authorized by the bidder to make the statements and representations in the snarl and/or emerging shall business partidpation contract specifications and that sad statements and representations are true and correct to the best of his/her larowlelge and bell f. The undersigned wet enter into foetal ajewrrerd(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)fisted in the eonb-Mt specifications at the price(s)set forth in this 6dnh>it conditioned upon enaeation of a contract by the undersigned with the Oty of Omaha.The undesgned/contractor agrees that if any of the representation made regarding rfiTaation 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(Le.the Contractor)to implement the stated agreements,intentions,objectives goals,and cements set forth heein without prior approval of the Ridic Want Director,such action shall constitute a material breach of the contract,entid ng the City of Omaha to reject the contractor's bid or to terminate the Contract for default The right to • so terminate shall ben 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 undesigned/oo l actor will be subject to the terms of any Patine contract awards. • Signature �'-.<- _ Telephone Number 402.894.1000 Title project Manager Date of Signing 02/29/2012 Firm or Corporate Name Hermes •rp. Address 9144 S 147th Street,Omaha,NE 68138 dder; 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 Grcular 570 of the United States Dept of the Treasury. SIGN ALL COPIES Firm Jieimes Corp.. BY Title Proms Manaaer 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$5,000 or more must axnpty with the Contract Canpiance Ordinance and have on fie with the Hkman Relations Department the Contract Compliance Report form CC-1).This report shot be in effect for 24 months from the date received by the Hunan Relations Department My questions regarding the Contract Carrpfence Ordinance or PBEIDEB Listings should be deeded to the Human Relations Department at 402-4446056. (Please Print Legibly or Type) Firm Heimes Carp. • Incorporated in Nebraska (State) • Name Matt Sykora Signature Title Protect Manager Phone402.894.1000 Fax 402.894.2444 Address 9144 S 147th Street Omaha NE 68138 Street/P.O.Box City State Zip E-Mail Address matheimescorp.com Title fes/We'll Phone yo Z- 'O-63b6 Fax VOZ-- Address A, "o,r /6 7 ,4ehri fen /V4• 604 Street/P.O.Box City State Zip E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 24,2012 NOTICE TO BIDDERS: REQUEST FOR BID ON N.P.DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 11001 John J.Pershing Drive, Omaha, Nebraska Bid Opening Date: Wednesday,FEBRIJAY 29,2012,11:00 A.M.CST ADDENDUM NO.01: Modifications to the original specifications and drawings,DATED FEBRUARY 3,2012 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 Heimes Corp. Name of Firm Sign:. By Project Manager Title :rf Title Title L\ 3011 Id1m yor le • • Bid Form—PHASE r.+ DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE li RETURN BIDS TO: Published:FEBRUARY 8,• 2012 CITY CLERK,LC-1 OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 5 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 29,2012 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 closing 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:DODGE PARK SEDIMENT REMOVAL& Ong reduction in costs wherever this is possible through redesign,change of material SITE RESTORATION—PHASE II. 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 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 the CITY OF OMAHA PARKS AND RECREATION DEPARTMENT for the DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II and that the bidder has made all the examinations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO / .THROUGH I . 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 "DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II,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,ITEMS 1 THROUGH 5 AS SHOWN ON THE ITEMIZED BID SCHEDULE:1-I1rar2AY1d,YQd,`TUA2 -mrle.-Thousat'rt. Sevon-14mtvectri o tn-i r 11-t Doi ICLYs c nd.%1th 7,021 , 17ag . Note: Refer to page 2 of 5 for Bid Bond,OomplWon Date&Performance Bond and page 3 of 5 for Insurance Requirements,Testing Allowance,Untt Prices& Alternates(If applicable). Refer any Questions recardlno the Bid or Contract Documents directly to the Park Mannino Division at 402-444-5900 or noted in the Contract Documents. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on the with the Human Relations Department the Contract Compliance Report(Form CC-1),This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be directed to the Human Relations De_parbnent at 402-444-5055. (Please Print Legibly or Type) Firm l�J�_�u l�c `1 ( ), Y�G. Incorporated in 1 I E Name r f((/Yl f 1 1 . Signs Title PCQS,t[,I QYTE, Phoney 45 W f Fax(21O ) .