Loading...
RES 2011-1333 - Bid of Dostals Construction Company Inc to replace play equipment and sand at Gifford Park o ""A•NF r Parks, Recreation & U� ` k' ,'s� t• . , t- .._. "" Public Property Department �``�+i, , ' Q; 'yr� Omaha/Douglas Civic Center :z 2��! `� N t I OCT L 1819 Farnam Street,Suite 701 Omaha,Nebraska 68183-0701 OA03-�" yry- C i i I, '11 (402)444-5900 �4TFD FESRvr� ftv_ ..§,44 y , } w 4 ,,�T) '. - FAX(402)444-4921 • City of Omaha Melinda Pearson Jim Suttle,Mayor • Director November 8, 2011 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 Dostals Construction Company, Inc. in the total amount of $34,900.00 to furnish labor and materials to remove existing play equipment and sand at Gifford Park, 3528 Davenport Street, and replace with new equipment, safety surfacing and under drain system, for the Parks, Recreation and Public Property Department. The Gifford Park Neighborhood Association will reimburse the City of Omaha$16,560.00 towards this project. Dostals Construction Company, Inc. submitted the lowest and best bid. The following bids were received on October 5, 2011: • CONTRACTOR BID DOSTALS CONSTRUCTION CO., INC. $34,900.00 (LOWEST BID) LawnSmith $39,971.00 Navarro $44,511.50 Dostals Construction Company, 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$34,900.00 to Dostals Construction Company, Inc. from the 2006 Parks and Recreation Bond Fund No. 13354 and Organization No. 117316, 2011 Issue Parks and Cultures Bond. The Parks, Recreation and Public Property Department recommends the acceptance of the bid from Dostals Construction Company, Inc. being the lowest and best bid received, and requests your consideration and approval of this Resolution. A 'r' CITY ATTORNEY DATE pinlsf1607-res By • ncilmember Adopted — 8 201.1 Q City Clerk Approved \- Mayor APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 1 POLICY I-( I PEQ LOC ' $ B AUTOMOBILE LIABILITY BAA7214454147 6/1/2011 6/1/2012 Ca accident) DSINGLE LIMIT CO accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS - AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS (Per accident)• $ B UMBRELLA LIAB X OCCUR CAA7214454147 6/1/2011 6/1/2012 EACH OCCURRENCE $3,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $3,000,000 DEO RETENTION$ $ A WORKERS COMPENSATION WC7214454147 6/1/2011 6/1/2012 X WC STATUS OTH • - j AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $500,000 • DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) City of Omaha is Additional Insured for General Liability Any & All Projects • CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Omaha Planning Dept. ACCORDANCE WITH THE POLICY PROVISIONS. 1819 Farnam St. Ste. 1100 Omaha NE 68183 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD RP RAT N. All rights reserved. • ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD The agreed upon rates shall be made available to all Federal agencies for their use. http://www.whitehouse.gov/omb/circulars_a087_2004/ 10/24/2011 accordance with the records retention requirements contained in the Common Rule. b. A governmental unit for which a cognizant agency assignment has been specifically designated must submit its indirect cost rate proposal to its cognizant agency.The Office of Management and Budget(OMB)will periodically publish lists of governmental units identifying the appropriate Federal cognizant agencies.The cognizant agency for all governmental units or agencies not identified by OMB will be determined based on the Federal agency providing the largest amount of Federal funds.In these cases,a governmental unit must develop an indirect cost proposal in accordance with the requirements of this Circular and maintain the proposal and related supporting documentation for audit.These governmental units are not required to submit their proposals unless they are specifically requested to do so by the cognizant agency.Where a local government only receives funds as a sub recipient,the primary recipient will be responsible for negotiating and/or monitoring the sub recipient's plan. c. Each Indian tribal government desiring reimbursement of Indirect costs must submit its indirect cost proposal to the Department of the Interior(its cognizant Federal agency). d. Indirect cost proposals must be developed(and,when required,submitted)within six months after the close of the governmental unit's fiscal year,unless an exception is approved by the cognizant Federal agency.If the proposed central service cost allocation plan for the same period has not been approved by that time,the indirect cost http://www.whitehouse.gov/omb/circulars_a087_2004/ - 10/24/2011 10/24/2011 e would result in a more equitable allocation of the costs,or that a more readily available