RES 2010-0725 - Contract with Coleman Construction Company for OPW 51904, concrete curb ramp construction 0NIAHA,iv,,` 1 r. � Public Works Department
� Omaha/Douglas Gvic Center U� ti r.0
i � �; w 1819 Farnam Street,Suite 601
Omaha,Nebraska68183-0601
� June 22, 2010 �� ,.���. � � Pi� it 42
o ._r y e:_.. (402)444-5220
74o yro Fax(402)444-5248
.4.EUFEa0* CA 1 4 L.,.t... t.-
�• r
f 1' . 11 i `'a : - " Robert G.Stubbe,P.E.
City of Omaha F „ �'v is r z as;:J�'".
Jim Suttle,Mayor Public Works Director
Honorable President
and Members of the City Council,
The attached Resolution approves the contract with Coleman Construction Company for OPW
51904, being major street concrete curb ramp construction at various locations within the City of
Omaha.
The following bids were received on March 31, 2010. A detailed bidttabulation is attached.
Contractor Total Bid
COLEMAN CONSTRUCTION COMPANY $780,258.45 (RECOMMENDED BID)
Navarro Enterprise Construction, Inc. $812,827.30 . '
Swain Construction, Inc. $842,379.28
U.S. Asphalt Co. $899,341.79
The contractor has on file a current Contract Compliance Report Form (CC-1). As is City
policy, the Human Rights and Relations Department will review the contractor to ensure
compliance with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of OPW 51904 from the 2006
Transportation Fund 13182, 2009 Issue Transportation Bonds Organization 117114, year 2010
expenditures.
The Public Works Department recommends the acceptance of the bid from Coleman
Construction Company, being the lowest and best bid received, and requests your consideration
and approval of this Resolution.
Res fully submitted, Referred to City Council for Consideration:
- 1--z-io Wait) ;+e_ vJarD 14 ( /10
R bert G. tubbe, P.E. Date Mayor's Office Date
Public Works Director
.s
Approved as to Funding: Approved: (� ry . ,
���1� [
—, (— 7— TO 12c�x,lL- oL�w v. /1 /ii
6
Iv Pam Spaccarotella Date Human Rights and Relations Date
Finance Director Department
141910scp
. . . •
,!'.'414.1.1A t".41 I l'"40„';:,•* .
•
I\ ..
,.
• '
• . k. 1'
. .
• •,-..-,
• .
on Co. $4,244.08 per LS $4,244.08
Hawkins Construction Co. $4,208.00 per LS $4,208.00
Charles Vrana&Son Construction Co. $4,200.00 per LS $4,200.00 j
L.G.Roloff Construction Company, Inc. $4,302.95 per LS $4,302.95
112 900.112 REINSTALL VEHICLE PRIORITY CONTROL SYSTEM(OPTICOM)
Engineeer's Estimate 1 @ $2,000.00 per LS $2,000.00
MBC Construction Co. $580.43 per LS $580.43
Hawkins Construction Co. $575.50 per LS $575.50
Charles Vrana&Son Construction Co. $600.00 per LS $600.00
L.G. Roloff Construction Company, Inc. $588.48 per LS $588.48
Page 17 of 18, 5/12/2010 2:04:49 PM, Bid Tabulation, Generated by:admin for project OPW 51398
lad}a _ �„r
f $f .i: f R x ° 4 1ci 4 -'d° $ i3is
{ °It yy°Z J L e-f':i 1 f
4 p_ f1 WW�V.LRA-INC.COM t�
gib 81 o MINOR :;' ;"";:iY v€u -� (Ph) 402.496 2498 i ; a r
•
PLAT Onua,N 6e1s4-2o2] M (Fax)402.496.nw 1
'" 8 - REEDS CAPITOL (Lots 1 and 2) d
__° OMAHA, DOUGLAS COUNTY, NEERASKA i
lternates(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.
Alt 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 Wxa. C4- 5•�ru��io»eenCl�y �. G• Incorporated in Web I
�. o &
Name /tl.'c-iue( 1., Lwxa.., Signature
Title Pre s i Amn•{ Phone Fax H16 "G&? Fax (110-?1 '26 _,?71a3
Address P.o. aox 105 NE G.94,
Street!P.O.Box City State Zip
// 10
E-Mail Address "ie .c) vitcaGon1341-uc..4t/o-rr
rs/al 1 0/a l 10.html 8/31/2009
b/rewrite/circulars/al 10/al 10.html 8/31/2009
l 1 O.html . 8/31/2009
_ 1
• . 8/31/2009
s►
Bid Tabulation
Public Works Department
Omaha, Nebraska
Wednesday, March 31, 2010
Project Summary
OPW 51904 English Yes
Metric: No
Description: Major Street Concrete Curb Ramp Construction at Various Areas within the City of Omaha
Start Date: Completion Date:
Labor Release Date:
Field Book Number: Test Core Lengths:
Council Resolution: Adoption Date:
Percent Reserve Due: 10.0%
Percent Complete: 0.0% Percent Time Used: 0.0%
Engineer's Total: $1,142,710.00 •
Contract Total $0.00
Total Penalties: $0.00
Total Payments: $0.00
Contractor:
Phone#: •
Fax#:
Email address:
Page 1 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by:admin for project OPW 51904
Mayor
Resume is attached.
Revised 03/99
p:\LAW-COUNCIL DOCUMENTS\2010\20022v1j
Account/Funding Summary
Fund Org. Description Engineer Contract Penalties Payments
13182 117114 2009 Issue Transportation Bonds $1,142,710.00 $0.00 $0.00 $0.00
$1,142,710.00 $0.00 $0.00 $0.00
•
•
Page 2 of 7, 3/31/2010 2:03:40.PM, Bid Tabulation, Generated by: admin for project OPW 51904
Test Core Lengths:
Council Resolution: Adoption Date:
Percent Reserve Due: 10.0%
Percent Complete: 0.0% Percent Time Used: 0.0%
Engineer's Total: $1,142,710.00 •
Contract Total $0.00
Total Penalties: $0.00
Total Payments: $0.00
Contractor:
Phone#: •
Fax#:
Email address:
Page 1 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by:admin for project OPW 51904
Mayor
Resume is attached.