- 72 Address t�'1 P.O. 1 Box Oty ) ,v I S� , � map �a k ,z —(104 E-Mail Address _� E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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-PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II • NOT AN ORDER • Page 2 of 5 Pages BASE BID ITEMIZED BID FORM I BID ITEM UNITS QUANTITY I UNIT PRICE TOTAL PRICE 1. 1 Improved Areas-Sediment Removal Lump i (DGJMO7A) Sum 1 $ AO 11 6'c g•ICI 2. Improved Areas-Sediment Removal- Erosion Blankets and Seeding Sump 1 (DGJMO7A) $ 15440,60 3. Dodge Park-Sediment Removal From Lump $ 1 ��J�Q 00 Roads,Trails&Parkin Lots DGJMO4A Sum j !I ) /� 4. Playground Repair(DGJMISG) I Sump 1 ; $ `�n 5 Q,W 5. Hauling removed sediment off-site and i Cubic 10,000 ("see note) $ g,O.) (,11 $ go)000.60 disposing Yards TOTAL BID ITEMS 1-5 LS 11, '/oZ g. (b "Item#4 note: All sediment from the site may not need to be removed pending issuance of the'Development in a Flood Plain'Permit. The actual quantity of material to be removed from the site will be determined during the course of the work and the removed sediment will be paid at the unit price on the bid form. The unit price per cubic yard should be for hauling the sediment away only, and should not include the removal of the sediment from the ground surface. 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 "DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II' 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 Oroaha,in the sum Va- Q2v'v Di6CnrnOO ml n 1(1 ($c0%p ,P �l� , which is at least five percent(5%)of the aggregate ame of th�roposal. 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. nn SIGN ALL COPIES Firm 1)1fLYY1' h� (},.r TEVI 6- Title +�1LS'h YL nts,Testing Allowance,Untt Prices& Alternates(If applicable). Refer any Questions recardlno the Bid or Contract Documents directly to the Park Mannino Division at 402-444-5900 or noted in the Contract Documents. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on the with the Human Relations Department the Contract Compliance Report(Form CC-1),This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be directed to the Human Relations De_parbnent at 402-444-5055. (Please Print Legibly or Type) Firm l�J�_�u l�c `1 ( ), Y�G. Incorporated in 1 I E Name r f((/Yl f 1 1 . Signs Title PCQS,t[,I QYTE, Phoney 45 W f Fax(21O ) .- 72 Address t�'1 P.O. 1 Box Oty ) ,v I S� , � map �a k ,z —(104 E-Mail Address _� E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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-PHASE II • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 3 of 5 Pages NOTICE: Unless the foregoing proposal is free from alterations,additions and deductions and unless the name of the bidder as signed thereto is complete and correct,in accordance with the instructions to bidders,it may be rejected as informal. COMPLETION DATE: The contract completion date for this project shall be JUNE 1.2012. All work associated with the project shall be completed on or before this date, weather and site conditions permitting. PERFORMANCE BOND: Refer to Specification Section 00200, "instructions to Bidders", Part 2.10, "Bond Submission" and Section 00400, "Performance, Payment Maintenance Bond°requirements. INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction", Part 2.15, °Contractor's Insurance"for insurance requirements. ALTERNATES BID ITEM QUANTITY I PRICE 1' Turf Seeding-Improved Areas Lump Sum 1 $ -238 t Q(O,00 2. I NRD/County Mix Seeding-Unimproved Areas I Lump Sum $ 5/0, 400,CO 3. Prairie Grass Seeding-Unimproved Areas ! Lump Sum $ R�G . �} SIGN ALL COPIES Firm L1)16101 1 .f . By f Title f Nu S i/ 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 "DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE II' 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 Oroaha,in the sum Va- Q2v'v Di6CnrnOO ml n 1(1 ($c0%p ,P �l� , which is at least five percent(5%)of the aggregate ame of th�roposal. 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. nn SIGN ALL COPIES Firm 1)1fLYY1' h� (},.r TEVI 6- Title +�1LS'h YL nts,Testing Allowance,Untt Prices& Alternates(If applicable). Refer any Questions recardlno the Bid or Contract Documents directly to the Park Mannino Division at 402-444-5900 or noted in the Contract Documents. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on the with the Human Relations Department the Contract Compliance Report(Form CC-1),This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be directed to the Human Relations De_parbnent at 402-444-5055. (Please Print Legibly or Type) Firm l�J�_�u l�c `1 ( ), Y�G. Incorporated in 1 I E Name r f((/Yl f 1 1 . Signs Title PCQS,t[,I QYTE, Phoney 45 W f Fax(21O ) .