base would not increase the costs charged to sponsored awards.The results of special cost studies(such as an engineering utility study)shall not be used to determine and allocate the indirect costs to sponsored awards. http://www.whitehouse.gov/omb/circularsal 22_2004/ 10/26/2011 a . Page -2- Honorable President and Members of the City Council, Respectfully submitted, itdze(4 eekla‘ Melinda Pearson, Director Date Parks, Recreation and Public Property Department Approved as to Funding: Approved: /a- 6-// c-i() /ashl Pam Spaccarotella Date Human Rights and Relations Date Finance Director , toi,51" Referred to City Council for Consideration: /47 - ) Mayor's Offi e/Title Date p:1507tmb 5 6°�'9 O W °' 0 ¢. N n (CD p - w - a 0, Cz� .� co P.o ° coo .1 Ri to co ;itIdiII 1 OPPO • at 444-5530. • 3 Reviewed and approved 3/28/2011 letter ���ry1 • }-- W Z U a t- W Z U_ Z 2 a i- w Z U a Co 0 o L 1- W > Z U_ o zca = E • a 3 m _c o E F.. w Z U rn GC J o., co 'CO 0 cn o ca H W o 401 Z U o = E v 0 0 T' w m a> .� < c E eL a c _ E 0 a p N m Z tv .LI- cci) U O O co o U p CL N m O Q 6 C' u- " Z1C) O O L 0 = z � � C Q O iri a� _ ,.0 I COSD a z. Y g ff Ea- C O o G-! O , -- I _ 1 - enport Street, and replace with new equipment, safety surfacing and under drain system, for the Parks, Recreation and Public Property Department. The Gifford Park Neighborhood Association will reimburse the City of Omaha$16,560.00 towards this project. Dostals Construction Company, Inc. submitted the lowest and best bid. The following bids were received on October 5, 2011: • CONTRACTOR BID DOSTALS CONSTRUCTION CO., INC. $34,900.00 (LOWEST BID) LawnSmith $39,971.00 Navarro $44,511.50 Dostals Construction Company, 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$34,900.00 to Dostals Construction Company, Inc. from the 2006 Parks and Recreation Bond Fund No. 13354 and Organization No. 117316, 2011 Issue Parks and Cultures Bond. The Parks, Recreation and Public Property Department recommends the acceptance of the bid from Dostals Construction Company, Inc. being the lowest and best bid received, and requests your consideration and approval of this Resolution. A 'r' CITY ATTORNEY DATE pinlsf1607-res By • ncilmember Adopted — 8 201.1 Q City Clerk Approved \- Mayor APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 1 POLICY I-( I PEQ LOC ' $ B AUTOMOBILE LIABILITY BAA7214454147 6/1/2011 6/1/2012 Ca accident) DSINGLE LIMIT CO accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS - AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS (Per accident)• $ B UMBRELLA LIAB X OCCUR CAA7214454147 6/1/2011 6/1/2012 EACH OCCURRENCE $3,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $3,000,000 DEO RETENTION$ $ A WORKERS COMPENSATION WC7214454147 6/1/2011 6/1/2012 X WC STATUS OTH • - j AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $500,000 • DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) City of Omaha is Additional Insured for General Liability Any & All Projects • CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Omaha Planning Dept. ACCORDANCE WITH THE POLICY PROVISIONS. 1819 Farnam St. Ste. 1100 Omaha NE 68183 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD RP RAT N. All rights reserved. • ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD The agreed upon rates shall be made available to all Federal agencies for their use. http://www.whitehouse.gov/omb/circulars_a087_2004/ 10/24/2011 accordance with the records retention requirements contained in the Common Rule. b. A governmental unit for which a cognizant agency assignment has been specifically designated must submit its indirect cost rate proposal to its cognizant agency.The Office of Management and Budget(OMB)will periodically publish lists of governmental units identifying the appropriate Federal cognizant agencies.The cognizant agency for all governmental units or agencies not identified by OMB will be determined based on the Federal agency providing the largest amount of Federal funds.In these cases,a governmental unit must develop an indirect cost proposal in accordance with the requirements of this Circular and maintain the proposal and related supporting documentation for audit.These governmental units are not required to submit their proposals unless they are specifically requested to do so by the cognizant agency.Where a local government only receives funds as a sub recipient,the primary recipient will be responsible for negotiating and/or monitoring the sub recipient's plan. c. Each Indian tribal government desiring reimbursement of Indirect costs must submit its indirect cost proposal to the Department of the Interior(its cognizant Federal agency). d. Indirect cost proposals must be developed(and,when