Revised 03/99
p:\LAW-COUNCIL DOCUMENTS\2010\20022v1j
Bid Summary (low to high bidder)
Contractor
Engineer's Estimate: $1,142,710.00
Diff From Low: $362,451.55
Coleman Construction Company,Inc. Bid: $780,258.45 **
2505 North 24th Street,Suite 536 Diff From Low: $0.00
Omaha NE 68110-
Navarro Enterprise Construction,Inc. Bid: $812,827.30
2914"R"Street Diff From Low: $32,568.85
Omaha NE 68107-
Swain Construction,Inc. Bid: $842,379.28
6002 North 89th Circle Diff From Low: $62,120.83
Omaha NE 68134-
U.S.Asphalt Co. Bid: $899,341.79
14012 Giles Road Diff From Low: $119,083.34
Omaha NE 68138-
Number of Bids: 4
Low Bid: $780,258.45
High Bid: $899,341.79
Average Bid:: $833,701.71
;; Corrected Total
Page 3 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by: admin for project OPW 51904
8.45 (RECOMMENDED BID)
Navarro Enterprise Construction, Inc. $812,827.30 . '
Swain Construction, Inc. $842,379.28
U.S. Asphalt Co. $899,341.79
The contractor has on file a current Contract Compliance Report Form (CC-1). As is City
policy, the Human Rights and Relations Department will review the contractor to ensure
compliance with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of OPW 51904 from the 2006
Transportation Fund 13182, 2009 Issue Transportation Bonds Organization 117114, year 2010
expenditures.
The Public Works Department recommends the acceptance of the bid from Coleman
Construction Company, being the lowest and best bid received, and requests your consideration
and approval of this Resolution.
Res fully submitted, Referred to City Council for Consideration:
- 1--z-io Wait) ;+e_ vJarD 14 ( /10
R bert G. tubbe, P.E. Date Mayor's Office Date
Public Works Director
.s
Approved as to Funding: Approved: (� ry . ,
���1� [
—, (— 7— TO 12c�x,lL- oL�w v. /1 /ii
6
Iv Pam Spaccarotella Date Human Rights and Relations Date
Finance Director Department
141910scp
. . . •
,!'.'414.1.1A t".41 I l'"40„';:,•* .
•
I\ ..
,.
• '
• . k. 1'
. .
• •,-..-,
• .
on Co. $4,244.08 per LS $4,244.08
Hawkins Construction Co. $4,208.00 per LS $4,208.00
Charles Vrana&Son Construction Co. $4,200.00 per LS $4,200.00 j
L.G.Roloff Construction Company, Inc. $4,302.95 per LS $4,302.95
112 900.112 REINSTALL VEHICLE PRIORITY CONTROL SYSTEM(OPTICOM)
Engineeer's Estimate 1 @ $2,000.00 per LS $2,000.00
MBC Construction Co. $580.43 per LS $580.43
Hawkins Construction Co. $575.50 per LS $575.50
Charles Vrana&Son Construction Co. $600.00 per LS $600.00
L.G. Roloff Construction Company, Inc. $588.48 per LS $588.48
Page 17 of 18, 5/12/2010 2:04:49 PM, Bid Tabulation, Generated by:admin for project OPW 51398
lad}a _ �„r
f $f .i: f R x ° 4 1ci 4 -'d° $ i3is
{ °It yy°Z J L e-f':i 1 f
4 p_ f1 WW�V.LRA-INC.COM t�
gib 81 o MINOR :;' ;"";:iY v€u -� (Ph) 402.496 2498 i ; a r
•
PLAT Onua,N 6e1s4-2o2] M (Fax)402.496.nw 1
'" 8 - REEDS CAPITOL (Lots 1 and 2) d
__° OMAHA, DOUGLAS COUNTY, NEERASKA i
lternates(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.