- 72 Address t�'1 P.O. 1 Box Oty ) ,v I S� , � map �a k ,z —(104 E-Mail Address _� E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 4 of 5 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 GROUPS) 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 pq Tier II Emerging Small Business [X] Tier I Small Business p(] 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: Fine Grading,Seeding,Erosion Control-Specification Section 02936. SB/SEB contractor shall provide all work as described within the referenced specification section. *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 )40 YINYY). : .) t rvic, By g2r_cist : Title (1_Vl s 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 Oroaha,in the sum Va- Q2v'v Di6CnrnOO ml n 1(1 ($c0%p ,P �l� , which is at least five percent(5%)of the aggregate ame of th�roposal. 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. nn SIGN ALL COPIES Firm 1)1fLYY1' h� (},.r TEVI 6- Title +�1LS'h YL nts,Testing Allowance,Untt Prices& Alternates(If applicable). Refer any Questions recardlno the Bid or Contract Documents directly to the Park Mannino Division at 402-444-5900 or noted in the Contract Documents. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on the with the Human Relations Department the Contract Compliance Report(Form CC-1),This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be directed to the Human Relations De_parbnent at 402-444-5055. (Please Print Legibly or Type) Firm l�J�_�u l�c `1 ( ), Y�G. Incorporated in 1 I E Name r f((/Yl f 1 1 . Signs Title PCQS,t[,I QYTE, Phoney 45 W f Fax(21O ) .- 72 Address t�'1 P.O. 1 Box Oty ) ,v I S� , � map �a k ,z —(104 E-Mail Address _� E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 5 of 5 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 oroposes and 8srees to make good faith ef(grts to contract vigt eligible City of Omaha certified small and/or emerokla small businesses.Should the below fisted small or emerging small business subcontractorpe determined to bel+nable to perform successfully or is not oerforneng sadstactormec the contractor shall obtain Ow aporoyal from the Public Works Department Director or a designee,for substrtion of the below listed subcontractor with a City of Omaha certified small or emerging ,� infer BY pub d1i5 fpnp.flle t flh1i i[�4 flit Type of work and Projected contract item or commence- Name of small or Address path thereof to meet and Agreed price Percentage(%) emerging small be performed completion with SBIESB business date of work 03's ilmlim.rte , 1094 k a:4r176,Sb. 5udavaditi4 3 2t-10'� C rpm�6t2 U t.0. 0 itrYkl zi-il�t�to lo.� ero�toy 0 ( -r a l�, 31.DD 3 • Totals ;L 2, 31. 0O 34670 CERTIFICATION The undersigned/contractor certifies that he/she has reed,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 lef. f. 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 perform the work)fisted 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/oontrada agrees that if any of the representation made regarding utilization of email and/or emerging small business by the bidder knowing them to be false,or is fia a failure by the successful bidder(i.e.the Contractor)to implement the slated agreements,intentions,objectives,goals,aid comments set forth herein without prior approval of the PuWorks Director,such action shall constitute a material breath 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/ca+tractor will be subject to the terms of any future contract awards. Q - �SignaturA.�� ,/ Telephone NumberO 453--69.00 lcca� �r Title 19,06d Date of Signing a all-t a_ Firm or Corporate Name ()r ill rbm t-rn p �. , �n�, 1� Address 3 r7 ,. , `tY S-b,42 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. nn SIGN ALL COPIES Firm 1)1fLYY1' h� (},.r TEVI 6- Title +�1LS'h YL nts,Testing Allowance,Untt Prices& Alternates(If applicable). Refer any Questions recardlno the Bid or Contract Documents directly to the Park Mannino Division at 402-444-5900 or noted in the Contract Documents. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on the with the Human Relations Department the Contract Compliance Report(Form CC-1),This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBEIDEB Listings should be directed to the Human Relations De_parbnent at 402-444-5055. (Please Print Legibly or Type) Firm l�J�_�u l�c `1 ( ), Y�G. Incorporated in 1 I E Name r f((/Yl f 1 1 . Signs Title PCQS,t[,I QYTE, Phoney 45 W f Fax(21O ) .