Loading...
RES 2021-0432 - PO to Shekar Engineering for Soil Remediation Group 470 City Clerk Office Use Only: ±2JL432 Publication Date(if applicable): RESOLUTION NO. Agenda Date: ,D Department: an I- ) Submitter:SIRLA7 � er „I CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on March 24, 2021 for the 2512 Binney Street, 2417 North 22 Street, 2615 Blondo Street, 2915 Erskine Street, 1463 Lothrop Street, 2862 Crown Point Avenue, 2507 North 26 Street, 2020 Lake Street, 4970 Bedford Avenue, 2322 Pinkney Street, 1617 Evans Street, 3017 Pratt Street, 2344 North 61 Street, 5343 N 27 Street, 1506 Willis Avenue, 2028 Ohio Street, 2110 Ohio Street, 2523 N 17 Street, 3320 Ruggles Street, 2940 Fontenelle Blvd. City of Omaha Soil Remediation Program Project; and, WHEREAS, Shekar Engineering submitted a bid of $357,750.00, being the lowest and best bid within the bid specifications for the 2512 Binney Street, 2417 North 22 Street, 2615 Blondo Street, 2915 Erskine Street, 1463 Lothrop Street, 2862 Crown Point Avenue, 2507 North 26 Street, 2020 Lake Street, 4970 Bedford Avenue, 2322 Pinkney Street, 1617 Evans Street, 3017 Pratt Street, 2344 North 61 Street, 5343 N 27 Street, 1506 Willis Avenue, 2028 Ohio Street, 2110 Ohio Street, 2523 N 17 Street, 3320 Ruggles Street, 2940 Fontenelle Blvd. City of Omaha Soil Remediation Program Project; and, WHEREAS, Shekar Engineering has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights- Human Relations.; and, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: That, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Shekar Engineering for the 2512 Binney Street, 2417 North 22 Street, 2615 Blondo Street, 2915 Erskine Street, 1463 Lothrop Street, 2862 Crown Point Avenue, 2507 North 26 Street, 2020 Lake Street, 4970 Bedford Avenue, 2322 Pinkney Street, 1617 Evans Street, 3017 Pratt Street, 2344 North 61 Street, 5343 N 27 Street, 1506 Willis Avenue, 2028 Ohio Street, 2110 Ohio Street, 2523 N 17 Street, 3320 Ruggles Street, 2940 Fontenelle Blvd. City of Omaha Soil Remediation Program Project; and that the Finance Department is authorized to pay the cost of the project in the amount of $357,750.00 from City of Omaha - U.S. EPA Cooperative Agreement Assistance ID No. V-97748601 out of Lead Hazard Fund 12136, Organization 128104. 3080 jmc Adopted: APR 2 0 2021 J Q APPROV AS TO FORM: Attest: City Clerk ASSISTANT CITY ATTORNEY DATE Approved: Mayor Omaha Lead Site Soil Remediation Program Awards to Contractors 3/31/2021 Group No.470 Bid Opening Date 3/24/2021 Project Address Contractor Bid Amount 2512 Binney Street Shekar Engineering $23,500.00 2417 North 22 Street Shekar Engineering $13,600.00 2615 Blondo Street Shekar Engineering $19,200.00 2915 Erskine Street Shekar Engineering $23,800.00 1463 Lothrop Street Shekar Engineering $22,800.00 2862 Crown Point Avenue Shekar Engineering $13,000.00 2507 North 26 Street Shekar Engineering $13,500.00 2020 Lake Street Shekar Engineering $13,800.00 4970 Bedford Avenue Shekar Engineering $11,200.00 2322 Pinkney Street Shekar Engineering $22,500.00 1617 Evans Street Shekar Engineering $15,600.00 3017 Pratt Street Shekar Engineering $13,250.00 2344 North 61 Street Shekar Engineering $18,950.00 5343 N 27 Street Shekar Engineering $22,900.00 1506 Willis Avenue Shekar Engineering $24,000.00 2028 Ohio Street Shekar Engineering $22,500.00 2110 Ohio Street Shekar Engineering $11,300.00 2523 N 17 Street Shekar Engineering $12,000.00 3320 Ruggles Street Shekar Engineering $22,650.00 2940 Fontenelle Blvd. Shekar Engineering $17,600.00 NOTE: DO NOT START WORK UNTIL PROCEED ORDER IS ISSUED BY THE PLANNING DEPARTMENT 1 BID BOND: 5% HH Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Environments Shekar Soil Remediation Group#470 I Restoration, Engineering, Page 1 LLC PLC Date of Opening Department Wednesday, March 24,2021 PLANNING - EPA PASS THRU Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE B PRICE B PRICE PRICE PRICE PRICE 2512 Binney Street BID/each: $33,700.00 $23,500.00 2417 N 22nd Street BID/each: $10,800.00 $13,600.00 2615 Blondo Street BID/each: $20,300.00 $19,300.00 2915 Erskine Street BID/each: $23,100.00 $23,800.00 1463 Lothrop Street BID/each: $22,600.00 $22,800.00 2862 Crown Point Avenue BID/each: $11,200.00 $13,000.00 2507 N 26th Street BID/each: $31,300.00 $13,500.00 2020 Lake Street BID/each: $10,900.00 $13,800.00 4970 Bedford Avenue BID/each: $6,400.00 $11,200.00 2322 Pinkney Street BID/each: $22,800.00 $22,500.00 1617 Evans Street BID/each: $18,700.00 $15,600.00 3017 Pratt Street BID/each: $10,700.00 $13,250.00 2344 N 61st Street BID/each: $15,500.00 $18,950.00 5343 N 27th Street BID/each: $25,700.00 $22,900.00 1506 Willis Avenue BID/each: $18,400.00 $24,000.00 2028 Ohio Street BID/each: $32,500.00 $22,500.00 2110 Ohio Street BID/each: $6,400.00 $11,300.00 2523 N 17th Street BID/each: $10,300.00 $12,000.00 3320 Ruggles Street BID/each: $23,500.00 $22,650.00 2940 Fontenelle Blvd. BID/each: $14,500.00 $17,600.00 ALL OR NONE TOTAL BID: $369,300.00 $357,750.00 Bid Bond Received: YES YES • HH DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Soil Remediation Group#470 RETURN BIDS TO: Published: Wednesday,March 3,2021 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE, Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CT on Wednesday,March 24,2021 IMPORTANT 1, Bid must be in the office of the CITY CLERK,1819 Farnam Street,LC-1, 4 Right is reserved to accept or reject any or all bids in their entirety and the bidders shall OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 have the right to appeal any decision to the Omaha City Council, by the opening date and time indicated in a sealed envelope marked: 5 When submitting bid on items listed,bidder may on a separate sheet,make BID ON:CITY OF OMAHA Soil Remediation Group1f470 suggestions covering reduction in costs wherever this is possible through 2. As evidence of good faith a bid bond or certified check must be submitted with bid. redesign,change of material or utilization of standard items or quantity change. Bid bond or certified check shall be made payable to"City of Omaha" 6 Bid tabulation are available on the Douglas County Purchasing website: FAILURE TO DO SO IS CAUSE FOR REJECTION. www.douglascountypurchasing.org. DO NOT CALL FOR THIS INFORMATION. 3 The City of Omaha is tax exempt. Tax exempt certificates will be provided upon request Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is seeking bids for Soil Remediation as described in the attached specifications. DAVIS BACON ACT • SEE PAGE 2 AND PAGE 3 FOR ADDRESSES. NOTE: Must be a pre-qualified contractor for bid submission to be considered. ALL OR NONE TOTAL BID: $ 369,300.00 (5%Bid Bond is to be based upon this amount,if over $20,000.00) Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title in the subject line. The deadline to submit questions on this bid is 11:00 a.m.. on the Thursday before the bid opening date. Answers to questions will be posted via an addendum no later than the Friday before bid opening at www.douglascountypurchasing.org. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 100 % Net 30 Firm: Environmental Restoration, LLC // Incorpor d InaMO Delivery(or completion) Name: Adam Detrich Signature:/ ' 45 calendar days following Title: Vice President Phone: 636-288-9616 f Fax: 636-680-2590 award Address: 1666 Fabick Drive Fenton MO 63026 Street/P.O.Box City State Zip Email Address: a.detrich@erllc.com DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA -Soil Remediation Group#470 NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION I 2512 Binney Street BID: $ 33,700.00 2417 N 22nd Street BID: $ 10,800.00 2615 Blondo Street BID: $ 20,300.00 2915 Erskine Street BID: • $ 23,100.00 1463 LothropStreet BID: $ 22,600.00 2862 Crown Point Avenue BID: $ 11,200.00 2507 N 26th Street BID: $31,300.00 2020 Lake Street BID: $ 10,900.00 4970 Bedford Avenue BID: $ 6,400.00 2322 Pinkney Street BID: $ 22,800.00 1617 Evans Street BID: $ 18,700.00 3017 Pratt Street BID: $ 10,700.00 SIGN ALL COPIES Firm Environmental Restoratio LLC,, By Adam Detrich ( Title Vice President CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA -Soil Remediation Group#470 NOT AN ORDER Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 2344 N 61 st Street BID: $ 15 500.00 5343 N 27th Street BID: $ 25,700.00 1506 Willis Avenue BID: $ 18.400.00 2028 Ohio Street BID: $ 32,500.00 2110 Ohio Street BID: $ 6,400.00 2523 N 17th Street BID: $ 10,300.00 3320 Ruggles Street BID: $ 23,500.00 2940 Fontenelle Blvd. BID: $ 14,500.00 ALL OR NONE TOTAL BID (Please put this amount on Page 1): $ 369,300.00 (5%Bid Bond is to be based upon this amount if over $20,000.00) SIGN ALL COPIES Firm Environmental Restoration,ILL� By Adam Detrich Title Vice President CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Soil Remediation Group#470 NOT AN ORDER Page 4 BID CLAUSES -TERMS AND CONDITIONS REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States, or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid, only one bid bond is required; however,the 5% bid bond must be calculated using the highest bid amount of all submitted bids. Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the City of Omaha(Omaha) is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor is preliminarily selected, that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate, discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition. Conflict of Interest: Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules, CONTRACTOR assures City of Omaha(CITY)that no elected Official or any officer or CITY employee shall have a financial interest, direct or indirect, in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of, facilitation of,and execution of or during the duration of this Agreement. Drug Free Policy: CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha(CITY), State•and/or Federal appropriations, the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations, the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction, whichever is later. Provided, that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. PAYMENT TERMS: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. This is an All or None bid. Vendors must bid on every item listed in the bid sheets, or it will be cause for rejection of bid. Solid Waste Disposal: Pursuant to an Interlocal agreement between the City of Omaha (Res. 124) and Douglas County (Res. 85)dated January 31,2012, all solid waste collected and/or processed pursuant to City or County contracts is required to be taken to the Douglas County Pheasant Point Landfill. This includes trash, rubbish, construction, and other solid waste. This is a requirement that will not be waived. C&D, hazardous waste, untreated medical waste,asbestos and recycled materials would be exempt from this directive. SIGN ALL COPIES Firm Environmental Restora on, LC By Adam Detrich Title Vice President CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Soil Remediation Group#470 NOT AN ORDER Page 5 BID CLAUSES -TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000,00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1)adequate workers'compensation (statutory); (2) commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than $500,000 for all claims arising out of a single occurrence; and (3)property damage insurance in an amount not less than$500,000; and naming CITY OF OMAHA as an additional insured, except for Workers' Compensation policies/certificates, for the term of the agreement.Certificates of Insurance are required before service begins. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed $200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance: (1)adequate workers'compensation (statutory); (2) commercial general liability in an amount not less than $1,000,000 for any person for any number of claims arising out of a single occurrence and not less than $5,000,000 for all claims arising out of a single occurrence; and(3) property damage insurance in an amount not less than $500,000; and naming CITY OF OMAHA as an additional insured, except for Workers'Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. REQUIREMENTS FOR PERFORMANCE BOND: The successful vendor shall provide a performance bond equal to the vendor's bid within ten (10)calendar days from award of the contract. The surety company issuing the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract. Any and all additional fees, charges, costs or expenses, which result from an approved assignment or delegation, shall be paid by the assigning/delegating Party. COMMUNICATON WITH STAFF: From the date this bid is issued until a contract is awarded, communication regarding this solicitation between potential vendors and individuals employed by the City of Omaha is prohibited. Only written communication via email to bidquestions@douglascounty-ne.gov is permitted. Once an award is made the vendor will bepermitted to speak with person(s) p p Oparticipating in contract negotiations. Violation of these conditions may be considered sufficient cause to reject a vendor's bid and/or selection irrespective of any other condition. The following exceptions to these restrictions are permitted: (1) Contacts made pursuant to any pre-existing contracts or obligations; (2) City staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled, when recognized by the City as staff facilitating the meeting for the purpose of addressing questions; and, (3) Presentations, key personnel interviews, clarification sessions or discussions to finalize a contract,as requested by the City of Omaha. FEDERAL DEBARMENT OR SUSPENSION Has bidder or its principals been debarred or suspended from Federal contracts? YES X NO (failure to provide a response maybe cause for rejection of bid) Bidder certifies by submission of this bid that neither it nor its principals are presently debarred or suspended from participation in Federal contracts. If during the term of the agreement the awarded bidder or any person engaged in performing this agreement becomes debarred or suspended such Party shall notify the City of Omaha immediately. SIGN ALL COPIES Firm Environmental a for , C By Adam Detrich Title Vice Presid CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Soil Remediation Group#470 NOT AN ORDER Page 6 BID CLAUSES-TERMS AND CONDITIONS Form CC-1: All bidders awarded a City contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance by having a current Contract Compliance Report(Form CC-1)on file with the Human Rights& Relations Department. This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights & Relations Department at(402)444-5055. Bidders are encouraged to use the following weblink to determine if they have a current Form CC-1 on file (search by company name): https:1/humanrights.cityofomaha.org/cc-l-search Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure, terms, conditions, or privileges of employment because of the race, color, religion, sex,disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb. Rev. Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm Environmental 7,00tiopii4By Adam Detrich I Title Vice President CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 �A 4' 1. Regulation: os,41.Rn n[oRv1,¢4- A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully AD authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. AD Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). AD Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). AD Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health AD Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3 (three)separate"serious"OSHA violations within the past three(3)years. AD Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. 3/23/2021 Signature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. UITDSTTES�CI I ? • For•the u :ores:of complking ith Neb Rev.;Sit. §§4 108 through 4-114,1 attest.as=fol1a'Ws::. • r ett��tof-'`tk,:e'C7rijtottSttft. • El uzrd the =reeler l Dit irgr tilt ar . .1 at rnatity• A.et. Vly° • itronhotiort 4tat t.and`aliei number ns t'ollaws» . �; : d I•:agree:t prov de copy :i t tea: t.TSCIS (United: States iti enshxp and. . n a • .. nugrtton Services): .doeutxtentatibzt upon toques%regorged to verify the Contractor's lawful presetiee in:the .• ,Iii ited>St testis ni;.tb�e Systern.i�Alien V�rfitoatio f"ctr. nettle ex.ts (SAS)Pxogra .. • her y attest thnt.i iy response. and. ae.:in 43.atton provided •oxu this form;aiid am ralate'd app.icatron_for public benefits are tract, coxrxplete and,acciirr,le and I understand that this . . nfarmatio may be tw to verify my Iaw l presence , tho U zted Sues_ I and st .d. t agree that 1 w±bl presence in the United States is requited'anal the contractor,may lie d squali ied or t ;e cont0et t ated x£sueh footA presence cannot be ve fied as required b .Neb l ey •. sstat;:4.440: . • • :plan NAm.Ev ._.Adarn Detrick _ .... . SI N1477 ATURE [ 3/23/2021 • Creut tl 40.0 approved 1 r119,20. —. t 'FEI t Y iCt12.1�11 i�[ i f .. L SSW A Tt ?N.AC ' STATE aF . ) 1, Adam Detrick_ ... .,_..:_:. ,,hcin diily swarit; ender oath,st ta:and: ,:cle o e s=fbllo vs 1.. Pater cutripetoiit.to•teestify to,and have• etgottilkcnowled of the mattCrs stated inrthzis of tavit • 2. 1 am:-:(a coentractor (tbe authorized}agent of thae cconi ctor Envjronmental Restoration,LLC 'I ttest to�'the follc_wing (a) each;;ir div idtial perf0.0, .services for such.contractor is properly: - ,.• classified under iho..fgebrado Eioaployee Gi-assilicatiurL Act:i 2010:LI 563:(`the:Act"), (b.)':such contractor has . completed04#4a 40:0 Yta00 fp n at :lzas kVill:.4orm.:4. file i<c 404.„0401.sy ; .04.0414 servr4es 0 00 .. r contractor has:complied with,'N'ela Rev, Stat section 4411.4;(federal immigration:verif cane n.system), (d):such_ contractor:hasI.n .reasonable shay s:k believe:that ar y i ndiv iival perFor iit4.#..tykes f'er such contractor:is an ixrictocunefited.worker,and (e. as of the time of them olt-net,such contiaotc'is not ban-cd for i contract ng wi the • stater airy p litiea s bdivisi t pursuaint.to•:the Act. . F.03. . AFFIAN ' AYBT 1 . A JG1FFF. • Atli* Sl , 7.Awa- WORN IC)bet"oto me tuts: day 1f ,20:1,1 :Nc to y Pupae • • i (� ��- s ai 4:k. Good Life.Great Connections. DEPARTMENT OF LABOR pop Fiotorttil,o)mtvr Contractor Registration Certificate This certificate is non-transferable Registration # 26600-21 Date Issued:1/15/2021 Date Expiring:1/15/2022 ENVIRONMENTAL RESTORATION, LLC 1666 FABICK DRIVE FENTON, MO 63026 Nebraska Department of Labor 550 South 16th Street f Lincoln,NE 68508 d'E 402-471-2239 �• ommissioner of Labor AlC1�► OR CERTIFICATE OF LIABILITY INSURANCE DATE(MM/OD/YYYY) \IY.... .,. 