RES 2009-0665 - Contract with Navarro Enterprise Construction Inc for OPW 51719, replacement of concrete inlet covers F���MAl1A,q,FB' c`a�l�y '�> RECEIVED Public Works Department
4� '''��r, -, Omaha/Douglas Civic Center
�` �r ' t� June 23 2009 l�. Ah tat 1 G
c® �" �! a ' �� I 1819 Farnam Street,Suite 601
Aro Omaha,Nebraska 68183-0601
�1TFD rEBa°ram CITY CLERK
(402)444-5220
City of Omaha 's A H A, I„ BRAS A
Fax(402)444-5248
Robert G.Stubbe,P.E.
Mike Fahey,Mayor Public Works Director
Honorable President
and Members of the City Council,
The attached Resolution approves the contract with Navarro Enterprise Construction, Inc. for
OPW 51719, being the removal and replacement of pre-cast reinforced concrete inlet covers with
face armor at various locations.
The following bids were received on June 3, 2009. A detailed bid tabulation is attached.
Contractor Total Bid
NAVARRO ENTERPRISE CONSTRUCTION, INC. $41,777.00 (LOW BID)
U.S. Asphalt Co. $45,125.80
TAB Construction Company $46,264.40
Daedalus Construction Company $46,791.00
Swain Construction $47,622.56
R&B Excavating $60,608.00
M.E. Collins $92,430.00
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 51719 from the Street and
Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2009
expenditures.
The Public Works Department recommends the acceptance of the bid from Navarro Enterprise
Construction, Inc. in the amount of $41,777.00, being the lowest and best bid received, and
requests your consideration and approval of this Resolution.
Res e lly submitted, Referred to City Council for�-Consideration:
6 -f-o7 ` �4 6_//a7
Ro ert G. Stu be, P.E. Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
Ai
, o„.. .L.,,,,,, , : - , ,y,
,•-�Carol A. Ebdon Date Human Ri hts an Relation Date
Finance Director Department
109309scp
fy authority)THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ORDER NO.IN ITEM 10A,
B.THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES(such as changes in paying office,
appropriation date,etc.)SET FORTH IN ITEM 14,PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C.THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D.OTHER(Specify type of modification and authority)
X CLAUSE H.11
E.IMPORTANT:Contractor ❑ is not, El is required to sign this document and return_2_copies to the issuing office.
14.DESCRIPTION OF AMENDMENT/MODIFICATION(Organized by UCF section headings,Including solicitalton/contract subject matter where feasible.)
Purpose:Exercise Option Yr 2.Pursuant to Clause H.11 OPTION TO EXTEND THE TERM OF THE CONTRACT,THE GOVERNMENT HEREBY EXERCISES OPTION
YEAR 2 TO EXTEND CONTRACT PERFORMANCE FOR A PERIOD OF TWELVE(12)MONTHS COMMENCING OCTOBER 1,2008.
Except as provided herein,all terms and conditions of the document referenced in Item 9A or 10A,as heretofore changed,remains unchanged and In full force and effect.
15A.NAME AND TITLE OF SIGNER(Type or print) • 16A.NAME AND TITLE OF CONTRACTING OFFICER(Type or print)
Caroline Fowler
V- , H. Suttle, Mayor Contracting Officer
J.
15B.CO O [F, FFERO4/24 ,_-,_- 15C.DATE SIGNED 16B.UNITED STATES OF AMERICA 16C.DATE SIGNED
iip
i erson au sign) 'Ut QBy (Signature of Contracting Officer)
N 40-01-152-8070 STANDARD FORM 30(REV.10-83)
ious edition unusable Prescribed by GSA FAR(48 CFR)53.243
APPROVED AS TO F :
i '✓ 1/'� 4`j
ASSISTANTGTYATTORNEY
TH M.SIAM 0.43 3P SO%
dud.3, 1.333:1133 33.730 i.WO...
63. I of I 33.oloo am
- V11120021014t600 .0.333305130010.1.Bp.34.33033.30.31.63.303.3 3
1
t,',.f4 ;f4i-tRVI Agfl, P 2!