- 72 Address t�'1 P.O. 1 Box Oty ) ,v I S� , � map �a k ,z —(104 E-Mail Address _� E-Mail Address /74040nloP'® /w vsv/co," Street/P.O.Box City State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 24,2012 NOTICE TO BIDDERS: REQUEST FOR BID ON N.P.DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 11001 John J.Pershing Drive, Omaha, Nebraska Bid Opening Date: Wednesday,FEBRUAY 29,2012,11:00 A.M.CST • ADDENDUM NO.01: Modifications to the original specifications and drawings,DATED FEBRUARY 3,2012 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 k)ei nGY\kiMn g.)a). ,m(10,: Name of Firm f‘Ak144(4-- Signed By Pro s►da vi± Title L\ 3011 Id1m yor le • • Bid Form—PHASE II DOUGLAS COUNTY • REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II RETURN BIDS TO: Published:FEBRUARY 8, 2012 CITY CLERK, LC-1 • OMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 5 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 29,2012 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 SHLPPING CHARGES. CENTER, 1819 Famam Street, Omaha, NE 68183-0011 by closing 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:DODGE PARK SEDIMENT REMOVAL& covering reduction in costs wherever This is possible through redesign,change of material SITE RESTORATION—PHASE II. 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. 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 the CITY OF OMAHA PARKS AND RECREATION DEPARTMENT for the DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II and that the bidder has made all the examinations and investigations required by said documents. BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO 7L / ,THROUGH la' / 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 'DODGE PARK SEDIMENT REMOVAL& SITE RESTORATION-PHASE II, 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,ITEMS 1 THROUGH 5 AS SHOWN ON THE ITEMIZED BID SCHEDI" F CU° iL/G r,,/ 1) sue+/�,,, r�--+�_ �DL ki A,Cr/ `TTr-ZE.lh 33,, / a ) Note: Refer to page 2 of 5 for Bid Bond,Comp..,:on Date&Performance Bond and pge..3 of 5 for Insurance fiegquirements,Testing Allowance,Unit Prices& Alternates(if applicable). Refer any Questions regarding the Bid or Contract nAeimbrrt(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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB Listings should be directed to the Human Relations Department at 402-444-5055. • - (Please Print Legibly or Type) Firm,AA v/r1,-E.> VA C C J Incorporated in AJE (State) Name J Q�� ��►�..�.� c Signature '' s---State)�� Title Phone �-' '-61 Fax — % Address ZQI14 -rot 6gO7 Street/P.O.Box City J� State Zip E-Mail Address_ J l �� (i-� it) /?c %j2c' C-Or'j State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II • NOT AN ORDER Page 2 of 5 Pages BASE BID ITEMIZED BID FORM i BID ITEM UNITS QUANTITY E UNIT PRICE ; TOTAL PRICE 1. I Improved Areas-Sediment Removal Lump ; 7- vD DGJM07A) Sum i 1 y�' $ Z2 )6 00 2. I Improved Areas-Sediment Removal Lump a �95,91� Erosion Blankets and Seeding i 1 - -r- $ 7 9O Sum 2Z���� --JDGJM07�..- i I L y� --1-_-----.--- 3. i Dodge Park-Sediment Removal From Lump ' 1 i `61 6/ 1 aZ y,�/ I/,6� C�5Z.�)K -i Roads,Trails&Parking Lots(DGJM04AL Sum tJo �•�_. 4' ; Playground Repair(DGJM15G) Lump 1 I ` $ 2 Ti -- Sum i_...-. -- ------- µ__ T -._ 5. 1 Hauling removed sediment off-site and j Cubic 10,000 (*see note) ! $ �O/2 � op ' $ / y,! �'�`� disposing aidsi O(/ TOTAL BID ITEMS 1-5 , LS 1 $ �3 j- Z j/94 i • f 'Item#4 note: All sediment from the site may not need to be removed pending issuance of the'Development in a Flood Plain'Permit. The actual quantity of material to be removed from the site will be determined during the course of the work and the removed sediment will be paid at the unit price on the bid form. The unit price per cubic yard should be for hauling the sediment away only, and should not include the removal of the sediment from the ground surface. 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 'DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE It" 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: o 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. SIGN ALL COPIES Firm t, 1� By �� -r—' Title 1 ted In the Contract Documents. -- All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB Listings should be directed to the Human Relations Department at 402-444-5055. • - (Please Print Legibly or Type) Firm,AA v/r1,-E.> VA C C J Incorporated in AJE (State) Name J Q�� ��►�..�.