Alt 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 Wxa. C4- 5•�ru��io»eenCl�y �. G• Incorporated in Web I
�. o &
Name /tl.'c-iue( 1., Lwxa.., Signature
Title Pre s i Amn•{ Phone Fax H16 "G&? Fax (110-?1 '26 _,?71a3
Address P.o. aox 105 NE G.94,
Street!P.O.Box City State Zip
// 10
E-Mail Address "ie .c) vitcaGon1341-uc..4t/o-rr
rs/al 1 0/a l 10.html 8/31/2009
b/rewrite/circulars/al 10/al 10.html 8/31/2009
l 1 O.html . 8/31/2009
_ 1
• . 8/31/2009
i
Type Line# Item # Description Quantity Price Total
1 900.001 CLEARING AND GRUBBING PER CORNER
Engineeer's Estimate 213 @ $25.00 EACH $5,325.00
Coleman Construction Company, Inc. $125.00 EACH $26,625.00
Navarro Enterprise Construction, Inc. $75.00 EACH $15,975.00
Swain Construction, Inc. $75.00 EACH $15,975.00
U. S.Asphalt Co. $152.81 EACH $32,548.53
2 900.002 BARRICADES PER CORNER
Engineeer's Estimate 213 @ $50.00 EACH $10,650.00
Coleman Construction Company, Inc. $155.00 EACH $33,015.00
Navarro Enterprise Construction, Inc. $137.50 EACH $29,287.50
Swain Construction,Inc. $200.00 EACH $42,600.00
U.S.Asphalt Co. $128.31 EACH $27,330.03
•
3 900.003 ARROW BOARD
Engineeer's Estimate 557 @ $100.00 per DAY $55,700.00
Coleman Construction Company, Inc. $135.00 per DAY $75,195.00
Navarro Enterprise Construction, Inc. $26.40 per DAY $14,704.80
Swain Construction,Inc. $1.10 per DAY $612.70
U.S.Asphalt Co. $24.64 per DAY $13,724.48
4 104.001 EARTHWORK(EMBANKMENT)
Engineeer's Estimate 9 @ $10.00 per CY $90.00
Coleman Construction Company, Inc. $10.00 per CY $90.00
Navarro Enterprise Construction,Inc. $50.00 per CY • $450.00
Swain Construction, Inc. $3.00 per CY $27.00
U.S.Asphalt Co. $38.07 per CY $342.63
5 104.000 ` EARTHWORK(EXCAVATION)
Engineeer's Estimate 9 @ $10.00 per CY $90.00
Coleman Construction Company, Inc. $8.00 per CY $72.00
Navarro Enterprise Construction,Inc. $50.00 per CY $450.00
Swain Construction,Inc. $3.00 per CY $27.00
U.S.Asphalt Co. $43.20 per CY $388.80
6 103.001 TREE ROOT TRIMMING
Engineeer's Estimate 9 @ $30.00 per LABOR HO $270.00
Coleman Construction Company,Inc. $20.00 per LABOR HO $180.00
Navarro Enterprise Construction, Inc. $75.00 per LABOR HO $675.00
Swain Construction,Inc. $20.00 per LABOR HO $180.00
U.S.Asphalt Co. $30.22 per LABOR HO $271.98
7 900.007 REPAIR CONCRETE CURB(ADA)
Engineeer's Estimate 6244 @ $30.00 per LF $187,320.00
Coleman Construction Company, Inc. $17.00 per LF $106,148.00
Navarro Enterprise Construction,Inc. $21.00 per LF $131,124.00
Swain Construction, Inc. $22.50 per LF $140,490.00
U.S.Asphalt Co. .$26.15 per LF $163,280.60
8 306.000 REPAIR CONCRETE CURB
Engineeer's Estimate 5854 @ $30.00 per LF $175,620.00
Coleman Construction Company, Inc. $18.00 per LF $105,372.00
Navarro Enterprise Construction,Inc. $22.00 per LF $128,788.00
Swain Construction, Inc. $22.50 per LF $131,715.00
U.S.Asphalt Co. $26.20 per LF $153,374.80
Page 4 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by: admin for project OPW 51904
00
L.G. Roloff Construction Company, Inc. $588.48 per LS $588.48
Page 17 of 18, 5/12/2010 2:04:49 PM, Bid Tabulation, Generated by:admin for project OPW 51398
lad}a _ �„r
f $f .i: f R x ° 4 1ci 4 -'d° $ i3is
{ °It yy°Z J L e-f':i 1 f
4 p_ f1 WW�V.LRA-INC.COM t�
gib 81 o MINOR :;' ;"";:iY v€u -� (Ph) 402.496 2498 i ; a r
•
PLAT Onua,N 6e1s4-2o2] M (Fax)402.496.nw 1
'" 8 - REEDS CAPITOL (Lots 1 and 2) d
__° OMAHA, DOUGLAS COUNTY, NEERASKA i
lternates(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.
Alt 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 Wxa. C4- 5•�ru��io»eenCl�y �. G• Incorporated in Web I
�. o &
Name /tl.'c-iue( 1., Lwxa.., Signature
Title Pre s i Amn•{ Phone Fax H16 "G&? Fax (110-?1 '26 _,?71a3
Address P.o. aox 105 NE G.94,
Street!P.O.Box City State Zip
// 10
E-Mail Address "ie .c) vitcaGon1341-uc..4t/o-rr
rs/al 1 0/a l 10.html 8/31/2009
b/rewrite/circulars/al 10/al 10.html 8/31/2009
l 1 O.html . 8/31/2009
_ 1
• . 8/31/2009
i
Type Line# Item # Description Quantity Price Total
9 307.008 REPAIR CONCRETE DRIVEWAY
Engineeer's Estimate 5 @ $40.00 per SY $200.00
Coleman Construction Company, Inc. $50.00 per SY $250.00
Navarro Enterprise Construction,Inc. $36.00 per SY $180.00
Swain Construction, Inc. $36.00 per SY $180.00
U.S.Asphalt Co. $71.90 per SY $359.50
10 307.013 CONCRETE PAVEMENT REPAIR-TYPE L85
Engineeer's Estimate 350 @ $80.00 per SY $28,000.00
Coleman Construction Company, Inc. $47.00 per SY $16,450.00
Navarro Enterprise Construction, Inc. $48.00 per SY $16,800.00
Swain Construction, Inc. $52.00 per SY $18,200.00
U.S.Asphalt Co. $63.85 per SY, $22,347.50
11 900.011 CONSTRUCT HANDICAP RAMP
Engineeer's Estimate 9911 @ $10.00 per SF $99,110.00
Coleman Construction Company, Inc. $5.35 per SF $53,023.85
Navarro Enterprise Construction, Inc. $8.50 per SF $84,243.50
Swain Construction, Inc. $8.00 per SF $79,288.00
•
U.S.Asphalt Co. $9.11 per SF $90,289.21 •
12 900.012 FURNISH 2 FT x 4 FT TRUNCATED DOME PANEL
Engineeer's Estimate 264 @ $285.00 EACH $75,240.00
Coleman Construction Company, Inc. $110.00 EACH $29,040.00
Navarro Enterprise Construction,Inc. $130.00 EACH $34,320.00
Swain Construction, Inc. $143.00 EACH $37,752.00
U.S.Asphalt Co. $157.26 EACH $41,516.64
13 307.006 REPAIR 4"CONCRETE SIDEWALK
Engineeer's Estimate 30740 @ $5.00 per SF $153,700.00
Coleman Construction Company, Inc. $3.95 per SF $121,423.00
Navarro Enterprise Construction,Inc. $4.75 per SF $146,015.00
Swain Construction, Inc. $5.65 per SF $173,681.00
U.S.Asphalt Co. $4.91 per SF $150,933.40
14 307.007 REPAIR 6"CONCRETE SIDEWALK
Engineeer's Estimate 5870 @ $5.50 per SF $32,285.00
Coleman Construction Company, Inc. $4.95 per SF $29,056.50 J..
