RES 2011-0993 - Contract with OPW 52178-SP, 19th St resurfacing project between Corby and Locust Sts IAAHA,Ark-4
Planning Department
v��+�"-�s Omaha/Douglas Civic Center
rt'$jr tl - 1819 Farnam Street,Suite 1100
�� ` + i u Omaha,Nebraska 68183
°15,,' ry (402)444 5150
°•P,tT ‘tx� P€, ^ -, i � t- Telefax(402)444-6140
FD FEBR +�. .
+�1;$1 � .r .Ip f # •ti A,= R.E.Cunningham,RA,F.SAME
City of Omaha Director
Jim Suttle,Mayor
August 16, 2011
Honorable President
and Members of the City Council,
The attached Resolution approves a Contract with U.S. Asphalt Co. for resurfacing 19"' Street between Corby and
Locust Streets. An amendment to the FY 2008 Consolidated Submission for Community Planning and Development
Programs,approved by the City Council on June 2,2009,authorizes this work.
The engineer's estimate for the base bid is $24,975.00. The low bid is determined on the base bid amount. The
engineer's estimate for the selected alternates is $29,960.00. The total engineer's estimate for the base bid with the
selected alternates is$54,935.00. The following bid was received. The bid tabulation is attached.
BASE BID WITH
CONTRACTOR BASE BID SELECTED ALTERNATES
U.S.ASPHALT CO. $28,815.00 $56,713.00 (LOW BID)
The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the
Human Relations Department will continue to review the Contractor to ensure compliance with the Contract
Compliance Ordinance.
The Finance Department is authorized to pay the cost of OPW 52178-SP,PD 19th Street Resurfacing project in the
amount of$56,713.00 from the 2011 Community Development Block Grant Recovery Fund 17111, Organization
117713.
The Planning Department recommends acceptance of the bid from U.S. Asphalt Co. in the amount of$56,713.00,
being the lowest and best bid received,and request your consideration and approval of this Resolution.
Respectfully submitted, Referred to City Council for Consideration:
A... : NIP Sib�o�� `JJ 0.rv•`►4-k. L-c.ol%l areX 'T i S 1 l t'
R. 'unningha •i
Date Mayor's Office/Title Date
•Planning Direct. ! _
ie
Approved as to i
• g: Approved:
Sy - I/
Of, N 4/ i 0 iw:- /en 0 k k 2/h-1A J -51"
Pam Spaccarotella.j, Date Hu n Rights and Relations Department Date
Finance Director 1 '
Approved:
121-4— 10,- 4kG 511--K7//
Robert . Stubbe,P.E. Date
Public Works Director
Plnlsf1563-cover letter •
$6.58 EACH $388.22
Vincentini Plumbing $10.00 EACH $590.00
35 550.310 CURB INLET PROTECTION
Engineeer's Estimate 10 . @ $100.00 EACH . $1,000.00
Heimes Corp. $165.00 EACH $1,650.00
Cedar Construction $250.00 EACH $2,500.00
MFT Construction $200.00 EACH _ $2,000.00
L. G. Roloff Construction Company,Inc. $96.16 EACH $961.60
Vincentini Plumbing $250.00 EACH $2,500.00
•
Page 8 of 9, 7/15/2011 8:11:36 AM, Bid Tabulation, Generated by: admin for project OPW 52145 SSD, ST, PD
8:11:36 AM, Bid Tabulation, Generated by: admin for project OPW 52145 SSD, ST, PD
Tabulation, Generated by: admin for project OPW 52145 SSD, ST, PD
The Special Sewer Connection fee shall be collected by the
6 •
nts. Prior to final signature by the City of this
Agreement, Subdivider will provide City with an irrevocable letter of credit issued by a reputable financial
institution in an amount no less than Subdivider's required contribution. City and Subdivider may agree to
other financial assurance in their sole discretion. In the event that Subdivider fails to maintain such
financial assurance or defaults in its obligation to make the financial contribution, City shall have the right
to suspend processing and approval of building permits for the Area to be Developed until such default is
cured.