� c Signature '' s---State)�� Title Phone �-' '-61 Fax — % Address ZQI14 -rot 6gO7 Street/P.O.Box City J� State Zip E-Mail Address_ J l �� (i-� it) /?c %j2c' C-Or'j State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER • Page 3 of 5 Pages NOTICE: Unless the foregoing proposal is free from alterations, additions and deductions and unless the name of the bidder as signed thereto is complete and correct,in accordance with the instructions to bidders,it may be rejected as informal. COMPLETION DATE: The contract completion date for this project shall be JUNE 1.2012. All work associated with the project shall be completed on or before this date, weather and site conditions permitting. PERFORMANCE BOND: Refer to Specification Section 00200, "Instructions to Bidders", Part 2.10, "Bond Submission" and Section 00400, "Performance, Payment Maintenance Bond"requirements. INSURANCE REQUIREMENTS: Refer to Specification Section 00500, "General Conditions of the Contract for Construction", Part 2.15, "Contractor's Insurance" for insurance requirements. ALTERNATES BID ITEM 1 QUANTITY i PRICE • 1. i Turf Seeding—Improved Areas Lump Sum $ ! -700,©D 2. NRD/County Mix Seeding—Unimproved Areas i Lump Sum F $ 46 cw, 00 Prairie Grass Seeding—Unimproved Areas Lump Sum • $ g eZte, PX) SIGN ALL COPIES Firm /1ee By r- t--- Title PS)LE71Tr ed sediment will be paid at the unit price on the bid form. The unit price per cubic yard should be for hauling the sediment away only, and should not include the removal of the sediment from the ground surface. 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 'DODGE PARK SEDIMENT REMOVAL & SITE RESTORATION-PHASE It" 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: o 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. SIGN ALL COPIES Firm t, 1� By �� -r—' Title 1 ted In the Contract Documents. -- All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB Listings should be directed to the Human Relations Department at 402-444-5055. • - (Please Print Legibly or Type) Firm,AA v/r1,-E.> VA C C J Incorporated in AJE (State) Name J Q�� ��►�..�.� c Signature '' s---State)�� Title Phone �-' '-61 Fax — % Address ZQI14 -rot 6gO7 Street/P.O.Box City J� State Zip E-Mail Address_ J l �� (i-� it) /?c %j2c' C-Or'j State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II NOT AN ORDER Page 4 of 5 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 [XI 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: Fine Grading, Seeding,Erosion Control-Specification Section 02936. SB/SEB contractor shallprovide all work as described within the referenced specification section. • **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 if with their bid to be considered. SIGN ALL COPIES Firm / • 5115€":4155 d''✓ By Title %�-1 � t 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: o 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. SIGN ALL COPIES Firm t, 1� By �� -r—' Title 1 ted In the Contract Documents. -- All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB Listings should be directed to the Human Relations Department at 402-444-5055. • - (Please Print Legibly or Type) Firm,AA v/r1,-E.> VA C C J Incorporated in AJE (State) Name J Q�� ��►�..�.� c Signature '' s---State)�� Title Phone �-' '-61 Fax — % Address ZQI14 -rot 6gO7 Street/P.O.Box City J� State Zip E-Mail Address_ J l �� (i-� it) /?c %j2c' C-Or'j State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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—PHASE II DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II • NOT AN ORDER Page 5 of 5 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 aood faith efforts to contract with ellaibte City of Omaha certified small and/or emeraigg small businesses.Should the below listed small or emerging small business subcontractor be determined to be unable to perform successfully or is not performing satisfactorily.the contractor shall obtain prior aaoroval from the Public Works Department Director or a desionee.for substitution ytthk below listed subcontractor with a City of Omaha certified small or emerging n.all business By subr (irw this form the bidd r i� s certrfvi,Jr g that it hail afforded subcontractors partcioatino in the program the 0000rtunity to submit bids on this protect. 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 /43 g,3 0,4 4 4 /oaors a 1 sose,dusE4 - 6/I jsz ia7� Totals 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 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)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 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 contractors 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 `I \ (Th r Telephone Number Title / &.9Jj v'T Date of Signing 'A. Firm or Corporate Name A V.4& t,nr,,e C .d'rlvt, Address -s3j1- < ,t e:A/ruid , Jt7 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. SIGN ALL COPIES Firm t, 1� By �� -r—' Title 1 ted In the Contract Documents. -- All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB Listings should be directed to the Human Relations Department at 402-444-5055. • - (Please Print Legibly or Type) Firm,AA v/r1,-E.> VA C C J Incorporated in AJE (State) Name J Q�� ��►�..�.