Navarro Enterprise Construction,Inc. $6.50 per SF $38,155.00
Swain Construction, Inc. $5.60 per SF $32,872.00
U.S.Asphalt Co. $5.86 per SF $34,398.20
15 900.015 IMPRINTED CONCRETE SIDEWALK
Engineeer's Estimate 13426 @ $10.00 per SF $134,260.00
Coleman Construction Company,Inc. $4.85 per SF $65,116.10 .
Navarro Enterprise Construction, Inc. $4.75 per SF $63,773.50
Swain Construction, Inc. $5.08 per SF $68,204.08
U.S.Asphalt Co. $4.49 per SF $60,282.74
16 900.016 REMOVE AND REPLACE PRECAST INLET TOP
Engineeer's Estimate 29 @ $3,500.00 EACH $101,500.00
Coleman Construction Company, Inc. $1,500.00 EACH $43,500.00
Navarro Enterprise Construction,Inc. $1,600.00 EACH $46,400.00
Swain Construction, Inc. $1,500.00 EACH $43,500.00
U.S.Asphalt Co. $1,506.63 EACH $43,692.27
* Corrected Extension
Page 5 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by:admin for project OPW 51904
Tabulation, Generated by:admin for project OPW 51398
lad}a _ �„r
f $f .i: f R x ° 4 1ci 4 -'d° $ i3is
{ °It yy°Z J L e-f':i 1 f
4 p_ f1 WW�V.LRA-INC.COM t�
gib 81 o MINOR :;' ;"";:iY v€u -� (Ph) 402.496 2498 i ; a r
•
PLAT Onua,N 6e1s4-2o2] M (Fax)402.496.nw 1
'" 8 - REEDS CAPITOL (Lots 1 and 2) d
__° OMAHA, DOUGLAS COUNTY, NEERASKA i
lternates(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.
Alt 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 Wxa. C4- 5•�ru��io»eenCl�y �. G• Incorporated in Web I
�. o &
Name /tl.'c-iue( 1., Lwxa.., Signature
Title Pre s i Amn•{ Phone Fax H16 "G&? Fax (110-?1 '26 _,?71a3
Address P.o. aox 105 NE G.94,
Street!P.O.Box City State Zip
// 10
E-Mail Address "ie .c) vitcaGon1341-uc..4t/o-rr
rs/al 1 0/a l 10.html 8/31/2009
b/rewrite/circulars/al 10/al 10.html 8/31/2009
l 1 O.html . 8/31/2009
_ 1
• . 8/31/2009
l
Type Line# Item # Description Quantity Price Total
17 760.000 ADJUST MANHOLE TO GRADE
Engineeer's Estimate 23 @ $400.00 EACH $9,200.00
Coleman Construction Company, Inc. $130.00 EACH $2,990.00
Navarro Enterprise Construction, Inc. $150.00 EACH • $3,450.00
Swain Construction, Inc. $150.00 EACH $3,450.00 1
U.S.Asphalt Co. $373.26 EACH $8,584.98
18 900.018 ADJUST CURB STOP&CURB BOX
Engineeer's Estimate 9 @ $400.00 EACH $3,600..00
Coleman Construction Company, Inc. $220.00 EACH $1,980.00
Navarro Enterprise Construction, Inc. $150.00 EACH $1,350.00
Swain Construction, Inc. $200.00 EACH $1,800.00
U.S.Asphalt Co. $461.92 EACH $4,157.28
19 900.019 TRAFFIC SIGNAL FACILITY ADJUSTMENT .
Engineeer's Estimate 2 @ $250.00 EACH $500.00
Coleman Construction Company, Inc. $500.00 EACH $1,000.00
Navarro Enterprise Construction, Inc. $181.50 EACH $363.00
Swain Construction, Inc. $180.00 EACH $360.00
•
U.S.Asphalt Co. $205.30 EACH • $410.60
20 900.020 REMOVE AND REPLACE EXISTING RETAINING WALL
Engineeer's Estimate 115 @ $100.00 per SF $11,500.00
Coleman Construction Company, Inc. $18.00 per SF $2,070.00
Navarro Enterprise Construction, Inc. $20.00 per SF $2,300.00
Swain Construction, Inc. $20.00 per SF $2,300.00
U.S.Asphalt Co. $25.66 per SF $2,950.90
21 701.100 CONSTRUCT SEGMENTAL RETAINING WALL
Engineeer's Estimate 1140 @ $30.00 per SF $34,200.00
Coleman Construction Company, Inc. $18.00 per SF $20,520.00
Navarro Enterprise Construction, Inc. $17.00 per SF $19,380.00
Swain Construction, Inc. $21.00 per SF $23,940.00
U.S.Asphalt Co. $15.40 per SF $17,556.00
22 900.022 CONSTRUCT CONCRETE CURB WALL<2 FT
Engineeer's Estimate 112 @ $25.00 per SF $2,800.00
Coleman Construction Company, Inc. $18.00 per SF $2,016.00
Navarro Enterprise Construction,Inc. • $65.00 per SF $7,280.00
Swain Construction, Inc. • $20.75 per SF $2,324.00
U.S.Asphalt Co. $26.17 per SF $2,931.04
23 700.001 CONSTRUCT REINFORCED CONCRETE CURB WALL
Engineeer's Estimate 210 @ $25.00 per CY $5,250.00
Coleman Construction Company, Inc. $150.00 per CY $31,500.00
Navarro Enterprise Construction,Inc. $95.00 per CY $19,950.00
Swain Construction,Inc. $56.00 per CY $11,760.00
U.S.Asphalt Co. $20.53 per CY $4,311.30 '
24 111.001 REMOVE AND REPLACE FENCE
Engineeer's Estimate 80 @ $20.00 per LF $1,600.00
Coleman Construction Company, Inc. $25.00 per LF $2,000.00
Navarro Enterprise Construction,Inc. $17.00 per LF $1,360.00
• Swain Construction, Inc. $15.00 per LF $1,200.00
U.S.Asphalt Co. $51.32 per LF $4,105.60
Corrected Extension
Page 6 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by: admin for project OPW 51904
ation, Generated by:admin for project OPW 51398
lad}a _ �„r
f $f .i: f R x ° 4 1ci 4 -'d° $ i3is
{ °It yy°Z J L e-f':i 1 f
4 p_ f1 WW�V.LRA-INC.COM t�
gib 81 o MINOR :;' ;"";:iY v€u -� (Ph) 402.496 2498 i ; a r
•
PLAT Onua,N 6e1s4-2o2] M (Fax)402.496.nw 1
'" 8 - REEDS CAPITOL (Lots 1 and 2) d
__° OMAHA, DOUGLAS COUNTY, NEERASKA i
lternates(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.