required,submitted)within six months after the close of the governmental unit's fiscal year,unless an exception is approved by the cognizant Federal agency.If the proposed central service cost allocation plan for the same period has not been approved by that time,the indirect cost http://www.whitehouse.gov/omb/circulars_a087_2004/ - 10/24/2011 10/24/2011 e would result in a more equitable allocation of the costs,or that a more readily available base would not increase the costs charged to sponsored awards.The results of special cost studies(such as an engineering utility study)shall not be used to determine and allocate the indirect costs to sponsored awards. http://www.whitehouse.gov/omb/circularsal 22_2004/ 10/26/2011 , Rio Pcim(Rev.'38-2011) DOUGLAS COUNTY I REQUEST FOR BID ANC BID SHEET ON: CITY OF OMAHA-Gifford Park Improvements • RETURN BIDS TO: Published: 14 September 2011 CITY CLERK,LC-1 IIOMAHA-DOUGLAS CIVIC CENTER NOT AN ORDER Page 1 of 5 Pages 1819 Farnam Street Omaha, Nebraska 68183-0011 IBID 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". II . Bid Closing Date: 11:00 A.M. 05 October 2011 IMPORTANT • ii1.Bid must be in the office of the Acting CITY CLERK,LC-1, OMAHA-DOUGLAS CIVIC 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. CENTER, 1819 Famam Street, Omaha, NE 68183-0011 by dosing date and time 6.When submitting bid on items listed,bidder may on a separate sheet,make suggestions indicated,in sealed envelope marked BID ON:Gifford Park Improvements. covering reduction in costs wherever this is possible through redesign,change of material 2.As evidence of good faith a bid bond or certified check must be submitted with bid.Bid or utilization of standard items or quantity change. Bond or certified check shall be made payable to the'City of Omaha'. FAILURE TO DO SO IS CAUSE FOR REJECTION PLEASE DO NOT CALL FOR THIS INFORMATION. 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. I4.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 Leo A Daly for the Gifford Park Improvements and that the bidder has made all the examinations and investigations required by said documents. . BIDDER ACKNOWLEDGES RECEIPT OF ADDENDA NO' ,THROUGH O . 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 0 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 lax exempt. IIOn 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 Gifford Park Improvements,35th and Davenport,Omaha, Nebraska" in accordance with the provisions of this ii proposal and contract documents t the satisfa . n of the Cityof m ha Parks, Recreatio and Public Property Department for the lum sum f:J BASE BID: //l %� \ �.- � CJGL S aK /d ''jL ��(. ,,,z. I✓�S, f $ 341 700 1 0 Note: Refer to page 2 of 3 for Bid Bond,Completion Date&Performance Bond and page 3 of 3 for Insurance Requirements,Testing Allowance,Unit Prices& Alternates(if applicable). Refer any questions regarding the Bid or Contract Documents directly to the Park Planning Division at 402.444.5900 or as noted in the Contract Documents. 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 Huma .elations epartment at 402-444-5055. 4.r r(Please Print Legibly or Type) Firm O t s -� �� Incarporat•. in • Name_f �,' fi'� h. �->/ Signature j / ` Title Phone 1023' Fax 7 Fax ` , 7-337--7 .2 1 - f r- r c� Address /�.6 FU A 000 �L 6-��il•rA /U 6d 0 �6 I Street'P.O.Box ' -o ty State � Zip �t E-Mali Address D��a�' �C �/�C� ntal units or agencies not identified by OMB will be determined based on the Federal agency providing the largest amount of Federal funds.In these cases,a governmental unit must develop an indirect cost proposal in accordance with the requirements of this Circular and maintain the proposal and related supporting documentation for audit.These governmental units are not required to submit their proposals unless they are specifically requested to do so by the cognizant agency.Where a local government only receives funds as a sub recipient,the primary recipient will be responsible for negotiating and/or monitoring the sub recipient's plan. c. Each Indian tribal government desiring reimbursement of Indirect costs must submit its indirect cost proposal to the Department of the Interior(its cognizant Federal agency). d. Indirect cost proposals must be developed(and,when required,submitted)within six months after the close of the governmental unit's fiscal year,unless an exception is approved by the cognizant Federal agency.If the proposed central service cost allocation plan for the same period has not been approved by that time,the indirect cost http://www.whitehouse.gov/omb/circulars_a087_2004/ - 10/24/2011 10/24/2011 e would result in a more equitable allocation of the costs,or that a more readily available base would not increase the costs charged to sponsored awards.The results of special cost studies(such as an engineering utility study)shall not be used to determine and allocate the indirect costs to sponsored awards. http://www.whitehouse.gov/omb/circularsal 22_2004/ 10/26/2011 Bid Form(Rev.08-201 i) i', DOUGLAS COUNTY t REQUEST FOR BID AND BID SHEET .