4
lled until such time as they will not be negatively
2
ipril' g tQQ 1 q 1 a l [z 4x m5-x
P ag4ghO#0§ ggie gE } 3i ,?m Y +;i riri yr; liiea _444 .- :4 - I z o p
,�C R ,B8 '6 Bf A, REE Qg ` F I� 9 i 7 A" i i' �1 1 - d h SI Or
R fRf Rdag§'d .,X�� "45g iirp Ro n , W EFpp eE hid;
_ $�.�_Z. °�- m
p'g.b tSy�itJ daR F L �:. R '' FSic $
4Ba� 11191aa : . 111 1 DIN H� 5ex.x2 i i O
� ,p 3a � ggS �p�m� �
'f`./+ $ $ii' Sa4S�F3t?g£ al�9 1 Will ! 'so
A hi i R 4 i
PPiI i FOOT.PLAT w' km�eoom,o
H
PIP-� O�OLSSON
A --
1 f STERLING RIDGE _..._.___
ASSOCIATES
N !"
ula'E OMANANENNASKA I2a1) - REVISIONS .........---.—_.... 'u'.:`.rsn ..v":,:m
ceived prior approval
of the awarding agency.Each separate foreign trip must receive such approval.For purposes of this provision,
"foreign travel"includes any travel outside Canada,Mexico,the United Slates,and any United States territories
and possessions.However,the tern"foreign travel"for a non-profit organization located in a foreign country
means travel outside that country.
http://www.whitehouse.gov/omb/circulars_a122_2004/ 8/17/2011
of a cost grouping directly to the
function benefited,the allocation shall be made in that manner.When the expenses in a cost grouping are more
general in nature,the allocation shall be made through the use of a selected base which produces results that are
equitable to both the Federal Government and the organization.The distribution shall be made in accordance with
the bases described herein unless it can be demonstrated that the use of a different base 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/circulars a122_2004/ 8/17/2011
...
* %
r3
I,
<
=
r1.7 .,.....9 "K.) Q.)
00
N = cz ,u e•-1 i\-. ,. .1
e.,
.... r,.;<.-4..
-,.„..,
E-1
Z
W ,
E-4
g .
-tC
fs•
P4 u.4
C:4 H
,t
cn ••
C1' Z c/) EC? oo
U
a
ftl 9
(., z -- -a
— . z •o
(..) A., P:4 w (..)
L
o cu a N �' �. O a� o v, A,
() = 4- 7 BCD `` .• p, ' -AD p , , p, • '-' A(•
c� a `b �O``s o 2 `n a' f ' 'bO `° 7�
Et) CD CD CD 0 'C AD UQ rn CD Ao En kC . CD A3 Cn
1
x
Z
$ -
Bid Tabs
EGA PROJECT NAME:19TH STREET RESURFACING
Date Printed: 7/21/2011
OPW 52178•SP,PD Date Created: 5/26/2011
EGA Project No.:EGA111069
No. Bid Item Description Contract Unit Unit Extension City
Quantity Price Item
BASE BID ITEMS
1 MOBILIZATION 1 LS $1,800.00 $1,800.00 900.001
2 REMOVE INLET TOP AND ADJUST INLET TO GRADE 2 EA $960.00 $1,920.00 900.002
3 9"CONCRETE PAVEMENT-TYPE L65 13 SY $183.00 $2,379.00 200.209
4 CONSTRUCT COMBINATION CURB AND GUTTER 36 LF $52.00 $1,872.00 202.005
5 CONSTRUCT 2"ASPHALTIC SURFACE COURSE TYPE FMM,PG 70-28 100 TON $130.00 $13,000.00 301.605
6 COLD PLANING-ASPHALT(2") 907 SY $6.00 $5,442.00 303.000
7 ADJUST MANHOLE TO GRADE 2 EA $550.00 $1,100.00 760.000
8 ADJUST GAS VALVE TO GRADE 1 EA $400.00 $400.00 780.000
9 ADJUST WATER VALVE TO GRADE 1 EA $400.00 $400.00 780.001
10 CONSTRUCT EROSION CONTROL INLET PROTECTION 2 EA $230.00 $460.00 900.010
11 TYPE II BARRICADES 1800 BAR DAYS $0.01 $18.00 900.011