Alt 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 Wxa. C4- 5•�ru��io»eenCl�y �. G• Incorporated in Web I
�. o &
Name /tl.'c-iue( 1., Lwxa.., Signature
Title Pre s i Amn•{ Phone Fax H16 "G&? Fax (110-?1 '26 _,?71a3
Address P.o. aox 105 NE G.94,
Street!P.O.Box City State Zip
// 10
E-Mail Address "ie .c) vitcaGon1341-uc..4t/o-rr
rs/al 1 0/a l 10.html 8/31/2009
b/rewrite/circulars/al 10/al 10.html 8/31/2009
l 1 O.html . 8/31/2009
_ 1
• . 8/31/2009
Type Line# Item # Description Quantity Price Total
25 111.042 REMOVE AND RELOCATE SPRINKLER SYSTEM HEAD
Engineeer's Estimate 123 @ $65.00 EACH $7,995.00
Coleman Construction Company, Inc. $60.00 EACH $7,380.00
Navarro Enterprise Construction, Inc. $15.00 EACH $1,845.00
Swain Construction, Inc. $47.00 EACH $5,781.00
U.S.Asphalt Co. $82.20 EACH $10,110.60
26 605.000 SODDING
Engineeer's Estimate 101 @ $5.00 per SY $505.00
Coleman Construction Company, Inc. $6.00 per SY $606.00
Navarro Enterprise Construction, Inc. $8.00 per SY $808.00
Swain Construction, Inc. $10.50 per SY $1,060.50
U.S.Asphalt Co. $39.70 per SY $4,009.70
27 900.027 RECONSTRUCT RAILROAD TIE WALL
Engineeer's Estimate 200 @ $25.00 per SF $5,000.00
Coleman Construction Company, Inc. $15.00 per SF $3,000.00
Navarro Enterprise Construction,Inc. $14.00 per SF $2,800.00
Swain Construction, Inc: $12.50 per SF $2,500.00
U.S.Asphalt Co. $20.53 per SF $4,106.00
28 900.028 TOWING
Engineeer's Estimate 8 @ $150.00 per HR $1,200.00
Coleman Construction Company, Inc. $80.00 per HR $640.00
Navarro Enterprise Construction,Inc. $75.00 per HR $600.00
Swain Construction, Inc. $75.00 per HR $600.00
U.S.Asphalt Co. $128.31 per HR $1,026.48
(LINES 1 Through 28 INCLUSIVE)
Bid Tabulation, generated min n 3/3 / 10 2:03:40 PM for project OPW 51904 CERTIFIED BY: DATE: J(/
/7
Page 7 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by:admin for project OPW 51904
nc. $18.00 per SF $20,520.00
Navarro Enterprise Construction, Inc. $17.00 per SF $19,380.00
Swain Construction, Inc. $21.00 per SF $23,940.00
U.S.Asphalt Co. $15.40 per SF $17,556.00
22 900.022 CONSTRUCT CONCRETE CURB WALL<2 FT
Engineeer's Estimate 112 @ $25.00 per SF $2,800.00
Coleman Construction Company, Inc. $18.00 per SF $2,016.00
Navarro Enterprise Construction,Inc. • $65.00 per SF $7,280.00
Swain Construction, Inc. • $20.75 per SF $2,324.00
U.S.Asphalt Co. $26.17 per SF $2,931.04
23 700.001 CONSTRUCT REINFORCED CONCRETE CURB WALL
Engineeer's Estimate 210 @ $25.00 per CY $5,250.00
Coleman Construction Company, Inc. $150.00 per CY $31,500.00
Navarro Enterprise Construction,Inc. $95.00 per CY $19,950.00
Swain Construction,Inc. $56.00 per CY $11,760.00
U.S.Asphalt Co. $20.53 per CY $4,311.30 '
24 111.001 REMOVE AND REPLACE FENCE
Engineeer's Estimate 80 @ $20.00 per LF $1,600.00
Coleman Construction Company, Inc. $25.00 per LF $2,000.00
Navarro Enterprise Construction,Inc. $17.00 per LF $1,360.00
• Swain Construction, Inc. $15.00 per LF $1,200.00
U.S.Asphalt Co. $51.32 per LF $4,105.60
Corrected Extension
Page 6 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by: admin for project OPW 51904
ation, Generated by:admin for project OPW 51398
lad}a _ �„r
f $f .i: f R x ° 4 1ci 4 -'d° $ i3is
{ °It yy°Z J L e-f':i 1 f
4 p_ f1 WW�V.LRA-INC.COM t�
gib 81 o MINOR :;' ;"";:iY v€u -� (Ph) 402.496 2498 i ; a r
•
PLAT Onua,N 6e1s4-2o2] M (Fax)402.496.nw 1
'" 8 - REEDS CAPITOL (Lots 1 and 2) d
__° OMAHA, DOUGLAS COUNTY, NEERASKA i
lternates(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.