12/21/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. if SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Pauline Warnecke NAME: AssuredPartners of Missouri,LLC PHONEN Extl: (314)523-8800 FAX (314 453-7555 (AI11975 Westline Industrial Dr E-MAIL (Ara,No): ) warnecke ADDRESS: p (a�APMissouri.com INSURER(S)AFFORDING COVERAGE NAIC II St Louis MO 63146 INSURER A: Nautilus Insurance Company 17370 • INSURED INSURER B: Great Divide Insurance Company 25224 Environmental Restoration,L.L.C. INSURER C: 1666 Fabick Drive INSURER D Fenton INSURER E: MO 63026 INSURER F: COVERAGES CERTIFICATE NUMBER: 2020-21 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADUL SUt1t POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVO POLICY NUMBER (MM!DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY 1,000,000 � EACH OCCURRENCE $ CLAIMS-MADE n OCCUR PREMISES(Ea occurDAMAGE TO rence) nce) $ 300,000 • X Deductible:$10,000 25 000 A MED EXP(Any one person) $ ECP0154311419 12/22/2020 12/22/2021 PERSONAL&ADVINJURY $ 1,000,000 GR EN'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000I of POLICY I 0 LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B/B OWNED SCHEDULED BAP1 5431 411 9/MAA200734417 12/22/2020 12/22/2021 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLALIAB X OCCUR 5,000,000 EACH OCCURRENCE $ A X EXCESSLIAB CLAIMS-MADE FFX154311319 12/22/2020 12/22/2021 $ 5,000,000 AGGREGATE DED RETENTION$ $ WORKERS COMPENSATION _ AND EMPLOYERS'LIABILITY YIN X STATUTE H ER BIA ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A WCA2 0073 461 81WcA20166261 12/22/2020 12/22/2021 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 j IT yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 Contractor Pollution Liability-Occurrenc Per Occ Ded-$10,000 $1,000,000 A Professional Liability-Claims Made ECP0154311419 12/22/2020 12/22/2021 Retro 12/22/97,Ded$20k $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) 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 ACCORDANCE WITH THE POLICY PROVISIONS. 1819 Farnam Street Suite 706 AUTHORIZED REPRESENTATIVE Omaha NE 68183 r..• I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2018/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 00001861 LOC#: • ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED AssuredPariners of Missouri,LLC Environmental Restoration,L.L.C. POLICY NUMBER CARRIER NAIC CODE • EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance:Notes EXTENSIONS OF COVERAGE: • Named Insured includes:Quality Safety Products,LLC COMMERCIAL GENERAL LIABILITY(Occurrence Form)/CONTRACTORS'POLLUTION LIABILITY(Occurrence Form)/PROFESSIONAL LIABILITY (Claims-Made Form) A)Blanket Additional Insured with respect to work performed by the Named Insured,as required by written contract; B)Blanket Additional Insured Primary and Non-Contributory,as required by written contract; C)Blanket Additional Insured,Primary and Non-contributory applies to Ongoing and Completed Operations,as required by written contract; D)Blanket Waiver of Subrogation with respect to work performed by the Named Insured,as required by written contract; E)Blanket Additional Insured-Lessor of leased/rented equipment,as required by written contract; F)Blanket Contractual Liability-Railroads,as required by written contract; G)Watercraft Liability for watercraft under 30'owned or operated by the Insured; It Stop Gap provided for ND,OH,WA,WY,PR USVI; I)Coverage provided for incidents occurring within 50'of railroad property; J)General Aggregate Limit applies per Project; K)Transportation Pollution Liability and Contingent Transportation Pollution Liability Included; L)Contractual Liability provided for liability for damages assumed in an"Insured contract'as definined in the Commercial General Liability terms,conditions, and exclusions; M)Commercial General Liability does not exclude explosion,collapse,and underground hazards(XCU); N)Asbestos Abatement Liability covered under the Contractor's Pollution Liability coverage; 0)Blanket Non-Owned Disposal Site Coverage-Off Site Only,Retroactive Date-6/11/2012. COMMERCIAL AUTO LIABILITY A)Blanket Additional Insured,as required by written contract; B)Blanket Additional Insured&Loss Payee-Lessor for rented vehicles,as required by written contract; C)Blanket Primary and Non-Contributory,as required by written contract; D)Blanket Waiver of Subrogation,where permitted by law and as required by written contract; E)Hired Car Physical Damage IsACV to cost of repair of$250,000,which is less,minus$100 Comprehensive Deductible and$1,000 Collision Deductible; F}MCS-00 Form includes Pollution Liability and Public Liability,if required by written contract; G)Coverage for Certain Operations in Connection with Railroads Included; H)CA9948-Pollution Liability-Broadened Coverage for Covered Autos-Business Auto and Motor Carrier Coverage Forms. WORKERS'COMPENSATION/EMPLOYERS LIABILITY ' A)Blanket Waiver of Subrogation where permitted by law and as required by written contract; B)Longshore and Harbor Workers Compensation Act,and Maritime Coverage,all applicable states C)Owners/Partners/Executive Officers are not excluded from coverage. EXCESS LIABILITY A)Follow Form of above policies as respects Additional Insured,Primary and Non-contributory,and Waiver of Subrogation provision; B)Excess Liability limits shown are excess and in addition to Commercial General Liability,Contractors Pollution Liability(Occurrence Form),Professional Liability{Claims-Made Form),Business Auto Liability,and Employers Liability, SUBJECT TO POLICY TERMS,CONDITIONS AND EXCLUSIONS • ACORD 101(2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ,�, i ^�t it: /zap. /ex/• ..�, �tb 5lx!t .,, *t�13" �t ��J�t(�.•' l�I�tf 11 i {}�� _�` ---�, . .. : . ... .. _. ..,,., �l rPr�+ta„ vial_-!? �� s Is 'Itr 1 ,ipiiik' }6P I�- ( t_$� , ENVIRONMENTAL RESTORATION, LLC lug rrl. 1998 of Training ,,. 3`. (6 A ' Presented To II / r.:,...,„. '. ARAM DETRICH _)_ /;r. t�:'Y For Completion of ��N '' _ F'� Initial Training(40 hours)for Hazardous Waste Site Workers �� in accordance with OSHA in 29 CFR 19]0.120(e) 1./t % S98.004 • `,)f;. �' ��r�i. Certificate# sw JUNE 5,1998 ?� _ :j; k Date Awarded °� 44,t- .'" .?,elf t` i y' AE13B1 ' ARAMIE); 1 Instnictor �_ p:p , Jib ' " - i. 1 + ;„-';: t-467I'VW- s1 i-.',.- W..,'.,6..3o7.9-,.1AV-.-._,- 1w- r_ rtl�� `\ ."::]A i dv s !A I � rs 1 \1 � �4 ` RlyfiM -1�Y \ ij ' J 'A t. 0)10: , �Jr 1,`Si�s 'S \!-`�t 4 �G:1��� , „a Yb� - ,1..,,•, % I HH DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Soil Remediation Group#470 RETURN BIDS TO: Published: Wednesday,March 3,2021 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CT on Wednesday,March 24,2021 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Farnam Street,LC-1, 4 Right is reserved to accept or reject any or all bids in their entirety and the bidders shall OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 have the right to appeal any decision to the Omaha City Council• by the opening date and time indicated In a sealed envelope marked: 5 When submitting bid on items listed,bidder may on a separate sheet make BID ON:CITY OF OMAHA Soil Remediation Group#470 suggestions covering reduction in costs wherever this is possible through 2. As evidence of good faith a bid bond or certified check must be submitted with bid. redesign,change of material or utilization of standard items or quantity change. Bid bond or certified check shall be made payable to"City of Omaha" 6 Bid tabulation are available on the Douglas County Purchasing website: FAILURE TO DO SO IS CAUSE FOR REJECTION. www.douglascountypurchasing,org. DO NOT CALL FOR THIS INFORMATION. 3 The City of Omaha is tax exempt. Tax exempt certificates will be provided upon request Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is seeking bids for Soil Remediation as described in the attached specifications. DAVIS BACON ACT ;,•'i , ; ,._ t:. _ ,•. NOTE: Must be a pre-qualified contractor for bid submission to be considered. ALL OR NONE TOTAL BID: $ -)S1 t7�� F Ct (5%Bid Bond is to be based upon this amount,if over $20,000.00) Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title in the subject line. The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date. Answers to questions will be posted via an addendum no later than the Friday before bid opening at www.douglascountypurchasing.org. (PLEASE PRINT LEGIBLY OR TYPE) Payment TermsO %30 Days Firm: SHEKAR ENGINEERING, PLC Incorporate In: IOWA Delivery(or completion) Name: CHANDRA SHEKAR Signature: ; Lis calendar days following Title: PRESIDENT Phone:(515)334-5062 Fax: (515)255-3356 award Address:2600 MARTIN LUTHER KING JR. PARKWAY,#200,DES MOINES, IA 50310 Street/P.O.Box City State Zip Email Address: CHANDRA@SHEKAR.US DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA -Soil Remediation Group#470 NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 2512 Binney Street BID: $a'6 sno 00 2417 N 22nd Street BID: $ la,Ego-nO 2615 Blondo Street BID: $la iS00^�� 2915 Erskine Street BID: $gl3,P.00.cx� 1463 Lothrop Street BID: $.2-1- 01`} 2862 Crown Point Avenue BID: $i3.0O0 -or') 2507 N 26th Street BID: $ I �f�O •OC 2020 Lake Street BID: $1S, tp(gyp(' 4970 Bedford Avenue BID: $11 J21: 0^OC`. 