� c Signature '' s---State)�� Title Phone �-' '-61 Fax — % Address ZQI14 -rot 6gO7 Street/P.O.Box City J� State Zip E-Mail Address_ J l �� (i-� it) /?c %j2c' C-Or'j State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 OMAIIA NEBR 68183 PHONE(402)444-7155 FAX(402)444-5423 FEBRUARY 24,2012 NOTICE TO BIDDERS: REQUEST FOR BID ON N.P.DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 11001 John J.Pershing Drive, Omaha, Nebraska Bid Opening Date: Wednesday,FEBRUAY 29,2012,11:00 A.M.CST ADDENDUM NO.01: Modifications to the original specifications and drawings, DATED FEBRUARY 3,2012 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 41� t € Q) Name of Firm Signed By Title 44(4-- Signed By Pro s►da vi± Title L\ 3011 Id1m yor le • Park Planning Division of the City of Omaha Department of Parks,Recreation and Public Property Omaha/Douglas Civic Center 1819 Farnam Street—Suite 701 Omaha,Nebraska 68183-0701 DODGE PARK SEDIMENT REMOVAL&SITE RESTORATION-PHASE II 11001 John J.Pershing Drive,Omaha,Nebraska ADDENDUM NO.1 FEBRUARY 24,2012 This Addendum No. 1 forms a part of the Contract Documents and modifies the original Specifications and Drawings dated February 3,2012 for the Dodge Park Sediment Removal&Site Restoration-Phase II, N.P. Dodge Park, 11001 John J.Pershing Drive,Omaha,Nebraska. BID FORM 1. The attached bid sheet shall be used for submitting the proposals. GENERAL ITEMS 1. The pre-bid sign in sheet is attached. 2. The anticipated start date I notice to proceed is March 21,2012. 3. Limits of work/boundary staking:The plans show the general limits of work and prior to beginning the work the limits shall be staked by the contractor and verified in the field by the City and Contractor. 4. Water for hydromuiching is the responsibility of the contractor. 5. The contractor shall remove the sediment from under all the picnic shelters. 6. At this time,the sediment that is removed from the site does not need to be taken to a certified landfill. 7. In the event sediment is hauled from the site the City will provide a City employee to count and monitor the number of trucks hauling per day. Hours for City employees are M-F 7:00am to 5:00pm. Sediment hauled without verification by the City will not be paid for. SPECIFICATIONS SPECIAL PROVISION-RESTORATION 1. Include the following for restoring the playground area and equipment: PLAYGROUND REPAIR-DGJM15G 1. Remove the existing sand from within the concrete perimeter of the play area to a depth of 8"and haul off-site. 2. Place new,clean sand into the play area perimeter and fill to the top of the perimeter curbing. Rake the sand level and ensure a uniform height around the perimeter. The sand shall be as follows: 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 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 contractors 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 `I \ (Th r Telephone Number Title / &.9Jj v'T Date of Signing 'A. Firm or Corporate Name A V.4& t,nr,,e C .d'rlvt, Address -s3j1- < ,t e:A/ruid , Jt7 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. SIGN ALL COPIES Firm t, 1� By �� -r—' Title 1 ted In the Contract Documents. -- All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB Listings should be directed to the Human Relations Department at 402-444-5055. • - (Please Print Legibly or Type) Firm,AA v/r1,-E.> VA C C J Incorporated in AJE (State) Name J Q�� ��►�..�.� c Signature '' s---State)�� Title Phone �-' '-61 Fax — % Address ZQI14 -rot 6gO7 Street/P.O.Box City J� State Zip E-Mail Address_ J l �� (i-� it) /?c %j2c' C-Or'j State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 _ _ • . A. Sand/Gravel: Sand/Gravel shall be washed sand/gravel in accordance with ASTM Standard Method C136-84a. Sand/Gravel shall be well-washed,clean,free of dirt,clay, silt oxides or iron and other contaminants and shall meet the following sieve analysis: Fine Sand: Sieve Size Minimum%Passing By Weight No. 16 100 No.30 98 No.50 62 No.100 17 No.200 0-1 3. The contractor shall provide the sieve analysis for review and approval by the City. 4. The contractor shall clean/wash/scrub all of the play equipment to remove all staining,chalk and other foreign matter. DESCRIPTION OF BID ITEMS The following are descriptions of the bid items as shown on the itemized bid schedule. Lump sum amounts shall be entered by the bidders relative to the described scope of work unless noted otherwise on the bid schedule. 