Alt 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 Wxa. C4- 5•�ru��io»eenCl�y �. G• Incorporated in Web I
�. o &
Name /tl.'c-iue( 1., Lwxa.., Signature
Title Pre s i Amn•{ Phone Fax H16 "G&? Fax (110-?1 '26 _,?71a3
Address P.o. aox 105 NE G.94,
Street!P.O.Box City State Zip
// 10
E-Mail Address "ie .c) vitcaGon1341-uc..4t/o-rr
rs/al 1 0/a l 10.html 8/31/2009
b/rewrite/circulars/al 10/al 10.html 8/31/2009
l 1 O.html . 8/31/2009
_ 1
• . 8/31/2009
CO O 0
N O N
0) O O)
C h a ti
O To M O c) to
• 0 1- .- 1U 1-
7 00 a- O
.. N9 to
y
C
O
U .
3 0 co G
N
O O O
Cl O M
h O t-
O 10 CO 0 CON
14
.Q p N O N 0
6. H co w-et C))in F-
w, O NT to
C ._
W j
O L
> C co n Q
ZU
C 10 p 0 et. N: o N
0 CO O co a- 0 a-
7 CC N O N 10 'Cr 0 M
"i' O O O 0 w
h. CO isInO O) 1a LeC ~ Is r ,�,,, ~ CO N
U . CC * to
r.
s
C 0 a
ca E m Q
y
d CC 0 Cl) CC co
U -1 0 j 0 1-
0 0 0 0 0 0
0 o c o 0 o a a
to ti o i N To ti o m
W ~ Ii-O N c0 00 W ~ FO- of M ^ N m\
Q N C Q a- N CCC m
W a- a- ' W
Z I fA 4,9 Z H !R U' "p
Z W Z N 0
W tIJ coW W u) ai
CC _ O 8
0 a- a a' U a
c c
a) a)
Q O a o
> 0 L.
> \.
y
O C O C \i,
I
O Oo
\
7 +r O NI
P.
a c ; a c 3 0
ca o m CC O a)
co 0 a) CC U a) '
E a a E a a i o
a C C 0 o x CC as 0 o
U 7 Q 0 •. U 7 Q y n
oVo .- C) C) vC) w. oo > CC , ' a
0 N O O a- N N ms C A
O •
•f y « p v a) Q •- d 4-,, a- O v 0 '°
- 1A a- N 1C f6 1A r- N 16 T. P
5a3N -co 13 0Q-Q C o U Q C OO• pp L 'D
- a Vt a) 0 a QL G a ap
Q mQ CC 0000 a+ C r V .+ C j
1- O dam. C ,, 0 O • 0 F- O r=.. C .0 00• 0 a) o
0 Z y m y ap m `- o m 0 Z N 3 0) u0i N m o m U 9-
U L O 0 0 J O 0 0 J 'v
m 0 1y0 a) 0 W N Q m 0 so 'p O O co E W N Q
Q a 2 < u_ < E co TO I- a a_ 2 < L a m m z 1a
a.
prise Construction,Inc. $17.00 per LF $1,360.00
• Swain Construction, Inc. $15.00 per LF $1,200.00
U.S.Asphalt Co. $51.32 per LF $4,105.60
Corrected Extension
Page 6 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by: admin for project OPW 51904
ation, Generated by:admin for project OPW 51398
lad}a _ �„r
f $f .i: f R x ° 4 1ci 4 -'d° $ i3is
{ °It yy°Z J L e-f':i 1 f
4 p_ f1 WW�V.LRA-INC.COM t�
gib 81 o MINOR :;' ;"";:iY v€u -� (Ph) 402.496 2498 i ; a r
•
PLAT Onua,N 6e1s4-2o2] M (Fax)402.496.nw 1
'" 8 - REEDS CAPITOL (Lots 1 and 2) d
__° OMAHA, DOUGLAS COUNTY, NEERASKA i
lternates(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.
Alt 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 Wxa. C4- 5•�ru��io»eenCl�y �. G• Incorporated in Web I
�. o &
Name /tl.'c-iue( 1., Lwxa.., Signature
Title Pre s i Amn•{ Phone Fax H16 "G&? Fax (110-?1 '26 _,?71a3
Address P.o. aox 105 NE G.94,
Street!P.O.Box City State Zip
// 10
E-Mail Address "ie .c) vitcaGon1341-uc..4t/o-rr
rs/al 1 0/a l 10.html 8/31/2009
b/rewrite/circulars/al 10/al 10.html 8/31/2009
l 1 O.html . 8/31/2009
_ 1
• . 8/31/2009
c-25a CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were submitted on March 31, 2010 for OPW 51904, being major street
concrete curb ramp construction at various locations within the City of Omaha; and,
WHEREAS, Coleman Construction Company submitted a bid of$780,258.45, being the
lowest and best bid received, for OPW 51904.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT, as recommended by the Mayor, the contract with Coleman Construction
Company for OPW 51904, being major street concrete curb ramp construction at various
locations within the City of Omaha in the amount of$780,258.45 is hereby approved; and that
the Finance Department is authorized to pay this cost from the 2006 Transportation Fund 13182,
2009 Issue Transportation Bonds Organization 117114, year 2010 expenditures.
142010scp APPROVED AS TO FORM:
'7 1k-? "(.0
j' CITY ATTORNEY DATE
JU Q �o�12 7%k et44, AA/i/e-6/5--.,-
/
o on , 4 -o /�9�0 4A
AV/dedb/9 �/ dA32/
900_ � � C% Luc,/iP �/.�d
JUL" 2 7 2010 --/rola/ em Ag ici z .2 rrieo01 a
yeaS; 7A9/0 4)7ecs e, &ay, /y),
By 94‘447 Plf("44,444Z6
Councilmember / ,,
�- aU.N..2 9 201.4...... o� jo /° 3_y
4. es, 4 yetw: o ,71/-/ 40,/5
e� '' lam'
Ci Clerk y n9 C�4 .!