12 TYPE III BARRICADES 1800 BAR DAYS $0.01 $18.00 900.012
13 SIGNS 600 SIGN DAYS $0.01 $6.00 900.013 l
TOTAL BASE BID ITEMS $28,815.00 I
ALTERNATE BID ITEMS •
1 CLEAR AND GRUB LANDSCAPE AREAS(AREAS TO BE SEEDED) 3200 SF $0.75 •$2,400.00 900.001
2 SEEDING WITH EROSION CONTROL BLANKET 3200 SF $0.60 $1,920.00 900.002
3 SUBGRADE PREPARATION 560 SY $8.00 $4,480.00 105.001
4 FAULTY SUBGRADE•REMOVE AND REPLACE 0 CY $20.00 $0.00 105.002
5 IMPORT BACKFILL MATERIAL TO GRADE LOW AREAS 50 CY $20.00 $1,000.00 900.005
6 REMOVE DRIVEWAY 55 ' SY $6.00 $330.00 108.000
7 REMOVE SIDEWALK 0 SF $1.00 $0.00 108.001
8 REMOVE COMBINATION CURB AND GUTTER 456 LF $4.50 $2,052.00 109.001
9 CLEARING AND GRUBBING TREES OVER 36"TO 48" DIAMETER 0 EA $3,512.00 $0.00 101.003
10 REMOVE CONTAMINATED SOIL 0 CY $114.23 $0.00 900.010
11 CONSTRUCT COMBINATION CURB AND GUTTER 446 LF $21.00 $9,366.00 202.005
12 7"CONCRETE DRIVEWAY•TYPE L65 0 SY $46.00 $0.00 203.207
. 13 CONSTRUCT CONCRETE CURB RAMP(W/TRUNCATED DOMES) 290 SF $15.00 $4,350.00 204.100
14 5"CONCRETE SIDEWALK •
0 SF $3.75 $0.00 204.000
15 SAW CUT-FULL DEPTH 500 LF $4.00 $2,000.00 300.004
•
TOTAL ALTERNATE BID ITEMS $27,898.00
B INLET PROTECTION
Engineeer's Estimate 10 . @ $100.00 EACH . $1,000.00
Heimes Corp. $165.00 EACH $1,650.00
Cedar Construction $250.00 EACH $2,500.00
MFT Construction $200.00 EACH _ $2,000.00
L. G. Roloff Construction Company,Inc. $96.16 EACH $961.60
Vincentini Plumbing $250.00 EACH $2,500.00
•
Page 8 of 9, 7/15/2011 8:11:36 AM, Bid Tabulation, Generated by: admin for project OPW 52145 SSD, ST, PD
8:11:36 AM, Bid Tabulation, Generated by: admin for project OPW 52145 SSD, ST, PD
Tabulation, Generated by: admin for project OPW 52145 SSD, ST, PD
The Special Sewer Connection fee shall be collected by the
6 •
nts. Prior to final signature by the City of this
Agreement, Subdivider will provide City with an irrevocable letter of credit issued by a reputable financial
institution in an amount no less than Subdivider's required contribution. City and Subdivider may agree to
other financial assurance in their sole discretion. In the event that Subdivider fails to maintain such
financial assurance or defaults in its obligation to make the financial contribution, City shall have the right
to suspend processing and approval of building permits for the Area to be Developed until such default is
cured.
4
lled until such time as they will not be negatively
2
ipril' g tQQ 1 q 1 a l [z 4x m5-x
P ag4ghO#0§ ggie gE } 3i ,?m Y +;i riri yr; liiea _444 .- :4 - I z o p
,�C R ,B8 '6 Bf A, REE Qg ` F I� 9 i 7 A" i i' �1 1 - d h SI Or
R fRf Rdag§'d .,X�� "45g iirp Ro n , W EFpp eE hid;
_ $�.�_Z. °�- m
p'g.b tSy�itJ daR F L �:. R '' FSic $
4Ba� 11191aa : . 111 1 DIN H� 5ex.x2 i i O
� ,p 3a � ggS �p�m� �
'f`./+ $ $ii' Sa4S�F3t?g£ al�9 1 Will ! 'so
A hi i R 4 i
PPiI i FOOT.PLAT w' km�eoom,o
H
PIP-� O�OLSSON
A --
1 f STERLING RIDGE _..._.___
ASSOCIATES
N !"
