Loading...
RES 2008-1349 - Contract with Dostals Construction Co Inc for OPW 51560, best management practices for Orchard Park i �� �., Public Works Department 2104% 9 _G Omaha/Douglas Civic Center 1. r:® ,f f w September 30, 2008 1819 Farnam Street,Suite GUl o-PA ' ;.ry Omaha,Nebraska G8183-0601 ��r �;** r _.f .LEY (402)444-5220 0 FD FEBR Fay(402)444-5248 City of Omaha y} i' ` P • ", T u a 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 Dostals Construction Co., Inc. for OPW 51560, being a series of Best Management Practices for Orchard Park located at 66`h Street and Hartman Avenue. The following bids were received on September 10, 2008. A detailed bid tabulation is attached. Contractor Total Bid DOSTALS CONSTRUCTION CO., INC. $74,400.00 (LOW BID) Lawn Smith& Company $88,971.00 The contractor has on file a current Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized the cost of OPW 51560 from the Storm Water Management Plan Program Fund 12143, Storm Water Management Plan Program Organization 128026, year 2008 expenditures. The Public Works Department recommends the acceptance of the bid from Dostals Construction Co., Ind. in the amount of$74,400.00, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: y-�s-off -/� _off Ro ert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: e..., bt...-..R. 0, tb-rk.,_ c)))1.,)07 9X'.V," Carol A. Ebdon Date Gail Kinsey hompi on Date Finance Director t•O Human Rights and Relations Director 1237scp $350.00 Navarro Enterprise Construction, Inc. $250.00 EACH $500.00 U.S.Asphalt Co. $149.06 EACH $298.12 Swain Construction, Inc. $385.00 EACH $770.00 17 605.000 SODDING Engineeer's Estimate 180 @ $4.00 per SY $720.00 Navarro Enterprise Construction,Inc. - $5.00 per SY $900.00 U.S.Asphalt Co. $5.96 per SY $1,072.80 Swain Construction, Inc. $7.95 per SY $1,431.00 18 550.000 SILT FENCE Engineeer's Estimate 200 @ $3.00 per LF $600.00 Navarro Enterprise Construction, Inc. $7.50 per LF $1,500.00 U.S.Asphalt Co. $2.98 per LF $596.00 Swain Construction, Inc. $3.55 per LF $710.00 19 550.200 TUBULAR CURB INLET FILTER Engineeer's Estimate 16 @ $15.00 per LF $240.00 Navarro Enterprise Construction,Inc. $25.00 per LF $400.00 U.S.Asphalt Co. $15.19 per LF $243.04 Swain Construction,Inc. $15.75 per LF $252.00 Page 5 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 • * Corrected Extension ain recipients of Social Security or Railroad Retirement benefits, taxpayers otherwise entitled to claim the earned income credit or taxpayers who may be deemed to have incurred (or continued) indebtedness to purchase or carry tax-exempt obligations are advised to consult their tax advisors as to the tax consequences of purchasing or holding the Bonds. 4850-1365-2739.1 D-2 e legal proceedings, in the opinion of the City management, based on the advice of the City Attorney, are not expected to have a materially adverse effect on the City's financial position at October 1, 2008, after giving effect to available funds provided for such contingencies in the Judgment, Cash Reserve and Contingent Liability Reserve Funds and alternative methods of satisfying judgments,these being identified as: 4850-1365-2739.1 16 addresses to the Paying Agent and request that copies of notices be provided directly to them. Redemption notices shall be sent to DTC. If less than all of the Bonds within an issue are being redeemed, DTC's practice is to determine by lot the amount of the interest of each Direct Participant in such issue to be redeemed. 4850-1365-2739.1 10 ntial and material to the making of an informed investment decision. The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N a O . @ K a' cocci 2 ® . co 2 £ o / c O .1 E o 6 . . 0 76 . -J kƒ 8 a \ uJ .W co kk *a k \ e 2 / \ E \ E a ea _ 2 . a. 00 \ 3 g » 0 . 4— o c 0 N \ \ c % 2 ' . E .40 . / o /co \ K . » S a. / / � . / \ \ \ cNƒ •k ) z o 6 \ J / IN` 7 11 o / a c = .o \ 12 e $ a = G \ \ \ / E ± 2 < 7 \ . 00 m contractor has on file a current Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized the cost of OPW 51560 from the Storm Water Management Plan Program Fund 12143, Storm Water Management Plan Program Organization 128026, year 2008 expenditures. The Public Works Department recommends the acceptance of the bid from Dostals Construction Co., Ind. in the amount of$74,400.00, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: y-�s-off -/� _off Ro ert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: e..., bt...-..R. 0, tb-rk.,_ c)))1.,)07 9X'.V," Carol A. Ebdon Date Gail Kinsey hompi on Date Finance Director t•O Human Rights and Relations Director 1237scp $350.00 Navarro Enterprise Construction, Inc. $250.00 EACH $500.00 U.S.Asphalt Co. $149.06 EACH $298.12 Swain Construction, Inc. $385.00 EACH $770.00 17 605.000 SODDING Engineeer's Estimate 180 @ $4.00 per SY $720.00 Navarro Enterprise Construction,Inc. - $5.00 per SY $900.00 U.S.Asphalt Co. $5.96 per SY $1,072.80 Swain Construction, Inc. $7.95 per SY $1,431.00 18 550.000 SILT FENCE Engineeer's Estimate 200 @ $3.00 per LF $600.00 Navarro Enterprise Construction, Inc. $7.50 per LF $1,500.00 U.S.Asphalt Co. $2.98 per LF $596.00 Swain Construction, Inc. $3.55 per LF $710.00 19 550.200 TUBULAR CURB INLET FILTER Engineeer's Estimate 16 @ $15.00 per LF $240.00 Navarro Enterprise Construction,Inc. $25.00 per LF $400.00 U.S.Asphalt Co. $15.19 per LF $243.04 Swain Construction,Inc. $15.75 per LF $252.00 Page 5 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 • * Corrected Extension ain recipients of Social Security or Railroad Retirement benefits, taxpayers otherwise entitled to claim the earned income credit or taxpayers who may be deemed to have incurred (or continued) indebtedness to purchase or carry tax-exempt obligations are advised to consult their tax advisors as to the tax consequences of purchasing or holding the Bonds. 