• l• •••' • il - ' 01 -1'`'.:- :' '''A 0,, trligirnAlh* Wil' - 4 C):. .
' '' ' ' i' i '5''",i. IN1:. :" -',,V
1 - t - • •- '• • • , `-'-.... 4,,,;;,, 4 A--.4. 1,,, ,. '5 sZT?-.-4:4,Asigggq *OA ' 4.6 --i
. • .....-. • _ . 9
.. .1 ". . • : , I . .i \,:.:" .-•'''- i'. ' • .ili1:44W,',U4VAK;;E•eii,4' ,,12ng IL' 0 .. - • ',,,,,,,,L2;,:.!-:?? ,...., . - 4,1„;g1 -Q. ”.4P.qxok ,q; i0 .
. . ,.., . . .
. 4 .. . "g:- -.,.. •:74 1 'WHP41:0i,j1170 1.10P • :::',
.
. ,.. kw, . •-. • P,€
.
- igA-,ga.,,i,,g-ii!.,iAil
2 0L2 g A.
v;2ni4gsg-.x4-"-7g0.
'ilil: ,• >._.J-
.:..- .
1 h
E:, 7Z''; •
: . ..
fi. tn
• . • , . i14:01WidiA4
.z.,
- ... : - - • . , t
. • •
. . • OP-rii4'6:"Oi81W' Wh
•., ... is;;,-,..i4Ev1,;nn .,,,v.
• ',"g' W,;xVi-- f"-ig C.,c, ,,,,i.Qf
. • •
• . .
...,, •
t !
^,..:2,,L_,_,.. . .,.''ff:`._ ' . •F''''-' 17..".f.'N ,c0
r p t v
. 1 e..„..„... ,_.., ,4SULTING GROUP,INC.
•
„..,-..„, .... FINAL PLAT KENSINGTON PARK
:,`,..41. ,F."." ..A1 EMNEERING•PLANNING•REID SERVICES
:::',:.V''....-'. %====.7
...
n-
•
Bid Tabulation
Public Works Department
Omaha, Nebraska
Thursday, June 04, 2009
Project Summary
OPW 51719 English Yes
Metric: No
Description: Remove and Replace Pre-Cast Reinforced Concrete Inlet Covers with Face Armor at Various Locations
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: $48,913.00
Contract Total $0.00
Total Penalties: $0.00
Total Payments: $0.00
Contractor:
Phone#:
Fax#:
Email address:
•
•
Page 1 of 5, 6/4/2009 10:29:38 AM, Bid Tabulation, Generated by:admin for project OPW 51719
- --JI
'
Account/Funding Summary
Fund Org. Description Engineer Contract Penalties Payments
12131 116158 Pavement Maintenance $48,913.00 $0.00 $0.00 $0.00
$48,913.00 $0.00 $0.00 $0.00
•
Page 2 of 5, 6/4/2009 10:29:38 AM, Bid Tabulation, Generated by:admin for project OPW 51719
: 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: $48,913.00
Contract Total $0.00
Total Penalties: $0.00
Total Payments: $0.00
Contractor:
Phone#:
Fax#:
Email address:
•
•
Page 1 of 5, 6/4/2009 10:29:38 AM, Bid Tabulation, Generated by:admin for project OPW 51719
- --JI
'
d
Bid Summary(low to high bidder) •
Contractor
Engineer's Estimate: $48,913.00
Diff From Low: $7,136.00
Navarro Enterprise Construction,Inc. Bid: $41,777.00
2914"R"Street Diff From Low: $0.00
Omaha NE 68107-
U.S.Asphalt Co. Bid: $45,125.80
14012 Giles Road Diff From Low: $3,348.80
Omaha NE 68138-
TAB Construction Company Bid: $46,264.40
4153 S.67 St. Diff From Low: $4,487.40
Omaha NE 68117-
Daedalus Construction Company Bid: $46,791.00
4229 Lafayette Avenue Diff From Low: $5,014.00
Omaha NE 68131-1025
Swain Construction,Inc. Bid: $47,622.56
6002 North 89th Circle Diff From Low: $5,845.56
Omaha NE 68134-
R&B Excavating,Inc. Bid: $60,608.00
8225 South 107th Street Diff From Low: $18,831.00
LaVista NE 68128-
M.E.Collins Contracting Co.,Inc. Bid: $92,430.00
PO Box 83 • Diff From Low: $50,653.00
Wahoo NE 68066-
Number of Bids: 7
Low Bid: $41,777.00
High Bid: $92,430.00
Average Bid:: $54,374.11
Page 3 of 5, 6/4/2009 10:29:38 AM, Bid Tabulation, Generated by:admin for project OPW 51719
he Finance Department is authorized to pay the cost of OPW 51719 from the Street and
Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2009
expenditures.