ula'E OMANANENNASKA I2a1) - REVISIONS .........---.—_.... 'u'.:`.rsn ..v":,:m
ceived prior approval
of the awarding agency.Each separate foreign trip must receive such approval.For purposes of this provision,
"foreign travel"includes any travel outside Canada,Mexico,the United Slates,and any United States territories
and possessions.However,the tern"foreign travel"for a non-profit organization located in a foreign country
means travel outside that country.
http://www.whitehouse.gov/omb/circulars_a122_2004/ 8/17/2011
of a cost grouping directly to the
function benefited,the allocation shall be made in that manner.When the expenses in a cost grouping are more
general in nature,the allocation shall be made through the use of a selected base which produces results that are
equitable to both the Federal Government and the organization.The distribution shall be made in accordance with
the bases described herein unless it can be demonstrated that the use of a different base 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/circulars a122_2004/ 8/17/2011
F
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on July 13, 2011 for OPW 52178=SP,PD.19th
Street Resurfacing project, for resurfacing 19th Street between Corby and Locust Streets; and,,
<q�
WHEREAS, U.S. Asphalt Co. submitted a bid of $56,713.00, being the lowest
and best bid within the bid specifications for OPW 52178-SP,PD 19th Street Resurfacing project;
and,
WHEREAS, U.S. Asphalt Co. has complied with the City's Contract Compliance
Ordinance No. 28885 in relation to Civil Rights - Human Relations.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the attached contract with U.S. Asphalt Co. for OPW 52178-SP,PD 19th
Street Resurfacing project for resurfacing 19th Street between Corby and Locust Streets in the
amount of$56,713.00 is hereby approved and the Finance Department is authorized to pay the
cost of OPW 52178-SP,PD 19th Street Resurfacing Project from the 2011 Community
Development Block Grant Recovery Fund 17111, Organization 117713.
APPROVEIO 0 FORM:
64/(
zeP, CITY VZNEY DATE
Plnlsf1563-res
a71144
By
Co ci ember
Adopted AUG...1.6...201I, 1-0
,44‘
Cler•
k����
Approved....
Mayor
ATE BID ITEMS •
1 CLEAR AND GRUB LANDSCAPE AREAS(AREAS TO BE SEEDED) 3200 SF $0.75 •$2,400.00 900.001
2 SEEDING WITH EROSION CONTROL BLANKET 3200 SF $0.60 $1,920.00 900.002
3 SUBGRADE PREPARATION 560 SY $8.00 $4,480.00 105.001
4 FAULTY SUBGRADE•REMOVE AND REPLACE 0 CY $20.00 $0.00 105.002
5 IMPORT BACKFILL MATERIAL TO GRADE LOW AREAS 50 CY $20.00 $1,000.00 900.005
6 REMOVE DRIVEWAY 55 ' SY $6.00 $330.00 108.000
7 REMOVE SIDEWALK 0 SF $1.00 $0.00 108.001
8 REMOVE COMBINATION CURB AND GUTTER 456 LF $4.50 $2,052.00 109.001
9 CLEARING AND GRUBBING TREES OVER 36"TO 48" DIAMETER 0 EA $3,512.00 $0.00 101.003
10 REMOVE CONTAMINATED SOIL 0 CY $114.23 $0.00 900.010
11 CONSTRUCT COMBINATION CURB AND GUTTER 446 LF $21.00 $9,366.00 202.005
12 7"CONCRETE DRIVEWAY•TYPE L65 0 SY $46.00 $0.00 203.207
. 13 CONSTRUCT CONCRETE CURB RAMP(W/TRUNCATED DOMES) 290 SF $15.00 $4,350.00 204.100
14 5"CONCRETE SIDEWALK •
0 SF $3.75 $0.00 204.000
15 SAW CUT-FULL DEPTH 500 LF $4.00 $2,000.00 300.004
•
TOTAL ALTERNATE BID ITEMS $27,898.00
B INLET PROTECTION