=• ON: CITY OF OMAHA—Gifford Park Improvements • f;: '�` NOT AN ORDER Page 2 of 5 Pages s`: •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, ail equipment furnished in accordance with the requirements of the contract documents considered severally and collectively. . S :_. 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 "Gifford Park Improvements" and the duly executed agreement or contract proper; that, said documents are ,. YY .complementary and that which is required,shown or specified by any one of these,shalt be as binding as if required by all. i-':The bidder hereby represents that the price contained in this proposal is neither directly nor indirectly the result of any agreement or any secret S• Y • ;' . Understanding with anyone with respect to any provisions contained in this proposal. -.r. .-: 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 .;,.p�l'City of Omaha,in the sum of: ib �J<` • >::: ($ ),which s5 •ii,is!at least five percent(5%)of the aggregate amount of the proposal. s1. '•..It-s 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 ' < 3 :,: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 ,Y, ��;'siisfained 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, ;t•,;,,, '"'-ii:and when he shall faithfully keep and perform all of the conditions set fourth in the advertisement and the requirements for bidding and instructions ' -"�` o: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. <,. =. < .OTICE: .1:1 a >.riless 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 DATE: ''':'?h'e bidder agrees that construction will be completed within •ZC° calendar days after approval of the purchase order for the work by :.-. r'itiie Omaha City Council and receiving the"Notice to Proceed"from the Park Planner, Refer to Division 0,Section 00200,"instructions To Bidders", part 2.15,"Computing Completion Date"for information on how to compute the number of calendar days to complete the work. trf }PERFORMANCE BOND: • •'--Defer to Specification Section 00200, Instructions to Bidders", Part 2,10, `Bond Submission' and Section 00400, "Performance, Payment 4:t'r iaintenance Bond"requirements. .i aICN ALL COPIES Firm o y v .y 4` o i✓ By Title _ �� .,mot sl lanning 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 Huma .elations epartment at 402-444-5055. 4.r r(Please Print Legibly or Type) Firm O t s -� �� Incarporat•. in • Name_f �,' fi'� h. �->/ Signature j / ` Title Phone 1023' Fax 7 Fax ` , 7-337--7 .2 1 - f r- r c� Address /�.6 FU A 000 �L 6-��il•rA /U 6d 0 �6 I Street'P.O.Box ' -o ty State � Zip �t E-Mali Address D��a�' �C �/�C� ntal units or agencies not identified by OMB will be determined based on the Federal agency providing the largest amount of Federal funds.In these cases,a governmental unit must develop an indirect cost proposal in accordance with the requirements of this Circular and maintain the proposal and related supporting documentation for audit.These governmental units are not required to submit their proposals unless they are specifically requested to do so by the cognizant agency.Where a local government only receives funds as a sub recipient,the primary recipient will be responsible for negotiating and/or monitoring the sub recipient's plan. c. Each Indian tribal government desiring reimbursement of Indirect costs must submit its indirect cost proposal to the Department of the Interior(its cognizant Federal agency). d. Indirect cost proposals must be developed(and,when required,submitted)within six months after the close of the governmental unit's fiscal year,unless an exception is approved by the cognizant Federal agency.If the proposed central service cost allocation plan for the same period has not been approved by that time,the indirect cost http://www.whitehouse.gov/omb/circulars_a087_2004/ - 10/24/2011 10/24/2011 e would result in a more equitable allocation of the costs,or that a more readily available base would not increase the costs charged to sponsored awards.The results of special cost studies(such as an engineering utility study)shall not be used to determine and allocate the indirect costs to sponsored awards. http://www.whitehouse.gov/omb/circularsal 22_2004/ 10/26/2011 Sid Form(Rev. '8-2011) • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA-Gifford Park Improvements NOT AN ORDER • 1/1 • Page 3 of 5 Pages REQUIREMENTS:INSURANCE Refer to Specification