1. Improved Areas-Sediment Removal: This item includes removal of all sediment within the boundaries of work as shown on the plans. For this bid item the contractor shall assume the sediment is being deposited in the on-site disposal area. The bidders shall refer to the Special Provisions-Debris/Sediment Removal for a detailed description of the work. The lump sum amount for this item shall include all tools,equipment, labor and incidentals necessary to complete the work. 2. Improved Areas-Sediment Removal-Erosion Blankets and Seeding: This bid item includes only seeding and placing erosion blankets where indicated on the plans. Seeding outside the extents of the erosion blankets should not be included with this item. The bidders shall refer to Section 02936-Seeding,for a detailed description of this work. The lump sum amount for this item shall include all materials,tools,equipment, labor and incidentals to complete the work. 3. Dodge Park—Sediment Removal from Roads,Trails&Parking Lots: This bid item includes the removal of all sediment from the roads,trails,sidewalks and parking areas as indicated on the plans. For this bid item the contractor shall assume the sediment is being deposited in the on-site disposal area. The bidders shall refer to the Special Provisions-Debris/Sediment Removal for a detailed description of the work. The lump sum amount for this item shall include all tools,equipment,labor and incidentals necessary to complete the work. 4. Playground Repair: This bid item shall include removing and replacing the play area sand and cleaning the playground equipment. The lump sum amount for this item shall include all tools,equipment, labor and incidentals necessary to complete the work. 5. Hauling Removed Sediment off-site and disposing: This bid item shall include the cost to haul the sediment from the project site and dispose of. The bidders shall provide a unit price for hauling the sediment from the site and shall not include the cost to remove the sediment from the ground surface with this item. Disposal of the sediment does not need to be in a landfill but the sediment still needs to be lawfully disposed of, ie. No illegal dumping. The contractor shall provide the City with the location for the sediment disposal. \ (Th r Telephone Number Title / &.9Jj v'T Date of Signing 'A. Firm or Corporate Name A V.4& t,nr,,e C .d'rlvt, Address -s3j1- < ,t e:A/ruid , Jt7 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. SIGN ALL COPIES Firm t, 1� By �� -r—' Title 1 ted In the Contract Documents. -- All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB Listings should be directed to the Human Relations Department at 402-444-5055. • - (Please Print Legibly or Type) Firm,AA v/r1,-E.> VA C C J Incorporated in AJE (State) Name J Q�� ��►�..�.� c Signature '' s---State)�� Title Phone �-' '-61 Fax — % Address ZQI14 -rot 6gO7 Street/P.O.Box City J� State Zip E-Mail Address_ J l �� (i-� it) /?c %j2c' C-Or'j State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 29, 2012, to furnish labor, materials, and all incidentals necessary to complete the sediment and debris removal at the N. P. Dodge Park, located at 11001 John J. Pershing Drive, in the total amount of $320,051.91. The work shall, include but not limited to the removal of sand/silt/sediment/debris from the improved turf areas, which include picnic areas, campground areas, and selected roads and parking areas; and, WHEREAS, Tom's Backhoe Service, Inc. submitted the lowest bid, within bid specifications, attached hereto and made a part hereof, in the total amount of 320,051.91; 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, Tom's Backhoe Service, 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$320,051.91, from Tom's Backhoe Service, Inc. to furnish labor, materials, and all incidentals necessary to complete the sediment and debris removal at 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 removal of sand/silt/sediment/debris from the improved turf areas, which include picnic areas, campground areas, and selected roads and parking areas. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in the amount of$320,051.91 shall be paid from the 2010 Parks and Recreation Bond Fund No. 13355 and Organization No. 117316, 2011 Issue Parks and Cultures Bond. APPROVED AS T .• p:1588tmb ile7rta:4 / • TY TTORNEY DATE By AI cilmember Adopted MAR 2 0 2012 z_a Cit lerk3lzZh� Approved Mayor and incidentals necessary to complete the work. 4. Playground Repair: This bid item shall include removing and replacing the play area sand and cleaning the playground equipment. The lump sum amount for this item shall include all tools,equipment, labor and incidentals necessary to complete the work. 5. Hauling Removed Sediment off-site and disposing: This bid item shall include the cost to haul the sediment from the project site and dispose of. The bidders shall provide a unit price for hauling the sediment from the site and shall not include the cost to remove the sediment from the ground surface with this item. Disposal of the sediment does not need to be in a landfill but the sediment still needs to be lawfully disposed of, ie. No illegal dumping. The contractor shall provide the City with the location for the sediment disposal. \ (Th r Telephone Number Title / &.9Jj v'T Date of Signing 'A. Firm or Corporate Name A V.4& t,nr,,e C .d'rlvt, Address -s3j1- < ,t e:A/ruid , Jt7 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. SIGN ALL COPIES Firm t, 1� By �� -r—' Title 1 ted In the Contract Documents. -- All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB Listings should be directed to the Human Relations Department at 402-444-5055. • - (Please Print Legibly or Type) Firm,AA v/r1,-E.