2322 Pinkney Street BID: $222jFi,r).0 1617 Evans Street BID: $i S b 515 '00 3017 Pratt Street BID: $i?. .SO.0 SIGN ALL COPIES Firm SHEKAR ENGINEERING, PLC By ' I{ Title CHANDRA SHEKAR, PE, PRESIDENT CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Soil Remediation Group#470 NOT AN ORDER Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 2344 N 61st Street BID: $141\/950.00 5343 N 27th Street BID: $21)°OC -Cx) 1506 Willis Avenue BID: $D H 1w.or 2028 Ohio Street BID: sed. ,Soo O0 2110 Ohio Street BID: $ k1 :30O ° 00 2523 N 17th Street BID: $ ,00O,bCt 3320 Ruggles Street BID: ,6S 0 •in 0 2940 Fontenelle Blvd. BID: $ 6OO 0(.) ALL OR NONE TOTAL BID (Please put this amount on Page 1): $`;S1,15O 'DO (5%Bid Bond is to be based upon this amount if over $20,000.00) SIGN ALL COPIES Firm SHEKAR ENGINEERING, PLC By - Title CHANDRA SHEKAR, PE, PRESIDENT CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA -Soil Remediation Group#470 NOT AN ORDER Page 4 BID CLAUSES -TERMS AND CONDITIONS REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States, or a United States Government Bond (negotiable) are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BECAUSE FOR REJECTION OF BID. If a bidder submits more than one bid, only one bid bond is required; however, the 5%bid bond must be calculated using the highest bid amount of all submitted bids. Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the City of Omaha (Omaha) is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor is preliminarily selected,that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate, discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition. Conflict of Interest: Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules, CONTRACTOR assures City of Omaha(CITY)that no elected Official or any officer or CITY employee shall have a financial interest, direct or indirect, in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of, facilitation of, and execution of or during the duration of this Agreement. Drug Free Policy: CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha (CITY), State and/or Federal appropriations, the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations, the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested,or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction, whichever is later. Provided,that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. PAYMENT TERMS: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. This is an All or None bid. Vendors must bid on every item listed in the bid sheets, or it will be cause for rejection of bid. Solid Waste Disposal: Pursuant to an Interlocal agreement between the City of Omaha (Res. 124) and Douglas County (Res. 85) dated January 31,2012, all solid waste collected and/or processed pursuant to City or County contracts is required to be taken to the Douglas County Pheasant Point Landfill. This includes trash, rubbish, construction, and other solid waste. This is a requirement that will not be waived. C&D, hazardous waste, untreated medical waste, asbestos and recycled materials would be exempt from this directive. SIGN ALL COPIES Firm SHEKAR E NGIN RING, PLC By Title CHANDRA SHEKAR,PE, PRESIDENT CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Soil Remediation Group#470 NOT AN ORDER Page 5 BID CLAUSES -TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1) adequate workers'compensation(statutory); (2)commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than $500,000 for all claims arising out of a single occurrence; and (3)property damage insurance in an amount not less than$500,000; and naming CITY OF OMAHA as an additional insured, except for Workers' Compensation policies/certificates, for the term of the agreement. Certificates of Insurance are required before service begins. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed$200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance: (1)adequate workers'compensation(statutory); (2) commercial general liability in an amount not less than $1,000,000 for any person for any number of claims arising out of a single occurrence and not less than$5,000,000 for all claims arising out of a single occurrence; and (3)property damage insurance in an amount not less than $500,000; and naming CITY OF OMAHA as an additional insured, except for Workers' Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. REQUIREMENTS FOR PERFORMANCE BOND: The successful vendor shall provide a performance bond equal to the vendor's bid within ten (10) calendar days from award of the contract. The surety company issuing the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract. Any and all additional fees, charges,costs or expenses,which result from an approved assignment or delegation, shall be paid by the assigning/delegating Party. COMMUNICATON WITH STAFF: From the date this bid is issued until a contract is awarded, communication regarding this solicitation between potential vendors and individuals employed by the City of Omaha is prohibited. Only written communication via email to bidquestions©douglascounty-ne.gov is permitted. Once an award is made the vendor will be permitted to speak with person(s) participating in contract negotiations, Violation of these conditions may be considered sufficient cause to reject a vendor's bid and/or selection irrespective of any other condition. The following exceptions to these restrictions are permitted: (1)Contacts made pursuant to any pre-existing contracts or obligations; (2) City staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled,when recognized by the City as staff facilitating the meeting for the purpose of addressing questions;and, (3) Presentations, key personnel interviews, clarification sessions or discussions to finalize a contract, as requested by the City of Omaha. FEDERAL DEBARMENT OR SUSPENSION Has bidder or its principals been debarred or suspended from Federal contracts? YES X NO (failure to provide a response may be cause for rejection of bid) Bidder certifies by submission of this bid that neither it nor its principals are presently debarred or suspended from participation in Federal contracts. If during the term of the agreement the awarded bidder or any person engaged in performing this agreement becomes debarred or suspended such Party shall notify the City of Omaha immediately. SIGN ALL COPIES Firm SHEKAR ENGINEE ING, PLC By C Title CHANDRA SH �R,PE, PRESIDENT CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Soil Remediation Group#470 NOT AN ORDER Page 6 BID CLAUSES-TERMS AND CONDITIONS Form CC-1: All bidders awarded a City contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance by having a current Contract Compliance Report(Form CC-1)on file with the Human Rights& Relations Department. This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights& Relations Department at(402)444-5055. Bidders are encouraged to use the following weblink to determine if they have a current Form CC-1 on file (search by company name): https:l/humanrights.cityofomaha.orglcc-1-search Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement, with respect to hire,tenure, terms, conditions, or privileges of employment because of the race, color, religion, sex,disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb. Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm SHEKAR ENGINEE;ING,PLC By ►N• Title CHANDRA SHE`%R,PE,PRESIDENT CONTINUATION SHEET • Responsible Contractor Compliance Form RC-1 r,egiba + wv2 fir, f, _� 1. Regulation: far,4r� ry A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. r 2. Filing this Report(please initial in the boxes below): ,, - Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully I authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. h�lt Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of �`� Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health IC4PZI Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. ----C .....—.. , 3/24/2021 Signature CHANDRA SHEKAR, PE, PRESIDENT Date SHEKAR ENGINEERING, PLC By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of l0 years. AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT STATE OF IOWA POLK } COUNTY OF 1,CHANDRA SHEKAR yu�W ,being.first duly sworn under with,state and depose as follow 1, f am competent to testify to,and have personal knowledge of,the maitnos stated in this affidavit, 2, 1 am(a contractor)(the authorized agent of the contractor SHEKAR ENGINEERING, PLC ), l attest to the following:(a) each individual performing services for such contractor is properly classified under the Nebraska Employee Classification Act, 2010 LB 563 ("the Act`), (b) Such contractor has completed a federal t 9 immigration form and has such form on file for each employee performing services,(c)such contractor has complied with Nab. Rev, Slat, section 4-1.14 (federal immigration verification system), (d) such contractor has no reasonable basis to believe that any individual performing services fur such contractor is an undocumented worker,and(e)as of the time of the contract,such contractor is not barred from contracting with the state or any political subdivision pursuant to the Act, FURTHER AFFIANT SAYETH NAUGHT, C-t . Af ant ZF ISIDRA7FIEUFT PE"PRESIDENT SUBSCRIBED AND SWORN TO before me this day of Tntt.rck ,241, • } iota ublic nn'' t., Commission Number 783776 5141_ tviy Commission Expires April 23,2023 i'u►+°'i' Approved 6/i/l i) UNITED STATES CITIZENSHIP ATTESTATION FORM For the purposes of complying with.Neb.Rev, Stat, §0 4-108 through 4-11.4, 1 attest as follows: Eg I am a citizen of the United States, OR. 1 am a qualified