The Public Works Department recommends the acceptance of the bid from Navarro Enterprise
Construction, Inc. in the amount of $41,777.00, being the lowest and best bid received, and
requests your consideration and approval of this Resolution.
Res e lly submitted, Referred to City Council for�-Consideration:
6 -f-o7 ` �4 6_//a7
Ro ert G. Stu be, P.E. Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
Ai
, o„.. .L.,,,,,, , : - , ,y,
,•-�Carol A. Ebdon Date Human Ri hts an Relation Date
Finance Director Department
109309scp
fy authority)THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ORDER NO.IN ITEM 10A,
B.THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES(such as changes in paying office,
appropriation date,etc.)SET FORTH IN ITEM 14,PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C.THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D.OTHER(Specify type of modification and authority)
X CLAUSE H.11
E.IMPORTANT:Contractor ❑ is not, El is required to sign this document and return_2_copies to the issuing office.
14.DESCRIPTION OF AMENDMENT/MODIFICATION(Organized by UCF section headings,Including solicitalton/contract subject matter where feasible.)
Purpose:Exercise Option Yr 2.Pursuant to Clause H.11 OPTION TO EXTEND THE TERM OF THE CONTRACT,THE GOVERNMENT HEREBY EXERCISES OPTION
YEAR 2 TO EXTEND CONTRACT PERFORMANCE FOR A PERIOD OF TWELVE(12)MONTHS COMMENCING OCTOBER 1,2008.
Except as provided herein,all terms and conditions of the document referenced in Item 9A or 10A,as heretofore changed,remains unchanged and In full force and effect.
15A.NAME AND TITLE OF SIGNER(Type or print) • 16A.NAME AND TITLE OF CONTRACTING OFFICER(Type or print)
Caroline Fowler
V- , H. Suttle, Mayor Contracting Officer
J.
15B.CO O [F, FFERO4/24 ,_-,_- 15C.DATE SIGNED 16B.UNITED STATES OF AMERICA 16C.DATE SIGNED
iip
i erson au sign) 'Ut QBy (Signature of Contracting Officer)
N 40-01-152-8070 STANDARD FORM 30(REV.10-83)
ious edition unusable Prescribed by GSA FAR(48 CFR)53.243
APPROVED AS TO F :
i '✓ 1/'� 4`j
ASSISTANTGTYATTORNEY
TH M.SIAM 0.43 3P SO%
dud.3, 1.333:1133 33.730 i.WO...
63. I of I 33.oloo am
- V11120021014t600 .0.333305130010.1.Bp.34.33033.30.31.63.303.3 3
1
t,',.f4 ;f4i-tRVI Agfl, P 2!
• l• •••' • il - ' 01 -1'`'.:- :' '''A 0,, trligirnAlh* Wil' - 4 C):. .
' '' ' ' i' i '5''",i. IN1:. :" -',,V
1 - t - • •- '• • • , `-'-.... 4,,,;;,, 4 A--.4. 1,,, ,. '5 sZT?-.-4:4,Asigggq *OA ' 4.6 --i
. • .....-. • _ . 9
.. .1 ". . • : , I . .i \,:.:" .-•'''- i'. ' • .ili1:44W,',U4VAK;;E•eii,4' ,,12ng IL' 0 .. - • ',,,,,,,,L2;,:.!-:?? ,...., . - 4,1„;g1 -Q. ”.4P.qxok ,q; i0 .