Section 00500, "General Conditions of the Contract for Construction", Part 2.15, 'Contractor's Insurance' for insurance requirements. IUNIT PRICES: C.Y. = Cubic Yard S.F. = Square Foot S.Y. = Square Yard V.F. = Vertical Foot L.F. - Linear Foot EA. - Each The undersigned further proposes and agrees that if the amount of the work required be increased or decreased, by a request of the Owner,the following supplemental Unit Prices will be the basic price in place for computing extra cost or credit. Each Unit Price shall include all equipment, tools, labor,permits,fee,etc. incidental to the completion of the work involved based on the construction detail(s)on the Contract Drawings and all materials listed in the noted Specification Section. Unit prices will be decreased ten percent(10%)if change requested is a reduction of work. 1 UNIT PRICE DESCRIPTION 1. 4'ConcretePavement $ l0 /S.F. 1 2. Sand Safety Surfacing $ 2 L IC.Y. 3. Playground concrete curb $ 3 c7 IL.F. 4. 4'resilient poured-in-place surfacing on conc.base $ Z O /S.F. 5. 2"resilient poured-in-place surfacing on conc.base $ ( /S.F. 6. 4"perforated underdrain $ I IL.F. 7. 6'solid PVC drain $ I 0 IL.F. 8. Seeding $ . 2 0 /S.F. • 9. Hydromutching $ • .V 12 /S.F. 10. Erosion control blanket-ECB75 • $ (- Z :c- /S.Y. I • I • • • - � S 8 yi ca. hf c ,•SIG• N ALL COPItS Firm �' �" Title '1�� I ited 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 ,Y, ��;'siisfained 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, ;t•,;,,, '"'-ii:and when he shall faithfully keep and perform all of the conditions set fourth in the advertisement and the requirements for bidding and instructions ' -"�` o: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. <,. =. < .OTICE: .1:1 a >.riless 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 DATE: ''':'?h'e bidder agrees that construction will be completed within •ZC° calendar days after approval of the purchase order for the work by :.-. r'itiie Omaha City Council and receiving the"Notice to Proceed"from the Park Planner, Refer to Division 0,Section 00200,"instructions To Bidders", part 2.15,"Computing Completion Date"for information on how to compute the number of calendar days to complete the work. trf }PERFORMANCE BOND: • •'--Defer to Specification Section 00200, Instructions to Bidders", Part 2,10, `Bond Submission' and Section 00400, "Performance, Payment 4:t'r iaintenance Bond"requirements. .i aICN ALL COPIES Firm o y v .y 4` o i✓ By Title _ �� .,mot sl lanning 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 Huma .elations epartment at 402-444-5055. 4.r r(Please Print Legibly or Type) Firm O t s -� �� Incarporat•. in • Name_f �,' fi'� h. �->/ Signature j / ` Title Phone 1023' Fax 7 Fax ` , 7-337--7 .2 1 - f r- r c� Address /�.6 FU A 000 �L 6-��il•rA /U 6d 0 �6 I Street'P.O.Box ' -o ty State � Zip �t E-Mali Address D��a�' �C �/�C� ntal units or agencies not identified by OMB will be determined based on the Federal agency providing the largest amount of Federal funds.In these cases,a governmental unit must develop an indirect cost proposal in accordance with the requirements of this Circular and maintain the proposal and related supporting documentation for audit.These governmental units are not required to submit their proposals unless they are specifically requested to do so by the cognizant agency.Where a local government only receives funds as a sub recipient,the primary recipient will be responsible for negotiating and/or monitoring the sub recipient's plan. c. Each Indian tribal government desiring reimbursement of Indirect costs must submit its indirect cost proposal to the Department of the Interior(its cognizant Federal agency). d. Indirect cost proposals must be developed(and,when required,submitted)within six months after the close of the governmental unit's fiscal year,unless an exception is approved by the cognizant Federal agency.If the proposed central service cost allocation plan for the same period has not been approved by that time,the indirect cost http://www.whitehouse.gov/omb/circulars_a087_2004/ - 10/24/2011 10/24/2011 e would result in a more equitable allocation of the costs,or that a more readily available base would not increase the costs charged to sponsored awards.The results of special cost studies(such as an engineering utility study)shall not be used to determine and allocate the indirect costs to sponsored awards. http://www.whitehouse.gov/omb/circularsal 22_2004/ 10/26/2011 Sid Form(Rev.08-2011) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA=Gifford Park Improvements NOT AN ORDER Page 4 of 5 Ps^.es 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)**: [ ] Tier I Emerging Small Business [ J Tier 11 Emerging Small Business :: .