alien under the Federal Immigration. and Nationality Act. My immigration status and alien number as follows: , and I agree to provide a copy of the USCIS (United States Citizenship and Immigration Services) documentation upon request required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. I hereby attest that my response and the information provided on this form and any related application for public benefits are true, complete and accurate and I understand that this information may be used to verify my lawful presence in the United. States. I understand and agree that lawful presence in the United States is required and the contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev, Stat. 4-1.08. E PRINT NAME.: CHANDRA SHEKAR, PE, _ B y: SIGNATURE: . . . DATE: 3/24/2021 • Created and approved 11/19/2009 Omaha Lead Site Soil Remediation Program Awards to Contractors 3/31/2021 Group No.470 Bid Opening Date 3/24/2021 Project Address Contractor Bid Amount 2512 Binney Street Shekar Engineering $23,500.00 2417 North 22 Street Shekar Engineering $13,600.00 2615 Blondo Street Shekar Engineering $19,200.00 2915 Erskine Street Shekar Engineering $23,800.00 1463 Lothrop Street Shekar Engineering $22,800.00 2862 Crown Point Avenue Shekar Engineering $13,000.00 2507 North 26 Street Shekar Engineering $13,500.00 2020 Lake Street Shekar Engineering $13,800.00 4970 Bedford Avenue Shekar Engineering $11,200.00 2322 Pinkney Street Shekar Engineering $22,500.00 1617 Evans Street Shekar Engineering $15,600.00 3017 Pratt Street Shekar Engineering $13,250.00 2344 North 61 Street Shekar Engineering $18,950.00 5343 N 27 Street Shekar Engineering $22,900.00 1506 Willis Avenue Shekar Engineering $24,000.00 2028 Ohio Street Shekar Engineering $22,500.00 2110 Ohio Street Shekar Engineering $11,300.00 2523 N 17 Street Shekar Engineering $12,000.00 3320 Ruggles Street Shekar Engineering $22,650.00 2940 Fontenelle Blvd. Shekar Engineering $17,600.00 NOTE: DO NOT START WORK UNTIL PROCEED ORDER IS ISSUED BY THE PLANNING DEPARTMENT 1 I 2 H Lu Z U_ M CL 0- 1 HW z U n 12 a I- w Z U • n a I— w Z U_ a z� m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o U H W o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c a Z U L() OM 000 000 O In CO N V) CO N 0) C O Lt)) CO O c C) ~ L1J C4 Cr; C' CA CO- N CO- CY) CO N-- N Lf) M 00 N N N N L 2 c ) C (n a N N N ,- ,- r- ,- N N N N S N ,- M W 69 69- 69 69 69 Ea 69 69 69 69 d9 CO d9 69 69 69 69 69 69 69 Er CC) m c O o O O O o 0 O O O O O O O O O O O 0 CV 0 O O o O O O O 00 O O O O O O O 00 O o O 0. E E U H W o 0 0 0 0 0 o ) o 0 0 0 0 0 0 0 0 0 0 0 0 = 0 0 o o o o 0 0 0 0 0 0 0 0 0 0 0 0 O J Z U_ ti O co c- CO N CO O� O CO ti ti LO ti d" LO O CO LC) LO M W N J = 2 CY) O O CY) N - O N CO O Lf) Lf) CO N C) M ' i $ ' > LY a co r- N N N N- CO N N- r- - N c- CO r- N N- M LC — 69 Er) VD- 69 69 69 EA- 69 69 69 Cf} d9 C9- En 69 69 69 69 ._ :C - - ..c c c ..C - .c ..c .c .c :C .. _E p -6 U 0 0 U 0 U 0 0 0 0 0 U 0 0 C) C) 0 C) C) C) CC) EN CQ N C6 06 C6 CO CO CO co Co CO CO CO Co CO CO Co CO m > Cl) a) a) a) a) a) a) a) a) O N a) a) a) a) a) a) CD (1) a) 0) D ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ < •0 M < ti . = m00mm0m0000m0000mm300W I - c. CU O Q O Z m ss_ a Q a) O a) = cD U �. O a Z CO m m m Q Z) S �- a�i > J .� o z 0 o m Q a) ' a� a) m co Q = 0 76 e. Q C> m tl ` '2 >, CA 0 cn > cn cn O m "a m ri aa)) c 0 c o c ' Cn 0 c cn cn Q in in a) U LL N c N c 2 O CO cll ' 1 c N- •� O O ti 6 y O a) m Z m W -I O Z _1 m CL w a Z Z O O Z f' LL R= Z o N N Lf) Lf) CO N t` O C) N ti Is-- mot' CO C9 CO O CO o 0 0N N- V- T- - CO CO O N t` N r- N- d- O N N- N N d' o O d: Lf) CO 0') •ct CO LO CD C7) CO CC) C:) M COInO T." LC) COO) In = Q co CD r N N N N N- N N N '� N r- CY) N LO c- N N N M N Z m G. - O a o co C m F- 5 17> vs o -8 a m 0 • HH DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Soil Remediation Group#470 RETURN BIDS TO: Published: Wednesday,March 3,2021 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,NE 58183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CT on Wednesday,March 24,2021 IMPORTANT 1. Bid must be In the office of the CITY CLERK,1819 Farnam Street,LC-1, 4 Right is reserved to accept or reject any or all bids in their entirety and the bidders shall OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 have the right to appeal any decision to the Omaha City Council. byte opening date and time indicated in a sealed envelope marked: 5 When submitting bid on items listed,bidder may on a separate sheet,make BID ON:CITY OF OMAHA Soil Remedlation Group tf470 suggestions covering reduction in costs wherever this is possible through 2. As evidence of good faith a bid bond or certified check must be submitted with bid. redesign,change of material or utilization of standard items or quantity change. Bid bond or certified check shall be made payable to"City of Omaha" 6 Bid tabulation are available on the Douglas County Purchasing website: FAILURE TO DO SO IS CAUSE FOR REJECTION. www.douglascountypurchasing.org. DO NOT CALL FOR THIS INFORMATION. 3 The City of Omaha is tax exempt Tax exempt certificates will be provided upon request Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is seeking bids for Soil Remediation as described in the attached specifications. DAVIS BACON ACT SEE PAGE 2 AND PAGE 3 FOR ADDRESSES. NOTE: Must be a pre-qualified contractor for bid submission to be considered. ALL OR NONE TOTAL BID: $ 369,300.00 (5%Bid Bond is to be based upon this amount,if over $20,000.00) Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title in the subject line. The deadline to submit questions on this bid is 11:00 a.m, on the Thursday before the bid opening date. Answers to questions will be posted via an addendum no later than the Friday before bid opening at www.douglascountypurchasing.org. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 100 % Net 30 Firm: Environmental Restoration, LLC Incorpor d!in:JMO Delivery(or completion) Name: Adam Detrich Signature: / _ � ' 45 calendar days following Title: Vice President Phone: 636-288-9616 Fax: 636-680-2590 award Address: 1666 Fabick Drive Fenton MO 63026 Street/P.O. Box City State Zip Email Address: a.detrich@erlic.com DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA -Soil Remediation Group#470 NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 2512 Binney Street BID: $ 33,700.00 2417 N 22nd Street BID: $ 10,800.00 2615 Blondo Street BID: $20,300.00 2915 Erskine Street BID: • $ 23,100.00 1463 Lothrop Street BID: $ 22,600.00 2862 Crown Point Avenue BID: $ 11,200.00 2507 N 26th Street BID: $31,300.00 2020 Lake Street BID: $ 10,900.00 4970 Bedford Avenue BID: $6 4000.00 2322 Pinkney Street BID: $ 22,800.00 1617 Evans Street BID: $ 18,700.00 3017 Pratt Street BID: $ 10,700.00 SIGN ALL COPIES Firm Environmental Restoratio LLC By Adam Detrich Title Vice President CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Soil Remediation Group#470 NOT AN ORDER Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 2344 N 61st Street BID: $ 15,500.00 5343 N 27th Street BID: $_25,700.00 1506 Willis Avenue BID: $ 18,400.00 2028 Ohio Street BID: $ 32,500.00 2110 Ohio Street BID: $ 6,400.00 2523 N 17th Street BID: $ 10,300.00 3320 Ruggles Street BID: $ 23,500.00 2940 Fontenelle Blvd. BID: $ 14,500.00 ALL OR NONE TOTAL BID (Please put this amount on Page 1): $ 369,300.00 (5%Bid Bond is to be based upon this amount if over $20,000.00) SIGN ALL COPIES Firm Environmental Restoration, LC By Adam Detrich 14 Title Vice President CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Soil Remediation Group#470 NOT AN ORDER Page 4 BID CLAUSES -TERMS AND CONDITIONS REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States, or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid, only one bid bond is required; however,the 5%bid bond must be calculated using the highest bid amount of all submitted bids. Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the City of Omaha(Omaha) is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor is preliminarily selected,that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate, discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition. Conflict of Interest: Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules, CONTRACTOR assures City of Omaha(CITY)that no elected Official or any officer or CITY employee shall have a financial interest, direct or indirect, in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of, facilitation of,and execution of or during the duration of this Agreement. Drug Free Policy: CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha (CITY), State'and/or Federal appropriations, the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations, the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested,or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction, whichever is later. Provided,that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. PAYMENT TERMS: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. This is an All or None bid. Vendors must bid on every item listed in the bid sheets, or it will be cause for rejection of bid. Solid Waste Disposal: Pursuant to an Interlocal agreement between the City of Omaha (Res. 124) and Douglas County (Res. 85)dated January 31,2012,all solid waste collected and/or processed pursuant to City or County contracts is required to be taken to the