- l� %e/ o ) i��
Approved..0 „/ /vL/ ��
Mayo?
0 a- a a' U a
c c
a) a)
Q O a o
> 0 L.
> \.
y
O C O C \i,
I
O Oo
\
7 +r O NI
P.
a c ; a c 3 0
ca o m CC O a)
co 0 a) CC U a) '
E a a E a a i o
a C C 0 o x CC as 0 o
U 7 Q 0 •. U 7 Q y n
oVo .- C) C) vC) w. oo > CC , ' a
0 N O O a- N N ms C A
O •
•f y « p v a) Q •- d 4-,, a- O v 0 '°
- 1A a- N 1C f6 1A r- N 16 T. P
5a3N -co 13 0Q-Q C o U Q C OO• pp L 'D
- a Vt a) 0 a QL G a ap
Q mQ CC 0000 a+ C r V .+ C j
1- O dam. C ,, 0 O • 0 F- O r=.. C .0 00• 0 a) o
0 Z y m y ap m `- o m 0 Z N 3 0) u0i N m o m U 9-
U L O 0 0 J O 0 0 J 'v
m 0 1y0 a) 0 W N Q m 0 so 'p O O co E W N Q
Q a 2 < u_ < E co TO I- a a_ 2 < L a m m z 1a
a.
prise Construction,Inc. $17.00 per LF $1,360.00
• Swain Construction, Inc. $15.00 per LF $1,200.00
U.S.Asphalt Co. $51.32 per LF $4,105.60
Corrected Extension
Page 6 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by: admin for project OPW 51904
ation, Generated by:admin for project OPW 51398
lad}a _ �„r
f $f .i: f R x ° 4 1ci 4 -'d° $ i3is
{ °It yy°Z J L e-f':i 1 f
4 p_ f1 WW�V.LRA-INC.COM t�
gib 81 o MINOR :;' ;"";:iY v€u -� (Ph) 402.496 2498 i ; a r
•
PLAT Onua,N 6e1s4-2o2] M (Fax)402.496.nw 1
'" 8 - REEDS CAPITOL (Lots 1 and 2) d
__° OMAHA, DOUGLAS COUNTY, NEERASKA i
lternates(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.
Alt 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 Wxa. C4- 5•�ru��io»eenCl�y �. G• Incorporated in Web I
�. o &
Name /tl.'c-iue( 1., Lwxa.., Signature
Title Pre s i Amn•{ Phone Fax H16 "G&? Fax (110-?1 '26 _,?71a3
Address P.o. aox 105 NE G.94,
Street!P.O.Box City State Zip
// 10
E-Mail Address "ie .c) vitcaGon1341-uc..4t/o-rr
rs/al 1 0/a l 10.html 8/31/2009
b/rewrite/circulars/al 10/al 10.html 8/31/2009
l 1 O.html . 8/31/2009
_ 1
• . 8/31/2009
O 'al 5oonoz
iAN p N• W '."fir '-'' OYEt i 'n'* P O
iJ
\
N +o i.I ;j ! iiI1:
. '- 't, N.
�o u Oo'a n
& 8 .p,.,,. tl. <
N WN. N O N a k,
'-r.c O O
to la' 0 p. ... cp u) a `� 0
\ \rye '< �
\
Osq>. -\ i_
v y
9S f ` 0 0
?iN , \\\ Ca X t, \ at,
- A k.s . • .
p i_ \ v" \'4_ ,I.,‘•
N).c- zi
N6 ,_ ,,:k,,,,,,, , . ,
,1:1, , .
.,% NI, ,
, • No k.
, — , q ' . .. . . \ Ai.;, ,V)•?
A k . , ' - '. • , • •- -,.- % f 4 k .
% \k\g .
ktls •
,...,_._ \ CI\
6( Zs
\ ' k\\ t ,' ', . ' ' k
z\
.‘9 ›,. _,4 . %,_ Nck:, ....‘N.
- N.Nkt\.• %
(1 • a \
k. .2 -• c' ,„,:M. ,) Q
----q.', ;-...i.:1 , -A-.'-‘'''N, \,,,\: (N'XH. ' Z 1.,„t„,k.,
,g _ ,, .. .. , . • .. ,,,, „ --,k.
0 o � q �
yetw: o ,71/-/ 40,/5
e� '' lam'
Ci Clerk y n9 C�4 .!
- l� %e/ o ) i��
Approved..0 „/ /vL/ ��
Mayo?
0 a- a a' U a
c c
a) a)
Q O a o
> 0 L.
> \.
y
O C O C \i,
I
O Oo
\
7 +r O NI
P.
a c ; a c 3 0
ca o m CC O a)
co 0 a) CC U a) '
E a a E a a i o
a C C 0 o x CC as 0 o
U 7 Q 0 •. U 7 Q y n
oVo .- C) C) vC) w. oo > CC , ' a
0 N O O a- N N ms C A
O •
•f y « p v a) Q •- d 4-,, a- O v 0 '°
- 1A a- N 1C f6 1A r- N 16 T. P
5a3N -co 13 0Q-Q C o U Q C OO• pp L 'D
- a Vt a) 0 a QL G a ap
Q mQ CC 0000 a+ C r V .+ C j
1- O dam. C ,, 0 O • 0 F- O r=.. C .0 00• 0 a) o
0 Z y m y ap m `- o m 0 Z N 3 0) u0i N m o m U 9-
U L O 0 0 J O 0 0 J 'v
m 0 1y0 a) 0 W N Q m 0 so 'p O O co E W N Q
Q a 2 < u_ < E co TO I- a a_ 2 < L a m m z 1a
a.