4850-1365-2739.1 D-2 e legal proceedings, in the opinion of the City management, based on the advice of the City Attorney, are not expected to have a materially adverse effect on the City's financial position at October 1, 2008, after giving effect to available funds provided for such contingencies in the Judgment, Cash Reserve and Contingent Liability Reserve Funds and alternative methods of satisfying judgments,these being identified as: 4850-1365-2739.1 16 addresses to the Paying Agent and request that copies of notices be provided directly to them. Redemption notices shall be sent to DTC. If less than all of the Bonds within an issue are being redeemed, DTC's practice is to determine by lot the amount of the interest of each Direct Participant in such issue to be redeemed. 4850-1365-2739.1 10 ntial and material to the making of an informed investment decision. The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N c-25a CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE.CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were submitted on September 10, 2008 for OPW 51560, being a series of Best Management Practices for Orchard Park located at 66th Street and Hartman Avenue; and, WHEREAS, Dostals Construction Co., Inc. submitted a bid of $74,400.00, being the lowest and best bid received for OPW51560. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the contract with Dostals Construction Co., Inc. for OPW 51560, being a series of Best Management Practices for Orchard Park located at 66th Street and Hartman Avenue, in the amount of $74,400.00 is hereby approved; and that the Finance Department is authorized to pay this cost from the Storm Water Management Plan Program Fund 12143;Storm Water Management Plan Program Organization 128026, year 2008 expenditures. 1238scp APPROVED AS TO FORM: (47,dri7ZA} y /I / CITY ATTORNEY DATE dp/0 -;1(7 -444 B l Y Councilmember Adopted SEP...3...O...2QQ6 ry jO c .:: /4 ���?� CI• df8 -1erk Approved) /O-c3-08 Mayor agement Plan Program Fund 12143, Storm Water Management Plan Program Organization 128026, year 2008 expenditures. The Public Works Department recommends the acceptance of the bid from Dostals Construction Co., Ind. in the amount of$74,400.00, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: y-�s-off -/� _off Ro ert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: e..., bt...-..R. 0, tb-rk.,_ c)))1.,)07 9X'.V," Carol A. Ebdon Date Gail Kinsey hompi on Date Finance Director t•O Human Rights and Relations Director 1237scp $350.00 Navarro Enterprise Construction, Inc. $250.00 EACH $500.00 U.S.Asphalt Co. $149.06 EACH $298.12 Swain Construction, Inc. $385.00 EACH $770.00 17 605.000 SODDING Engineeer's Estimate 180 @ $4.00 per SY $720.00 Navarro Enterprise Construction,Inc. - $5.00 per SY $900.00 U.S.Asphalt Co. $5.96 per SY $1,072.80 Swain Construction, Inc. $7.95 per SY $1,431.00 18 550.000 SILT FENCE Engineeer's Estimate 200 @ $3.00 per LF $600.00 Navarro Enterprise Construction, Inc. $7.50 per LF $1,500.00 U.S.Asphalt Co. $2.98 per LF $596.00 Swain Construction, Inc. $3.55 per LF $710.00 19 550.200 TUBULAR CURB INLET FILTER Engineeer's Estimate 16 @ $15.00 per LF $240.00 Navarro Enterprise Construction,Inc. $25.00 per LF $400.00 U.S.Asphalt Co. $15.19 per LF $243.04 Swain Construction,Inc. $15.75 per LF $252.00 Page 5 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 • * Corrected Extension ain recipients of Social Security or Railroad Retirement benefits, taxpayers otherwise entitled to claim the earned income credit or taxpayers who may be deemed to have incurred (or continued) indebtedness to purchase or carry tax-exempt obligations are advised to consult their tax advisors as to the tax consequences of purchasing or holding the Bonds. 4850-1365-2739.1 D-2 e legal proceedings, in the opinion of the City management, based on the advice of the City Attorney, are not expected to have a materially adverse effect on the City's financial position at October 1, 2008, after giving effect to available funds provided for such contingencies in the Judgment, Cash Reserve and Contingent Liability Reserve Funds and alternative methods of satisfying judgments,these being identified as: 4850-1365-2739.1 16 addresses to the Paying Agent and request that copies of notices be provided directly to them. Redemption notices shall be sent to DTC. If less than all of the Bonds within an issue are being redeemed, DTC's practice is to determine by lot the amount of the interest of each Direct Participant in such issue to be redeemed. 4850-1365-2739.1 10 ntial and material to the making of an informed investment decision. The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N l N Oo o a � oo W 2 v, N flflcj O' CD C gl O O. p a . N - O\ N C. . rb . n r r ,-h CAD C' S�V oNo �/ '"d 0 P �d O LA d p O U ! c CA) N A 0 ry o CrAn C. UQ O C t+rcci• ro I. v N Z. • x0fa,fa, (.A \\..... a ° N ~' on o o CD O ~ . C CD b p t r I 0 High Bid: $68,757.64 Average Bid:: $60,618.01 ** Corrected Total • Page 3 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 � �© � �