> VA C C J Incorporated in AJE (State) Name J Q�� ��►�..�.� c Signature '' s---State)�� Title Phone �-' '-61 Fax — % Address ZQI14 -rot 6gO7 Street/P.O.Box City J� State Zip E-Mail Address_ J l �� (i-� it) /?c %j2c' C-Or'j State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 _ _ R ns o 5t � > 0' - a': 5' C O0o A'. N Vn ° co co CD n � 5 • C I50 . .0 , w ccn a , a. a. �*' � 0- 0 0- 0-. o � N 0- 5- c c Po— 0- ° o 0 �iy A, „-h CD cD �, N O iV " �' 5' �p 8 is-) 0 cn 0 co N p- 1 C' g O c m a c, ~ ° � aa y 0 \• c. <cys w o ta 'mw as �' p.� ,o 0) 0) o CD G `0n \ la,NOm a. n w � s. 5 tot ,-, A, n u> CD tidn D CCDN .-. o- C a. N - 0 c a D cm o 5. Eno co E. , v»A c m O 0 5• 5 5 c0D 0 5 -1 ° O. 5 co bq a, co O a ?' co O X NEMA and the City of Omaha; and, WHEREAS, Tom's Backhoe Service, 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$320,051.91, from Tom's Backhoe Service, Inc. to furnish labor, materials, and all incidentals necessary to complete the sediment and debris removal at 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 removal of sand/silt/sediment/debris from the improved turf areas, which include picnic areas, campground areas, and selected roads and parking areas. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in the amount of$320,051.91 shall be paid from the 2010 Parks and Recreation Bond Fund No. 13355 and Organization No. 117316, 2011 Issue Parks and Cultures Bond. APPROVED AS T .• p:1588tmb ile7rta:4 / • TY TTORNEY DATE By AI cilmember Adopted MAR 2 0 2012 z_a Cit lerk3lzZh� Approved Mayor and incidentals necessary to complete the work. 4. Playground Repair: This bid item shall include removing and replacing the play area sand and cleaning the playground equipment. The lump sum amount for this item shall include all tools,equipment, labor and incidentals necessary to complete the work. 5. Hauling Removed Sediment off-site and disposing: This bid item shall include the cost to haul the sediment from the project site and dispose of. The bidders shall provide a unit price for hauling the sediment from the site and shall not include the cost to remove the sediment from the ground surface with this item. Disposal of the sediment does not need to be in a landfill but the sediment still needs to be lawfully disposed of, ie. No illegal dumping. The contractor shall provide the City with the location for the sediment disposal. \ (Th r Telephone Number Title / &.9Jj v'T Date of Signing 'A. Firm or Corporate Name A V.4& t,nr,,e C .d'rlvt, Address -s3j1- < ,t e:A/ruid , Jt7 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. SIGN ALL COPIES Firm t, 1� By �� -r—' Title 1 ted In the Contract Documents. -- All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1).This report shall be in effect for 24 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance or PBE/DEB Listings should be directed to the Human Relations Department at 402-444-5055. • - (Please Print Legibly or Type) Firm,AA v/r1,-E.> VA C C J Incorporated in AJE (State) Name J Q�� ��►�..�.� c Signature '' s---State)�� Title Phone �-' '-61 Fax — % Address ZQI14 -rot 6gO7 Street/P.O.Box City J� State Zip E-Mail Address_ J l �� (i-� it) /?c %j2c' C-Or'j State Zip E-Mail Address 11—e 1 aCO) 6 1/2/2-1 d - n during allotted contract lime) • Calendar Days -Day l lrtldoy b. MN Distance traveled to site.miles(per MapOuest) March 20 10 0.0$ Travel Erne to site in hours(_mph)(per MapOtest) • - Apoi1 30 11 : - - May 31 12 'PR Trips June 30 13 PM Trips July ' 31 13 PE Trips August -. 31 12.. r El Trips September 30 10'. SCIEMN Inrp t Trips October 31 9 SEWN Imp 2 Trips EirMtinE rep 3 Trips • MEZEMInsp 4 Trips Survey Mgr.Trips WORM Survey Crew 1 Trips Survey Tech.Trips RC Trips O PR/PM Time Hours 0 PR/PM Miles O PM Time Hours 16 PM Miles 3 PE Time Hours 120 PE Miles O El Time Hours 0 El Miles 14 Imp 1 Time Hours 560 Insp 1 Miles O Imp 2 Tine Hours 0 Imp 2 Miles O Imp 3 Time Hours 0 Insp 3 Miles O Imp 4 Time Hours 0 Imp 4 Miles O Survey Crew Chief Time Hours 0 Survey Crew Chief Miles 6 Survey Crew Member 1 Time Hours 252 Survey Crew Member 1 Miles i O Survey Crew Member 2 Time Hours Survey Crew Member 2 Miles O RC Time Hours 0 RC Miles ranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 090122 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 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 _ _