Douglas County Pheasant Point Landfill. This includes trash, rubbish, construction, and other solid waste. This is a requirement that will not be waived. C&D, hazardous waste, untreated medical waste, asbestos and recycled materials would be exempt from this directive. SIGN ALL COPIES Firm Environmental Restora on, LC By Adam I]etrich Title Vice Presider CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Soil Remediation Group#470 NOT AN ORDER Page 5 BID CLAUSES-TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000,00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1) adequate workers'compensation (statutory); (2)commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than $500,000 for all claims arising out of a single occurrence; and (3) property damage insurance in an amount not less than$500,000; and naming CITY OF OMAHA as an additional insured, except for Workers' Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed $200,000.00, it is required q d that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance: (1) adequate workers'compensation (statutory); (2) commercial general liability in an amount not less than $1,000,000 for any person for any number of claims arising out of a single occurrence and not less than $5,000,000 for all claims arising out of a single occurrence; and(3)property damage insurance in an amount not less than $500,000; and naming CITY OF OMAHA as an additional insured, except for Workers' Compensation policies/certificates, for the term of the agreement. Certificates of Insurance are required before service begins. REQUIREMENTS FOR PERFORMANCE BOND: The successful vendor shall provide a performance bond equal to the vendor's bid within ten (10)calendar days from award of the contract. The surety company issuing the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract. Any and all additional fees, charges, costs or expenses, which result from an approved assignment or delegation, shall be paid by the assigning/delegating Party. COMMUNICATON WITH STAFF: From the date this bid is issued until a contract is awarded, communication regarding this solicitation between potential vendors and individuals employed by the City of Omaha is prohibited. Only written communication via email to bidquestions@douglascounty-ne.gov is permitted. Once an award is made the vendor will be permitted to speak with person(s)participating in contract negotiations. Violation of these conditions may be considered sufficient cause to reject a vendor's bid and/or selection irrespective of any other condition. The following exceptions to these restrictions are permitted: (1)Contacts made pursuant to any pre-existing contracts or obligations; (2)City staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled, when recognized by the City as staff facilitating the meeting for the purpose of addressing questions; and, (3)Presentations,.key personnel interviews, clarification sessions or discussions to finalize a contract,as requested by the City of Omaha. FEDERAL DEBARMENT OR SUSPENSION Has bidder or its principals been debarred or suspended from Federal contracts? YES X NO (failure to provide a response may be cause for rejection of bid) Bidder certifies by submission of this bid that neither it nor its principals are presently debarred or suspended from participation in Federal contracts. If during the term of the agreement the awarded bidder or any person engaged in performing this agreement becomes debarred or suspended such Party shall notify the City of Omaha immediately. SIGN ALL COPIES Firm Environmental ejtor ' , C By Adam Detrick Title Vice Presid CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Soil Remediation Group#470 NOT AN ORDER Page 6 I BID CLAUSES-TERMS AND CONDITIONS Form CC-1: All bidders awarded a City contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance by having a current Contract Compliance Report (Form CC-1)on file with the Human Rights& Relations Department. This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights& Relations Department at(402)444-5055. Bidders are encouraged to use the following weblink to determine if they have a current Form CC-1 on file (search by company name): https://humanrights.cityofomaha.org/cc-1-search Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire, tenure, terms, conditions, or privileges of employment because of the race,color, religion, sex, disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb. Rev. Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us . 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm Environmental Re o do By Adam Detrich � ,� G� Title Vice President CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 ,0 pphAHA,RFBgy � AK Y O .ry I. Regulation: �`'?�n ntaA"*� A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsisned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully AD authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. AD Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). AD Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). AD Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health AD Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3 (three)separate"serious"OSHA violations within the past three(3)years. AD Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. a`" oak' 3/23/2021 Signature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. • • 7NJTI i TA'lC S: IT N 1El P ►T I TATI T:VOW. . • • • FQrthe pur osesQf complying ttb Neb Re ,:Star: § 4X:0B through 4-1.14, 1 tt st as:follows.. I anz a ezr - of the` hitet_ fate•$. • . aht a. civalf .etl aX t d the 'Tcderal Izatx ,ration . :N'atzanaltty .ACt. Iy • itg4tVittiai state, aid:alien:n unber ets follows» :;•and f agrQe tt},pao�de a .c4 at the. U"CI tutted ,States Citizenshipg .htint.gotioh Services): • deou entattoit upon re uest qu ed to e t tine Co t aeter$ lawful presence n.the Uz ited.:: tatts us g::: ae.' to atxte; l n Vetafloatuon•for ntit1cments(SAVE)Pro .taz ::. I hereby attest thitt n y response arid.the inforrrzation provided a), this £onn:and any ielaated • . dpp at czn cn .public benefits are tide, complete nd, aecurs;te< :and Iunderstand that this tnformattc may lad u e to re i .t lawful presence b.Ole dieted tea, I`t rid stand a 1 a ee the.1.4$± 1 pt ser;ce:tn,the:'Unitect Mates xs requited anal the contractor.may be dZsqualifiied or the eantraet terminated xf such lav u.1 preset ie cannot be verified.as ietlzt ed by:Web iev • :SUat:i .44Qt.. .• • PRIM'NAME ....Adam Detrick. :. ... .. ... • SIGNATU • Ate. • 3/23/2021 • • Crean.......npptoved il/97200 ..,. • „.. APPIPAVAr.V.CAVE.ISOLO.AttLASSUIPATION.14440Ir. COUNTY 01: " .• • .L., duly sworn under oath,g4te,:nud•-, 4000*tOS tbIlovs: 1 0#g:OpilpotoiO.:i01004,10,iy0(111.0:0.1jotoriti4tdiAt104go:..4thottitters•itafeitiirthis.'-aiffilitvi am(1-:ecnitrof4r);(0wAuthea04 agent athwectntmetoi.Enyirs.mmentalRe.stortiQn,L1,..0 •• -•:'•••••• •• Mgt#1:•44.0,04t0V.14t(4) each individual pg0.0i*gOty*:14rWii:•:::opote_400xjtiptOP•OVV • 6-Instilled under ihe.1Stebratlea MinOire Classification Aet,:'20:10 pi 561("the;Act"1,(b):,'.-:sudh.contractor has Oggg0.004000$01*.00000:fit#M*4:40 0461.r.r.eit0A.;t*tOf:00i..0wiit.0Y4i06.414t**Of;(c),'100.1i: . ggfii#40*has,:.404004. with Neb, Rev. $14.:section-4414 #otoi74.,, (4):Aik* contractor has no rensonabte basisi to believe Olt4WinciNithilil.00.tibtinint services Ofsuch contractor k an 01140iift41:*010,-6:10Adi 0•*.1110140.04*-ookogi,40,dlienniattne,i. -nnt'likrntid.:Xtnt4:6.6.06.4palemith* :040*:,apy4iiimoittibotiiI4Stargnuntlo.,:the.Anti ft*I,0W.401010 ONAVIIK1,0011;,. .... .$.!(414,1k1IB17.-AND.•::$,WCIIMMIfidf4i*.W644, .46Y4 2011. O•• 40)::i0.04R141,z0 • • f yg:' !{ �l 0411; a.s zf ��+lip r att l Good Life,Great Connections, bEPAW vMENRI`OF LABOR •.,�,v•.s s, '' - Contractor Registration Certificate This certificate is non-transferable Registration # 26600-21 Date Issued:1/15/2021 Date E g iring:1/15/2022 ENVIRONMENTAL RESTORATION, LLC 1666 FABICK DRIVE FENTON, MO 63026 Nebraska Department of Labor 550 South 16th Street Lincoln,NE 68508 402-471-2239 ommissloner of Labor f' 7 '` CCMC' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/2020 Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Pauline Warnecke NAME: AssuredPartners of Missouri,LLC PHONE Exti: (314)523-8800 FAX (314)453-7555 IAIC.No,11975 Westline Industrial Dr E-MAIL • (Arc,No): rn ADDRESS: pwaecke@APMissounccom INSURER(S)AFFORDING COVERAGE NAIL# St Louis MO 63146 INSURER A: Nautilus Insurance Company 17370 • INSURED INSURER B: Great Divide Insurance Company 25224 Environmental Restoration,L.L.C. INSURER C: 1666 Fabick Drive INSURER D: INSURER E: Fenton MO 63026 INSURER F: I COVERAGES CERTIFICATE NUMBER: 2020-21 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDCSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE JN5D INVD POLICY NUMBER (MM!DD!YYYY) (MMIDDIYVYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED 300OOD PREMISES(Ea occurrence) $ , X Deductible:$10,000 25,000 MED EXP(Any one person) $ ECP0154311419 12/22/2020 12/22/2021 1,000,000 — PERSONAL&ADVINJURY $ GR EN'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 1 , POLICY JET L.]LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ i B/B OWNED SCHEDULED BAP154314119/MAA200734417 12/22/2020 12/22/2021 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED 'se NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY !� AUTOS ONLY (Per accident) UMBRELLALPAB X OCCUR EACH OCCURRENCE $ 5,000,000 A X EXCESS LIAR CLAIMS-MADE FFX154311319 12/22/2020 12/22/2021 AGGREGATE $ 5,000,000 DED RETENTION$ $ WORKERS COMPENSATION _ AND EMPLOYERS'LIABILITY Y!N STATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 B/A OFFICER/MEMBER EXCLUDED? N N IA WCA200734818/WCA20166261 12/22/2020 12/22/2021 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 Contractor Pollution Liability-Occurrenc Per OCc Ded-$10,000 $1,000,000 A Professional Liability-Claims Made ECP0154311419 12/22/2020 12/22/2021 Retro 12/22/97,Ded$20k $1,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) • • 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 ACCORDANCE WITH THE POLICY PROVISIONS. 1819 Farnam Street Suite 706 AUTHORIZED REPRESENTATIVE Omaha NE 68183 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2018103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER iD: 00001861 LOC#: • ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED AssuredPartners of Missouri,LLC Environmental Restoration,L.L.C. POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance:Notes EXTENSIONS OF COVERAGE: • Named Insured includes:Quality Safety Products,LLC COMMERCIAL GENERAL LIABILITY(Occurrence Form)/CONTRACTORS'POLLUTION LIABILITY(Occurrence Form)/PROFESSIONAL LIABILITY (Claims-Made Form) A)Blanket Additional Insured with respect to work performed by the Named Insured,as required by written contract; B)Blanket Additional Insured Primary and Non-Contributory,as required by written contract; C)Blanket Additional Insured,Primary and Non-contributory applies to Ongoing and Completed Operations,as required by written contract; D)Blanket Waiver of Subrogation with respect to work performed by the Named Insured,as required by written contract; E)Blanket Additional Insured-Lessor of leased/rented equipment,as required by written contract; F)Blanket Contractual Liability-Railroads,as required by written contract; G)Watercraft Liability for watercraft under 30'owned or operated by the Insured; H)Stop Gap provided for ND,OH,WA,WY,PR USVI; I)Coverage provided for incidents occurring within 50'of railroad property; J)General Aggregate Limit applies per Project; K)Transportation Pollution Liability and Contingent Transportation Pollution Liability included; L)Contractual Liability provided for liability for damages assumed In an"insured contract"as definined in the Commercial General Liability terms,conditions, and exclusions; M)Commercial General Liability does not exclude explosion,collapse,and underground hazards(XCU); N)Asbestos Abatement Liability covered under the Contractor's Pollution Liability coverage; 0)Blanket Non-Owned Disposal Site Coverage-Off Site Only,Retroactive Date-6/11/2012, COMMERCIAL AUTO LIABILITY A)Blanket Additional Insured,as required by written contract; B)Blanket Additional Insured&Loss Payee-Lessor for rented vehicles,as required by written contract; C)Blanket Primary and Non-Contributory,as required by written contract; D)Blanket Waiver of Subrogation,where permitted by law and as required by written contract; E)Hired Car Physical Damage IsACV to cost of repair of$250,000,which is less,minus$100 Comprehensive Deductible and$1,000 Collision Deductible; F)MCS-90 Form includes Pollution Liability and Public Liability,If required by written contract; G)Coverage for Certain Operations in Connection with Railroads included; H)CA9948-Pollution Liability-Broadened Coverage for Covered Autos-Business Auto and Motor Carrier Coverage Forms. WORKERS'COMPENSATION/EMPLOYERS LIABILITY • A)Blanket Waiver of Subrogation where permitted by law and as required by written contract; B)Longshore and Harbor Workers Compensation Act,and Maritime Coverage,all applicable states C)Owners/Partners/Executive Officers are not excluded from coverage, EXCESS LIABILITY A)Follow Form of above policies as respects Additional insured,Primary and Non-contributory,and Waiver of Subrogation provision; B)Excess Liability limits shown are excess and in addition to Commercial General Liability,Contractors Pollution Liability(Occurrence Form),Professional Liability(Claims-Made Form),Business Auto Liability,and Employers Liability, SUBJECT TO POLICYTERMS,CONDITIONS AND EXCLUSIONS • • ACORD 101(2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD �.� t{ 1 ..� /{ � /; "� �psi / /d4C+�� �L'� ' — lai117 ,af' (tf 3::". `!1 17 (,114 , /`���,4 1 4'�\ - T \ -_ (.:.:�'.�.i j '�A r °�h, A a,.„ am,v ii stot . i Utl LpA _ ylt �1}*_' h \ / ; h :,4' ,'N. C3 i p "'i- �c 1 `�"f� v'''"i s� v'1A 4 D/! -''f =`'\if{ IIf. .. rn.aavvn t•v. .u.•nw ....mot uav nanl..vin.tavawrrr a.avtarr�t�t•ry un•vwuty a. mart a ly rhea v \ urn �. •• w»a�t. rr ua vl,u t.w,r 4aa.vra {r` _ rENVIRONMENTAL RESTORATION, ;- , 'rit i i -0;''' I 998 'Certificate of Training .....,,, ;,,,,,„.., r, ..4, ,0'1,1 Presented To • y . ADAM DETRICH &.�� - i. „� ' For Completion of � r ','` 4 F' ' Initial Training(40 hours)for Hazardous Waste Site Workers /\ h` in accordance with OSHA in 29 CFR 19]0.120(e) / Fuii S98.004 1' r i y':n Certificate# i 4, 4 JUNE 5,1998 ii` `', =.; Date Awarded . '0....11? , ( ,4,. X--.24,1,-..94V ... . �' DEB 1* ARAMIE �, ; Instructor . I ,._,[ , >p ..,,..,:k..t.:,:.s.;0; `etaIiF �•�jl f `° t �) ,, �1 ` ' `� = 47� 1 : . . , 'il, ri4,,,, ,, A. tent .-„� at , -\� ,4� „..„` _� `y����� ,1I «� �\`L az` {:` 'r. f� �/. '.h� Y+. l,,a« _ SSA j Lt,rr 7 <Er Y ` Pill .rtiI� .` rt' ` r . HH DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Soil Remediation Group#470 RETURN BIDS TO: Published: Wednesday,March 3,2021 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CT on Wednesday,March 24,2021 IMPORTANT 1, Bid must be in the office of the CITY CLERK,1819 Farnam Street,LC-1, 4 Right is reserved to accept or reject any or all bids in their entirety and the bidders shall OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 have the right to appeal any decision to the Omaha City Council. by the opening date and time indicated in a sealed envelope marked: 5 When submitting bid on items listed,bidder may on a separate sheet make BID ON:CITY OF OMAHA Soil Remediation Group#470 suggestions covering reduction in costs wherever this is possible through 2. As evidence of good faith a bid bond or certified check must be submitted with bid. redesign,change of material or utilization of standard items or quantity change. Bid bond.or certified check shall be made payable to"City of Omaha' 6 Bid tabulation are available on the Douglas County Purchasing website: FAILURE TO DO SO IS CAUSE FOR REJECTION. www.dougiascountypurchasing.org. DO NOT CALL FOR THIS INFORMATION. 3 The City of Omaha is tax exempt. Tax exempt certificates will be provided upon request Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is seeking bids for Soil Remediation as described in the attached specifications. DAVIS BACON ACT NOTE: Must be a pre-qualified contractor for bid submission to be considered. ALL OR NONE TOTAL BID: $ 5~� `� � a CD (5%Bid Bond is to be based upon this amount,if over $20,000.00) Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title in the subject line. The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date. Answers to questions will be posted via an addendum no later than the Friday before bid opening at www.douglascountypurchasing.org. (PLEASE PRINT LEGIBLY OR TYPE) Payment TermsO %30 Days Firm: SHEKAR ENGINEERING, PLC Incorporate In: IOWA Delivery(or completion) Name: CHANDRA SHEKAR Signature: -96" L 5 calendar days following Title: PRESIDENT Phone:(515)334-5062 Fax: (515)255-3356 award Address:2600 MARTIN LUTHER KING JR.PARKWAY,#200, DES MOINES, IA 50310 Street/P.O.Box City State Zip Email Address: CHANDRA@SHEKAR.US DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA -Soil Remediation Group#470 NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 2512 Binney Street BID: $aO no 2417 N 22nd Street BID: $ la,(An-no 2615 Blondo Street BID: $%ct;Mf1 •no 2915 Erskine Street BID: $R3,So-CO 1463 Lothrop Street BID: $2Z.1Q,OO 2862 Crown Point Avenue BID: $1. ;00I-Orr 2507 N 26th Street BID: $ 17,S(9 o .0( 2020 Lake Street BID: $ 13,�t0[•Apr 4970 Bedford Avenue BID: $1 t 32OO^n 2322 Pinkney Street BID: $2,25 S1n { 1617 Evans Street BID: $i Sri,(p •60 3017 Pratt Street BID: $1 .aso 0 SIGN ALL COPIES Firm SHEKAR ENGINEERING,PLC BY dlIVN Title CHANDRA SHEKAR, PE, PRESIDENT CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Soil Remediation Group#470 NOT AN ORDER Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 2344 N 61 st Street BID: $i mot 5 a .00 5343 N 27th Street BID: $22i MO°(9() 1506 Willis Avenue BID: $ H MI;1•()c 2028 Ohio Street BID: $ ,SOO,00 2110 Ohio Street BID: $ li f;3OO . phi 2523 N 17th Street BID: $i ,p0n'D0 3320 Ruggles Street BID: ,6S0 ,(o 2940 Fontenelle Blvd. BID: $1l, 600 GO ALL OR NONE TOTAL BID (Please put this amount on Page 1): $? 1.1S0 '00 (5%Bid Bond is to be based upon this amount if over $20,000.00) SIGN ALL COPIES Firm SHEKAR ENGINEERING, PLC By c--- 4 ... Title CHANDRA SHEKAR, PE,PRESIDENT CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA -Soil Remediation Group#470 NOT AN ORDER Page 4 BID CLAUSES -TERMS AND CONDITIONS REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States, or a United States Government Bond(negotiable) are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE.CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid, only one bid bond is required; however, the 5% bid bond must be calculated using the highest bid amount of all submitted bids. Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the City of Omaha(Omaha)is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor is preliminarily selected,that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate, discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition. Conflict of Interest: Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules, CONTRACTOR assures City of Omaha(CITY)that no elected Official or any officer or CITY employee shall have a financial interest, direct or indirect, in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of, facilitation of, and execution of or during the duration of this Agreement. Drug Free Policy: CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha (CITY),State and/or Federal appropriations, the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations, the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction, whichever is later. Provided, that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration,Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. PAYMENT TERMS: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. This is an All or None bid. Vendors must bid on every item listed in the bid sheets, or it will be cause for rejection of bid. Solid Waste Disposal: Pursuant to an Interlocal agreement between the City of Omaha(Res. 124) and Douglas County (Res. 85)dated January 31,2012,all solid waste collected and/or processed pursuant to City or County contracts is required to be taken to the Douglas County Pheasant Point Landfill. This includes trash, rubbish, construction, and other solid waste. This is a requirement that will not be waived. C&D, hazardous waste, untreated medical waste, asbestos and recycled materials would be exempt from this directive. SIGN ALL COPIES Firm SHEKAR ENGIN RING, PLC By _. • Title CHANDRA SHEKAR,PE, PRESIDENT CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Soil Remediation Group#470 NOT AN ORDER Page 5 BID CLAUSES -TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1)adequate workers'compensation(statutory); (2) commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than $500,000 for all claims arising out of a single occurrence;and (3)property damage insurance in an amount not less than$500,000; and naming CITY OF OMAHA as an additional insured, except for Workers'Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. FOLLOWING AWARD OF CONTRACT: For Cityprojects where the scope of work p will exceed$200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance: (1)adequate workers'compensation(statutory); (2) commercial general liability in an amount not less than $1,000,000 for any person for any number of claims arising out of a single occurrence and not less than$5,000,000 for all claims arising out of a single occurrence; and (3)property damage insurance in an amount not less than $500,000; and naming CITY OF OMAHA as an additional insured, except for Workers' Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. REQUIREMENTS FOR PERFORMANCE BOND: The successful vendor shall provide a performance bond equal to the vendor's bid within ten(10) calendar days from award of the contract. The surety company issuing the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract. Any and all additional fees, charges, costs or expenses, which result from an approved assignment or delegation, shall be paid by the assigning/delegating Party. COMMUNICATON WITH STAFF: From the date this bid is issued until a contract is awarded, communication regarding this solicitation between potential vendors and individuals employed by the City of Omaha is prohibited. Only written communication via email to bidquestions@douglascounty-ne.gov is permitted. Once an award is made the vendor will be permitted to speak with person(s) participating in contract negotiations. Violation of these conditions may be considered sufficient cause to reject a vendor's bid and/or selection irrespective of any other condition. The following exceptions to these restrictions are permitted: (1)Contacts made pursuant to any pre-existing contracts or obligations; (2) City staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled,when recognized by the City as staff facilitating the meeting for the purpose of addressing questions; and, (3) Presentations, key personnel interviews, clarification sessions or discussions to finalize a contract, as requested by the City of Omaha. FEDERAL DEBARMENT OR SUSPENSION Has bidder or its principals been debarred or suspended from Federal contracts? YES X NO (failure to provide a response may be cause for rejection of bid) Bidder certifies by submission of this bid that neither it nor its principals are presently debarred or suspended from participation in Federal contracts. If during the term of the agreement the awarded bidder or any person engaged in performing this agreement becomes debarred or suspended such Party shall notify the City of Omaha immediately. SIGN ALL COPIES Firm SHEKAR ENGINEE ING, PLC By !' Title CHANDRA SH rR, PE, PRESIDENT CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Soil Remediation Group#470 NOT AN ORDER Page 6 BID CLAUSES-TERMS AND CONDITIONS Form CC-1: All bidders awarded a City contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance by having a current Contract Compliance Report(Form CC-1)on file with the Human Rights& Relations Department. This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights& Relations Department at(402)444-5055. Bidders are encouraged to use the following weblink to determine if they have a current Form CC-1 on file (search by company name): https://humanrights.cityofomaha.orglcc-1-search Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure, terms, conditions, or privileges of employment because of the race,color, religion, sex, disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb. Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us . 2. if the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm SHEKAR ENGINEE{ING, PLC By ('._ "A. Title CHANDRA SHE`"R,PE,PRESIDENT CONTINUATION SHEET • Responsible Contractor Compliance Form RC-1 0*�N1AtiA, yr 74�1j'�l�r r v•ri Yi Ihu.yl +. 1. Regulation: 'trot,r MO. A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Il� Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully (`- _ authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. Er,, I Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of f i Employee law(Neb.Rev. Stat.Section 48-2901 et seq.). Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health fcgei _Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. ,a Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. Cam. 3/24/2021 Signature CHANDRA SHEKAR, PE, PRESIDENT Date SHEKAR ENGINEERING, PLC By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. AFFIDAVIT FOR EMPLOYEE OYE CLASSIFICATION ACT STATE OF IOWA PC" 0 COUNTY OF • I,CHANDRA SHEKAR -__ ,being first duly swbrrt under oath,state and depose as follows: I, f am Competent to testify to,and have personal knowledge or,the matwrs staled in this affidavit, 2, 1 am(a contractor)(the authorized agent of the contractor SHEKAR ENGINEERING, PLC ). I attest to the following: (a) each individual performing services for such contractor is properly classified under the Nebraska Employee Classification Act, 201.0 LB 563 ("thee Act"), (b) Such contractor has completed a federal I.-9 immigration form and has such form on file for each employee performing services,(c)such contractor has complied with Nab, Rev, Slat, section 44.14 (federal immigration verification system), (d) such contractor has no reasonable basis to believe that any individual performing services tin such contractor is an undocumented worker,and(e)as of the time of the contract,such Contractor is not barred from contracting with the state or any political subdivision pursuant to the Act, FURTHER AFPJANNT SAYETFI NAUGHT, • Ct . Affiatt� eHAN R R R FE7 PRESIDENT SUBSCRIBED AND SWORN.TO before me this 24 'day of Y ..rck ,202,j, Near trblic �. ' 8f".' Uo N U mmissionE NumberDA 7B37Z6 Co Nly Commission Expires April 23,2023 `ie§k"y�ur,°'rr Approved 6/1/l i) UNITED STATES CITIZENSHIP ATTESTATION FORM For the purposes of complying with Neb.Rev, Stat, §* 4-108 through 4-11.4, I attest as follows: Eg I am a citizen of the United States, OR. is am a qualified alien under the Federal immigration and Nationality Act. My immigration status and alien number as follows: • , and I agree to provide a copy of the USCIS (United States Citizenship and immigration Services) documentation upon request required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE)Program. I hereby attest that my response and the information provided on this form and any related application for public benefits are true, complete and accurate and i understand that this information may be used.to verify my lawful presence in the United States. I.understand and agree that lawftil presence in the UnitedStates is required and the contractor may be disqualified or the contract terminated if such lawful presence cannot. be verified as required by Neb. Rev, . Stat. § 4-1.08. • PST NAME: CHANDRA SHEKAR,PE, By: SIGNATURE: . DATE: 3/24/2021 • Created and approved 11119/2009