[ J Tier I Small Business [ I Tier II Small Business 'rX' 'FIRM TO FULFILL - I=<< [ ] this entire contract '< `: [ J a portion of this contract as defined below-Furnish all labor,all materials and all else whatsoever necessary to construct . •.. ::';;.:,,.and properly finish: • • • 'il"P€ease 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. r.;;?Bidders must complete Exhibit "A". titled "SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM" and submit it with their bid to be considered. ,--^ `•:ti•I N ALL COPIES Firm i/ '>-0 �'yO---- ,�ter ,.., .S C By• ram/ Title 1+t j�� • id sum,however,will be returned to the bidder, ;t•,;,,, '"'-ii:and when he shall faithfully keep and perform all of the conditions set fourth in the advertisement and the requirements for bidding and instructions ' -"�` o: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. <,. =. < .OTICE: .1:1 a >.riless 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 DATE: ''':'?h'e bidder agrees that construction will be completed within •ZC° calendar days after approval of the purchase order for the work by :.-. r'itiie Omaha City Council and receiving the"Notice to Proceed"from the Park Planner, Refer to Division 0,Section 00200,"instructions To Bidders", part 2.15,"Computing Completion Date"for information on how to compute the number of calendar days to complete the work. trf }PERFORMANCE BOND: • •'--Defer to Specification Section 00200, Instructions to Bidders", Part 2,10, `Bond Submission' and Section 00400, "Performance, Payment 4:t'r iaintenance Bond"requirements. .i aICN ALL COPIES Firm o y v .y 4` o i✓ By Title _ �� .,mot sl lanning 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 Huma .elations epartment at 402-444-5055. 4.r r(Please Print Legibly or Type) Firm O t s -� �� Incarporat•. in • Name_f �,' fi'� h. �->/ Signature j / ` Title Phone 1023' Fax 7 Fax ` , 7-337--7 .2 1 - f r- r c� Address /�.6 FU A 000 �L 6-��il•rA /U 6d 0 �6 I Street'P.O.Box ' -o ty State � Zip �t E-Mali Address D��a�' �C �/�C� ntal units or agencies not identified by OMB will be determined based on the Federal agency providing the largest amount of Federal funds.In these cases,a governmental unit must develop an indirect cost proposal in accordance with the requirements of this Circular and maintain the proposal and related supporting documentation for audit.These governmental units are not required to submit their proposals unless they are specifically requested to do so by the cognizant agency.Where a local government only receives funds as a sub recipient,the primary recipient will be responsible for negotiating and/or monitoring the sub recipient's plan. c. Each Indian tribal government desiring reimbursement of Indirect costs must submit its indirect cost proposal to the Department of the Interior(its cognizant Federal agency). d. Indirect cost proposals must be developed(and,when required,submitted)within six months after the close of the governmental unit's fiscal year,unless an exception is approved by the cognizant Federal agency.If the proposed central service cost allocation plan for the same period has not been approved by that time,the indirect cost http://www.whitehouse.gov/omb/circulars_a087_2004/ - 10/24/2011 10/24/2011 e would result in a more equitable allocation of the costs,or that a more readily available base would not increase the costs charged to sponsored awards.The results of special cost studies(such as an engineering utility study)shall not be used to determine and allocate the indirect costs to sponsored awards. http://www.whitehouse.gov/omb/circularsal 22_2004/ 10/26/2011 • 1:•• ••w�ttt�� t;• . 2io Form(Rev.08-2011) DOUGLAS COUNTY REQUEST FOR BID AND B(D SHEET ON: CITY OF OMAHA—Gifford Park Improvements NOT AN ORDER Pace 5 of 5 Pages • EXHIBIT°A,` SMALL AND/OR EMERGING SMALL BUSINESS DISCLOSURE PARTICIPATION FORM l (THIS FORM MUST BE SUBMITTED WITH THE BID) :',In the erformanr~ f this contract the contractor ro os and a roes to make ood faith efforts to contract with ell ible Ci of Omaha certified small and/or ememin small F .•.business .Should the below listed small or em in small business subcontractor be etermined to be unable to erform successful) or is not erformin satisfacton the contractor shall obtain nor a royal from the P blic Works De artment Director or a deli nee for substitution of the below listed subcontractor with a Ci of Omaha ce 'fied small or eme in small business. B submi tin.this form the bidder is certi in. that it has afforded subcontractors.artici.atin.in the•ro.ram the o. .rtuni to submit bids on this•ro ect. Type of work and Projected • • • Name of small or contract item or commence- Address =i • •`emerging small parts thereof to ment and Agreed price Percentage(%) business be performed completion with SBIESB date of work s r - t Sz7;tik .,1— . MN. o� _• 3��a .:: tr,,,, - 6,1-fii,j4K k pit) k17° S'i7(96..) "()() ° ,,. 