prise Construction,Inc. $17.00 per LF $1,360.00
• Swain Construction, Inc. $15.00 per LF $1,200.00
U.S.Asphalt Co. $51.32 per LF $4,105.60
Corrected Extension
Page 6 of 7, 3/31/2010 2:03:40 PM, Bid Tabulation, Generated by: admin for project OPW 51904
ation, Generated by:admin for project OPW 51398
lad}a _ �„r
f $f .i: f R x ° 4 1ci 4 -'d° $ i3is
{ °It yy°Z J L e-f':i 1 f
4 p_ f1 WW�V.LRA-INC.COM t�
gib 81 o MINOR :;' ;"";:iY v€u -� (Ph) 402.496 2498 i ; a r
•
PLAT Onua,N 6e1s4-2o2] M (Fax)402.496.nw 1
'" 8 - REEDS CAPITOL (Lots 1 and 2) d
__° OMAHA, DOUGLAS COUNTY, NEERASKA i
lternates(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.
Alt 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 Wxa. C4- 5•�ru��io»eenCl�y �. G• Incorporated in Web I
�. o &
Name /tl.'c-iue( 1., Lwxa.., Signature
Title Pre s i Amn•{ Phone Fax H16 "G&? Fax (110-?1 '26 _,?71a3
Address P.o. aox 105 NE G.94,
Street!P.O.Box City State Zip
// 10
E-Mail Address "ie .c) vitcaGon1341-uc..4t/o-rr
rs/al 1 0/a l 10.html 8/31/2009
b/rewrite/circulars/al 10/al 10.html 8/31/2009
l 1 O.html . 8/31/2009
_ 1
• . 8/31/2009
•
• INTEROFFICE MEMORANDUM
TO: HONARABLE PRESIDENT AND MEMBERS OF THE CITY COUNCIL
BOB STUBBE, PUBLIC WORKS DIRECTOR
CHARLIE KRAJICEK, CITY ENGINEER
FROM: TIM O'BRYAN, CONSTRUCTION ENGINEER
SUBJECT: OPW 51904 - MAJOR STREET CURB RAMP CONSTRUCTION
DATE: 6/29/2010 .
•
As a result of the public hearing on Tuesday June 22, 2010 I held a meeting with Freeman
Coleman (Coleman Construction) and the sub-contractors he is planning to use on the
above-mentioned project. Mr. Coleman described the construction operations he intends to
implement to meet the schedule he has submitted.
I believe Mr. Coleman understands what construction operations are necessary and how he
intends to implement the work force to meet his contractual obligations. Therefore,the
Public Works Departments maintains the recommendation to approve Coleman
Construction for the above-mentioned project.
•
olernan
onstruction Company
•
April 30, 2010
To: Tim O'Bryan
Construction Engineer
City of Omaha
From: Freeman Coleman
Coleman Construction Company
Re: Primary Contractor responsibilities
This letter is to inform you and your office the contract responsibilities to be held accountable by
Coleman Construction Company;
Item Description Total
1 Clearing and Grubbing 26,625.00
2 Barricades 33,015.00
3 Arrow Board 75,195.00
4 Earthwork(Embankment) 90.00
5 Earthwork(Excavation) 72.00
6 Tree Root Trimming 180.00
12 Furnish 2 FT x 4 FT Dome 29,040.00
17 Adjust Manhole to Grade 2,990.00
18 Adjust Curb Stop to Curb 1,980.00
19 Traffic Signal Adjustment 1,000.00
20 Remove/Replace Ex. Wall 2,070.00
21 Construct Segmental Wall 20,520.00
22 Construct Curb Wall 2,016.00
23 Construct Reinforced Wall 31,500.00
24 Remove and Replace Fence 2,000.00
25 Remove/Replace Spr. Head 7,380.00
26 Sodding 606.00
27 Reconstruct Railroad Tie W 3,000.00
28 Towing 640.00
Item Total $ 239„919.08
Total $ 780,253.60
If you have any questions please call me as soon as possible.
Thanks
Freeman Coleman
2505 North 24`h Street, Suite 536 ■ Omaha, Nebraska 68110-2279
Phone: (402) 453-1431 • Fax: (402) 453-5086 • Email: freemanc2@cox.com
'b
n
o o kn‘! _.,— tg'10. aR.0, , (,h-i)i
. 0.'i00--,
Z
C \- K O
7civ-c:),,i oa,.n....1,.,„.9
o fr ` NN n 0
n , i412-;acI-I.• c.8N) `%,
4 0 tri :1' 5--, b 4
Eo
0 1 Nit: - 8 E
._,. „N.,
rm
st1 f p--=. n '-4, i_il
PD
,.; do
:'.. ci., \,, i , Z '6 Pa
u a7 4' 8 1 ' N
\ o . o
„:„,„,
.,.
P 'VI I", ,N, 4, a 5-°- p)
\�‘ e , 5-f 6.
° CD
skk, , •coN
(•k,,, %
, ,,,,,,,,,, ,_., ,,,,, , \k,4, .
,0.,-... k c.'--
k 1 t , , , k
t \ • Vgt
\ ,
onstruct Reinforced Wall 31,500.00
24 Remove and Replace Fence 2,000.00
25 Remove/Replace Spr. Head 7,380.00
26 Sodding 606.00
27 Reconstruct Railroad Tie W 3,000.00
28 Towing 640.00
Item Total $ 239„919.08
Total $ 780,253.60
If you have any questions please call me as soon as possible.
Thanks
Freeman Coleman
2505 North 24`h Street, Suite 536 ■ Omaha, Nebraska 68110-2279
Phone: (402) 453-1431 • Fax: (402) 453-5086 • Email: freemanc2@cox.com