. . ,.., . . .
. 4 .. . "g:- -.,.. •:74 1 'WHP41:0i,j1170 1.10P • :::',
.
. ,.. kw, . •-. • P,€
.
- igA-,ga.,,i,,g-ii!.,iAil
2 0L2 g A.
v;2ni4gsg-.x4-"-7g0.
'ilil: ,• >._.J-
.:..- .
1 h
E:, 7Z''; •
: . ..
fi. tn
• . • , . i14:01WidiA4
.z.,
- ... : - - • . , t
. • •
. . • OP-rii4'6:"Oi81W' Wh
•., ... is;;,-,..i4Ev1,;nn .,,,v.
• ',"g' W,;xVi-- f"-ig C.,c, ,,,,i.Qf
. • •
• . .
...,, •
t !
^,..:2,,L_,_,.. . .,.''ff:`._ ' . •F''''-' 17..".f.'N ,c0
r p t v
. 1 e..„..„... ,_.., ,4SULTING GROUP,INC.
•
„..,-..„, .... FINAL PLAT KENSINGTON PARK
:,`,..41. ,F."." ..A1 EMNEERING•PLANNING•REID SERVICES
:::',:.V''....-'. %====.7
...
Type Line# Item # Description . Quantity Price Total
1 109.001 REMOVE COMBINATION CURB AND GUTTER
Engineeer's Estimate 24 @ $15.00 per LF $360.00
Navarro Enterprise Construction, Inc. $18.00 per LF $432.00
U.S.Asphalt Co. $22.10 per LF $530.40
TAB Construction Company $21.10 per LF $506.40
Daedalus Construction Company $10.00 per LF $240.00
Swain Construction, Inc. $5.69 per LF $136.56
R&B Excavating, Inc. • $7.00 per LF $168.00
M.E.Collins Contracting Co., Inc. $150.00 per LF $3,600.00
2 202.005 . CONSTRUCT COMBINATION CURB AND GUTTER
Engineeer's Estimate 24 @ $22.00 per LF $528.00
Navarro Enterprise Construction, Inc. $30.00 per LF $720.00
U.S.Asphalt Co. $33.60 per LF $806.40
TAB Construction Company $33.75 per LF $810.00
Daedalus Construction Company $24.00 per LF $576.00
Swain Construction, Inc. $27.50 per LF $660.00
R&B Excavating,Inc. $25.00 per LF $600.00
M. E.Collins Contracting Co., Inc. $120.00 per LF $2,880.00
3 420.100 RECONSTRUCT INLET THROATS
Engineeer's Estimate 1 @ $900.00. EACH $900.00
Navarro Enterprise Construction, Inc. $700.00 EACH. $700.00
U.S.Asphalt Co. $843.00 EACH $843.00
TAB Construction Company $760.00 EACH $760.00
Daedalus Construction Company $800.00 EACH $800.00
Swain Construction, Inc. $'546.00 EACH $546.00
R&B Excavating, Inc. $840.00 EACH $840.00
M. E.Collins Contracting Co., Inc. $1,950.00 EACH $1,950.00
4 838.000 FURNISHING&OPERATING FLASHING ARROW PANEL
Engineeer's Estimate 15 @ $75.00 per DAY $1,125.00
Navarro Enterprise Construction,Inc. $55.00 per DAY $825.00
U.S.Asphalt Co. $307.00 per DAY $4,605.00
TAB Construction Company $178.20 per DAY $2,673.00
Daedalus Construction Company $60.00 per DAY $900.00
Swain Construction, Inc. $172.00 per DAY $2,580.00
R&B Excavating, Inc. $100.00 per DAY $1,500.00
M. E.Collins Contracting Co., Inc. $1,000.00 per DAY $15,000.00
5 900.005 . REMOVE AND REPLACE PRE-CAST.CONCRETE INLET COVER WITH FACE ARMOR
Engineeer's Estimate 23 @ $2,000.00 EACH $46,000.00
Navarro Enterprise Construction,Inc. $1,700.00 EACH $39,100.00
U.S.Asphalt Co. $1,667.00 EACH $38,341.00
TAB Construction Company $1,805.00 EACH $41,515.00
Daedalus Construction Company $1,925.00 EACH $44,275.00
Swain Construction, Inc. • $1,900.00 EACH $43,700.00
R&B Excavating, Inc. $2,500.00 EACH $57,500.00
M.E.Collins Contracting Co., Inc. $3,000.00 EACH $69,000.00
Page 4 of 5, 6/4/2009 10:29:38 AM, Bid Tabulation, Generated by:admin for project OPW 51719
ISES OPTION
YEAR 2 TO EXTEND CONTRACT PERFORMANCE FOR A PERIOD OF TWELVE(12)MONTHS COMMENCING OCTOBER 1,2008.