Engineeer's Estimate 10 . @ $100.00 EACH . $1,000.00
Heimes Corp. $165.00 EACH $1,650.00
Cedar Construction $250.00 EACH $2,500.00
MFT Construction $200.00 EACH _ $2,000.00
L. G. Roloff Construction Company,Inc. $96.16 EACH $961.60
Vincentini Plumbing $250.00 EACH $2,500.00
•
Page 8 of 9, 7/15/2011 8:11:36 AM, Bid Tabulation, Generated by: admin for project OPW 52145 SSD, ST, PD
8:11:36 AM, Bid Tabulation, Generated by: admin for project OPW 52145 SSD, ST, PD
Tabulation, Generated by: admin for project OPW 52145 SSD, ST, PD
The Special Sewer Connection fee shall be collected by the
6 •
nts. Prior to final signature by the City of this
Agreement, Subdivider will provide City with an irrevocable letter of credit issued by a reputable financial
institution in an amount no less than Subdivider's required contribution. City and Subdivider may agree to
other financial assurance in their sole discretion. In the event that Subdivider fails to maintain such
financial assurance or defaults in its obligation to make the financial contribution, City shall have the right
to suspend processing and approval of building permits for the Area to be Developed until such default is
cured.
4
lled until such time as they will not be negatively
2
ipril' g tQQ 1 q 1 a l [z 4x m5-x
P ag4ghO#0§ ggie gE } 3i ,?m Y +;i riri yr; liiea _444 .- :4 - I z o p
,�C R ,B8 '6 Bf A, REE Qg ` F I� 9 i 7 A" i i' �1 1 - d h SI Or
R fRf Rdag§'d .,X�� "45g iirp Ro n , W EFpp eE hid;
_ $�.�_Z. °�- m
p'g.b tSy�itJ daR F L �:. R '' FSic $
4Ba� 11191aa : . 111 1 DIN H� 5ex.x2 i i O
� ,p 3a � ggS �p�m� �
'f`./+ $ $ii' Sa4S�F3t?g£ al�9 1 Will ! 'so
A hi i R 4 i
PPiI i FOOT.PLAT w' km�eoom,o
H
PIP-� O�OLSSON
A --
1 f STERLING RIDGE _..._.___
ASSOCIATES
N !"
ula'E OMANANENNASKA I2a1) - REVISIONS .........---.—_.... 'u'.:`.rsn ..v":,:m
ceived prior approval
of the awarding agency.Each separate foreign trip must receive such approval.For purposes of this provision,
"foreign travel"includes any travel outside Canada,Mexico,the United Slates,and any United States territories
and possessions.However,the tern"foreign travel"for a non-profit organization located in a foreign country
means travel outside that country.
http://www.whitehouse.gov/omb/circulars_a122_2004/ 8/17/2011
of a cost grouping directly to the
function benefited,the allocation shall be made in that manner.When the expenses in a cost grouping are more
general in nature,the allocation shall be made through the use of a selected base which produces results that are
equitable to both the Federal Government and the organization.The distribution shall be made in accordance with
the bases described herein unless it can be demonstrated that the use of a different base 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/circulars a122_2004/ 8/17/2011
1
� dc co co o E• °� � Ca CD cc) d
g;cra 0 CD w 0 cra 0
`d °p N• " .'d O O (,D cr
z
rn
CD
cm F � v ,C. gip; � A
• -.- 0 ,..,-. P Pt •-i 1 0 \M \ '
0 cod 0 0 VI.cs CD Po b
o
\\ r) f::• •-t- ca. -,- ._,
• I
sk
(., z -- -a
— . z •o
(..) A., P:4 w (..)
L
o cu a N �' �. O a� o v, A,
() = 4- 7 BCD `` .• p, ' -AD p , , p, • '-' A(•
c� a `b �O``s o 2 `n a' f ' 'bO `° 7�
Et) CD CD CD 0 'C AD UQ rn CD Ao En kC . CD A3 Cn
1
x
Z
$ -