0. I,t. h:: r:t is!. • it.. •j€ 3T,.. i • Ie . • Totals D ) DO% ?. • t.:CERTIFICATJON 1 • (` :The undersigned/contractor certifies that he/she has mad,understands,and agrees to be bound by small and/or emerging small business participation contract specifications,and the ' ;r 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 ri. small and/or emerging small business participation contract specifications and that said statements and representations are tnte and correct to the best of his/her knowledge and belief. �) '..The bndersigned will enter into format agreement(s)with small and/or emerging small businesses(which are otherwise deemed by the City of Omaha to be technically responsible to :. pe,arm the work)listed in the contract specifications at the price(s)set forth in Btis Exhibit conditioned upon execution of a contract by the undersignedrap:•..with the City of Omaha. The ' .'::undersg I nedlcontractoragrees 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 : ';hdiiure 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 :,Wcres Director,such action shag constitute a material breach of the contract,entittirg the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The rght to rso"erminate shall be in addition to,and not in lieu of,any other rights or rem-dies the City of Omaha may have for other defaults under the Contract under City of Omaha's Contract :Comcliance Ordinance or otherwise oitionaly, unders4 ed.asioi r •-subject to the terms of any future contract awards. :"Signature / � _ ':Title " ice~`- Telephone Number ��10-'=?Z�S •� Eit le or Corporate vane ,.-2 ., c.3 ..s.4._ r-• Date of Signing /.D---/j' Address 4 4(7 j vt ( JJ ., r? • c6--, ._.,tre, .i. 3 . onths 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 Huma .elations epartment at 402-444-5055. 4.r r(Please Print Legibly or Type) Firm O t s -� �� Incarporat•. in • Name_f �,' fi'� h. �->/ Signature j / ` Title Phone 1023' Fax 7 Fax ` , 7-337--7 .2 1 - f r- r c� Address /�.6 FU A 000 �L 6-��il•rA /U 6d 0 �6 I Street'P.O.Box ' -o ty State � Zip �t E-Mali Address D��a�' �C �/�C� ntal units or agencies not identified by OMB will be determined based on the Federal agency providing the largest amount of Federal funds.In these cases,a governmental unit must develop an indirect cost proposal in accordance with the requirements of this Circular and maintain the proposal and related supporting documentation for audit.These governmental units are not required to submit their proposals unless they are specifically requested to do so by the cognizant agency.Where a local government only receives funds as a sub recipient,the primary recipient will be responsible for negotiating and/or monitoring the sub recipient's plan. c. Each Indian tribal government desiring reimbursement of Indirect costs must submit its indirect cost proposal to the Department of the Interior(its cognizant Federal agency). d. Indirect cost proposals must be developed(and,when required,submitted)within six months after the close of the governmental unit's fiscal year,unless an exception is approved by the cognizant Federal agency.If the proposed central service cost allocation plan for the same period has not been approved by that time,the indirect cost http://www.whitehouse.gov/omb/circulars_a087_2004/ - 10/24/2011 10/24/2011 e would result in a more equitable allocation of the costs,or that a more readily available base would not increase the costs charged to sponsored awards.The results of special cost studies(such as an engineering utility study)shall not be used to determine and allocate the indirect costs to sponsored awards. http://www.whitehouse.gov/omb/circularsal 22_2004/ 10/26/2011 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER • Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on October 5; 2011, to furnish labor and materials to remove existing play equipment and sand at Gifford Park, 3528 Davenport Street, and replace with new equipment, safety surfacing and under drain system, for the Parks, Recreation` and Public Property Department; and, WHEREAS, Dostals Construction Company, Inc. submitted the lowest and best `bid, within bid specifications, attached hereto 'and made a part hereof, in the total amount of $34,900.00; and, Gifford Park Neighborhood Association will reimburse the City of Omaha $16,560.00; and, • WHEREAS, Dostals Construction Company, 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 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$34,900.00 from Dostals Construction Company, Inc. to