Except as provided herein,all terms and conditions of the document referenced in Item 9A or 10A,as heretofore changed,remains unchanged and In full force and effect.
15A.NAME AND TITLE OF SIGNER(Type or print) • 16A.NAME AND TITLE OF CONTRACTING OFFICER(Type or print)
Caroline Fowler
V- , H. Suttle, Mayor Contracting Officer
J.
15B.CO O [F, FFERO4/24 ,_-,_- 15C.DATE SIGNED 16B.UNITED STATES OF AMERICA 16C.DATE SIGNED
iip
i erson au sign) 'Ut QBy (Signature of Contracting Officer)
N 40-01-152-8070 STANDARD FORM 30(REV.10-83)
ious edition unusable Prescribed by GSA FAR(48 CFR)53.243
APPROVED AS TO F :
i '✓ 1/'� 4`j
ASSISTANTGTYATTORNEY
TH M.SIAM 0.43 3P SO%
dud.3, 1.333:1133 33.730 i.WO...
63. I of I 33.oloo am
- V11120021014t600 .0.333305130010.1.Bp.34.33033.30.31.63.303.3 3
1
t,',.f4 ;f4i-tRVI Agfl, P 2!
• l• •••' • il - ' 01 -1'`'.:- :' '''A 0,, trligirnAlh* Wil' - 4 C):. .
' '' ' ' i' i '5''",i. IN1:. :" -',,V
1 - t - • •- '• • • , `-'-.... 4,,,;;,, 4 A--.4. 1,,, ,. '5 sZT?-.-4:4,Asigggq *OA ' 4.6 --i
. • .....-. • _ . 9
.. .1 ". . • : , I . .i \,:.:" .-•'''- i'. ' • .ili1:44W,',U4VAK;;E•eii,4' ,,12ng IL' 0 .. - • ',,,,,,,,L2;,:.!-:?? ,...., . - 4,1„;g1 -Q. ”.4P.qxok ,q; i0 .
. . ,.., . . .
. 4 .. . "g:- -.,.. •:74 1 'WHP41:0i,j1170 1.10P • :::',
.
. ,.. kw, . •-. • P,€
.
- igA-,ga.,,i,,g-ii!.,iAil
2 0L2 g A.
v;2ni4gsg-.x4-"-7g0.
'ilil: ,• >._.J-
.:..- .
1 h
E:, 7Z''; •
: . ..
fi. tn
• . • , . i14:01WidiA4
.z.,
- ... : - - • . , t
. • •
. . • OP-rii4'6:"Oi81W' Wh
•., ... is;;,-,..i4Ev1,;nn .,,,v.
• ',"g' W,;xVi-- f"-ig C.,c, ,,,,i.Qf
. • •
• . .
...,, •
t !
^,..:2,,L_,_,.. . .,.''ff:`._ ' . •F''''-' 17..".f.'N ,c0
r p t v
. 1 e..„..„... ,_.., ,4SULTING GROUP,INC.
•
„..,-..„, .... FINAL PLAT KENSINGTON PARK
:,`,..41. ,F."." ..A1 EMNEERING•PLANNING•REID SERVICES
:::',:.V''....-'. %====.7
...
Type Line# Item # Description Quantity Price Total
(LINES 1 Through 5 INCLUSIVE)
Bid Tabulation, generated p admin on 6/ /2009 10:29:38 AM for project OPW 51719
•
CERTIFIED BY: J59 ^� DATE: Cc'/7/• •
•
•
Page 5 of 5, 6/4/2009 10:29:38 AM, Bid Tabulation, Generated by:admin for project OPW 51719
abor 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: $48,913.00
Contract Total $0.00
Total Penalties: $0.00
Total Payments: $0.00
Contractor:
Phone#:
Fax#:
Email address:
•
•
Page 1 of 5, 6/4/2009 10:29:38 AM, Bid Tabulation, Generated by:admin for project OPW 51719
- --JI
'
c-25a CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
•
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
G r
WHEREAS, bids were submitted on June 3, 2009 for OPW 51719, being the removal
and replacement of pre-cast reinforced concrete inlet covers with face armor at various locations;
and,
WHEREAS, Navarro Enterprise Construction, Inc. submitted a bid of$41,777.00, being
the lowest and best bid received for OPW 51719.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT, as recommended by the Mayor, the contract with Navarro Enterprise
Construction, Inc. for OPW 51719, being the removal and replacement of pre-cast reinforced
concrete inlet covers with face armor at various locations in the amount of$41,777.00 is hereby
approved; and that the Finance Department is authorized to pay the cost of OPW 51719 from the
Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year
2009 expenditures.
109409scp APPROVED AS TO FORM:
- P
CITY ATTORNEY DATE
Bye. •, .... ... . � ��.
ilmember
•
Adopted JUN 2 9-e)
G ity Clerk
6
Approved...
Mayor
Engineeer's Estimate 1 @ $900.00. EACH $900.00
Navarro Enterprise Construction, Inc. $700.00 EACH. $700.00
U.S.Asphalt Co. $843.00 EACH $843.00
TAB Construction Company $760.00 EACH $760.00
Daedalus Construction Company $800.00 EACH $800.00
Swain Construction, Inc. $'546.00 EACH $546.00
R&B Excavating, Inc. $840.00 EACH $840.00
M. E.Collins Contracting Co., Inc. $1,950.00 EACH $1,950.00
4 838.000 FURNISHING&OPERATING FLASHING ARROW PANEL
Engineeer's Estimate 15 @ $75.00 per DAY $1,125.00
Navarro Enterprise Construction,Inc. $55.00 per DAY $825.00
U.S.Asphalt Co. $307.00 per DAY $4,605.00
TAB Construction Company $178.20 per DAY $2,673.00
Daedalus Construction Company $60.00 per DAY $900.00
Swain Construction, Inc. $172.00 per DAY $2,580.00
R&B Excavating, Inc. $100.00 per DAY $1,500.00
M. E.Collins Contracting Co., Inc. $1,000.00 per DAY $15,000.00
5 900.005 . REMOVE AND REPLACE PRE-CAST.CONCRETE INLET COVER WITH FACE ARMOR
Engineeer's Estimate 23 @ $2,000.00 EACH $46,000.00
Navarro Enterprise Construction,Inc. $1,700.00 EACH $39,100.00
U.S.Asphalt Co. $1,667.00 EACH $38,341.00
TAB Construction Company $1,805.00 EACH $41,515.00
Daedalus Construction Company $1,925.00 EACH $44,275.00
Swain Construction, Inc. • $1,900.00 EACH $43,700.00
R&B Excavating, Inc. $2,500.00 EACH $57,500.00
M.E.Collins Contracting Co., Inc. $3,000.00 EACH $69,000.00
Page 4 of 5, 6/4/2009 10:29:38 AM, Bid Tabulation, Generated by:admin for project OPW 51719
ISES OPTION
YEAR 2 TO EXTEND CONTRACT PERFORMANCE FOR A PERIOD OF TWELVE(12)MONTHS COMMENCING OCTOBER 1,2008.