furnish labor and materials to remove existing play equipment and sand at Gifford Park, 3528 Davenport Street, and replace with new equipment, . safety surfacing and under drain system, being the lowest and best bid received within bid specifications, attached hereto and made a part hereof, is hereby accepted and the Purchasing Agent is authorized to issue a purchase order in'conformance herewith. Funds in this amount shall be paid from the 2006 Parks and Recreation Bond Fund No. 13354 and Organization No. 117316, 2011 Issue Parks and Cultures Bond. APPROVED AS TO FORM: 6/44,L, /0',ZS" `t DE U Y CITY ATTORNEY DATE p:1508tmb • • J1477:44 /. • By cilmember Adopted t 8 ZD O C. Clerk Approved... Mayor ' ICATJON 1 • (` :The undersigned/contractor certifies that he/she has mad,understands,and agrees to be bound by small and/or emerging small business participation contract specifications,and the ' ;r 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 ri. small and/or emerging small business participation contract specifications and that said statements and representations are tnte and correct to the best of his/her knowledge and belief. �) '..The bndersigned will enter into format agreement(s)with small and/or emerging small businesses(which are otherwise deemed by the City of Omaha to be technically responsible to :. pe,arm the work)listed in the contract specifications at the price(s)set forth in Btis Exhibit conditioned upon execution of a contract by the undersignedrap:•..with the City of Omaha. The ' .'::undersg I nedlcontractoragrees 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 : ';hdiiure 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 :,Wcres Director,such action shag constitute a material breach of the contract,entittirg the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The rght to rso"erminate shall be in addition to,and not in lieu of,any other rights or rem-dies the City of Omaha may have for other defaults under the Contract under City of Omaha's Contract :Comcliance Ordinance or otherwise oitionaly, unders4 ed.asioi r •-subject to the terms of any future contract awards. :"Signature / � _ ':Title " ice~`- Telephone Number ��10-'=?Z�S •� Eit le or Corporate vane ,.-2 ., c.3 ..s.4._ r-• Date of Signing /.D---/j' Address 4 4(7 j vt ( JJ ., r? • c6--, ._.,tre, .i. 3 . onths 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 Huma .elations epartment at 402-444-5055. 4.r r(Please Print Legibly or Type) Firm O t s -� �� Incarporat•. in • Name_f �,' fi'� h. �->/ Signature j / ` Title Phone 1023' Fax 7 Fax ` , 7-337--7 .2 1 - f r- r c� Address /�.6 FU A 000 �L 6-��il•rA /U 6d 0 �6 I Street'P.O.Box ' -o ty State � Zip �t E-Mali Address D��a�' �C �/�C� ntal units or agencies not identified by OMB will be determined based on the Federal agency providing the largest amount of Federal funds.In these cases,a governmental unit must develop an indirect cost proposal in accordance with the requirements of this Circular and maintain the proposal and related supporting documentation for audit.These governmental units are not required to submit their proposals unless they are specifically requested to do so by the cognizant agency.Where a local government only receives funds as a sub recipient,the primary recipient will be responsible for negotiating and/or monitoring the sub recipient's plan. c. Each Indian tribal government desiring reimbursement of Indirect costs must submit its indirect cost proposal to the Department of the Interior(its cognizant Federal agency). d. Indirect cost proposals must be developed(and,when required,submitted)within six months after the close of the governmental unit's fiscal year,unless an exception is approved by the cognizant Federal agency.If the proposed central service cost allocation plan for the same period has not been approved by that time,the indirect cost http://www.whitehouse.gov/omb/circulars_a087_2004/ - 10/24/2011 10/24/2011 e would result in a more equitable allocation of the costs,or that a more readily available base would not increase the costs charged to sponsored awards.The results of special cost studies(such as an engineering utility study)shall not be used to determine and allocate the indirect costs to sponsored awards. http://www.whitehouse.gov/omb/circularsal 22_2004/ 10/26/2011 1:1 ZNn b = C N 0' o 7d 0 0 o co .o », CD coLA F p .-. moo � � 'C' 0 .1 w ,..' O . cr rn °o a. a. m , ofl, 0 b N., 0 , 2 y 7. o Z Zco .- � c-o a � � a' o o O h. p, G3,3 CD (z v m a O C� F U aD Q -tH !. liuI: iJ . f•D Q `� °(...1 'al CA \ \ ci) P = 0 0 Ca.! ,-, g ... b7 � � co ° co n O = w �' .-Cccoo L . � a IiP4';tlIL . a• '' " a, p o • • , `- �. k OPPO • at 444-5530. • 3 Reviewed and approved 3/28/2011 letter ���ry1