Except as provided herein,all terms and conditions of the document referenced in Item 9A or 10A,as heretofore changed,remains unchanged and In full force and effect.
15A.NAME AND TITLE OF SIGNER(Type or print) • 16A.NAME AND TITLE OF CONTRACTING OFFICER(Type or print)
Caroline Fowler
V- , H. Suttle, Mayor Contracting Officer
J.
15B.CO O [F, FFERO4/24 ,_-,_- 15C.DATE SIGNED 16B.UNITED STATES OF AMERICA 16C.DATE SIGNED
iip
i erson au sign) 'Ut QBy (Signature of Contracting Officer)
N 40-01-152-8070 STANDARD FORM 30(REV.10-83)
ious edition unusable Prescribed by GSA FAR(48 CFR)53.243
APPROVED AS TO F :
i '✓ 1/'� 4`j
ASSISTANTGTYATTORNEY
TH M.SIAM 0.43 3P SO%
dud.3, 1.333:1133 33.730 i.WO...
63. I of I 33.oloo am
- V11120021014t600 .0.333305130010.1.Bp.34.33033.30.31.63.303.3 3
1
t,',.f4 ;f4i-tRVI Agfl, P 2!
• l• •••' • il - ' 01 -1'`'.:- :' '''A 0,, trligirnAlh* Wil' - 4 C):. .
' '' ' ' i' i '5''",i. IN1:. :" -',,V
1 - t - • •- '• • • , `-'-.... 4,,,;;,, 4 A--.4. 1,,, ,. '5 sZT?-.-4:4,Asigggq *OA ' 4.6 --i
. • .....-. • _ . 9
.. .1 ". . • : , I . .i \,:.:" .-•'''- i'. ' • .ili1:44W,',U4VAK;;E•eii,4' ,,12ng IL' 0 .. - • ',,,,,,,,L2;,:.!-:?? ,...., . - 4,1„;g1 -Q. ”.4P.qxok ,q; i0 .
. . ,.., . . .
. 4 .. . "g:- -.,.. •:74 1 'WHP41:0i,j1170 1.10P • :::',
.
. ,.. kw, . •-. • P,€
.
- igA-,ga.,,i,,g-ii!.,iAil
2 0L2 g A.
v;2ni4gsg-.x4-"-7g0.
'ilil: ,• >._.J-
.:..- .
1 h
E:, 7Z''; •
: . ..
fi. tn
• . • , . i14:01WidiA4
.z.,
- ... : - - • . , t
. • •
. . • OP-rii4'6:"Oi81W' Wh
•., ... is;;,-,..i4Ev1,;nn .,,,v.
• ',"g' W,;xVi-- f"-ig C.,c, ,,,,i.Qf
. • •
• . .
...,, •
t !
^,..:2,,L_,_,.. . .,.''ff:`._ ' . •F''''-' 17..".f.'N ,c0
r p t v
. 1 e..„..„... ,_.., ,4SULTING GROUP,INC.
•
„..,-..„, .... FINAL PLAT KENSINGTON PARK
:,`,..41. ,F."." ..A1 EMNEERING•PLANNING•REID SERVICES
:::',:.V''....-'. %====.7
...
I• U :1IIH. '
/k § i
C
nCA S
7 O \ §• \ ƒ § @ / .
ra. n �' K 74 a § U Q ƒ ? O
z \ §. § ƒ ƒ ƒ ƒ J ?
N k � VDG.® \ . � " n
MI (A 02 ' � o / 14 / - \ < c .
k
2c:, ,... - \ 0, / j §• \ k y cr \
§
a _
( - / ƒ jo / E.
n Q G K ® § m K
n m @ § _. '-.CD
\ m
n j a k EL / 2
• k / k CD CD §pa \ CD § CD
•
•
•
.
k,
, Bid Tabulation, Generated by:admin for project OPW 51719
- --JI
'