Loading...
RES 2004-0485 - PO to Tab Construction Inc for work at Johnny Rosenblatt Stadium �211AHA,N�84' Parks, Recreation & �� `1 t, R E C ` f E D Public Property Department 1.���� j n 0 Omaha/Douglas Civic Center i I� �� „ `Fri 1819 Famam Street,Suite 701 ` ' Omaha,Nebraska 68183 0701 Ao'��r o���ry t�ff i ^�_< (402)444-5900 FD FEBR { •F�� ';� FAX(402)444-4921 tyrii°$r , 3fk,j:) `4/ Larry N.Foster City of Omaha Mike Fahey,Mayor Acting Director Honorable President and Members of the City Council, . Transmitted herewith is a BID TABULATION and a RESOLUTION authorizing the Purchasing Agent to issue a Purchase Order to Tab Construction, Inc., 4153 South 67th Street, Omaha, Nebraska 68117, to furnish all labor, materials and equipment necessary to relocate new trash compactors and install sewers, and new utilities along with concrete removal and replacement, grading and fencing at Johnny Rosenblatt Stadium, 13th and Bert Murphy Drive, Omaha, Nebraska, for the Parks,Recreation and Public Property Department. The following bids were received on March 31, 2004: VENDOR BID TAB CONSTRUCTION, INC. $81,053.50 Swain Construction $95,082.55 The Finance Depailiiient is authorized to pay the cost of this project in the total amount of $81,053.50 from 2004 Stadium Improvement Fund No. 13428, Organization No. 131581 and Account No. 45312. It is the intention of the City Council to issue lease-purchase bonds to fund this Resolution. The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will review the contractor to ensure compliance. The Parks, Recreation and Public Property Department recommends the acceptance of the bid from Tab Construction, Inc., being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respe t u ly s 'tted, Ap oved: ' 142—.....,..--- i/VoY Lal„,6V/ptust449--1, /elq arty N. Foster, Acting Director Date /Gail Kinsey T t/ ompso Director Date Parks,Recreation and Human Relations Depattriient Public Property Department Approved as to Funding:- Referred to City Council for Consideration: 40/61 4 Vi- 4-/ 'Stanley P. Ti , Director ,,�j� Date ayor'ss Office Date Y 1►V Finance Dep ment P:\Pipp l\14305maf.doc Bid Tabulation Public Works Department Omaha, Nebraska Wednesday, March 31, 2004 Project Summary OPW 50409 English Yes Metric: No Description: Rosenblatt Stadium-Trash Compactor Relocation Start Date: Completion Date: Labor Release Date: Field Book Number; Test Core Lengths: Council Resolution: Adoption Date: Percent Reserve Due: 10.0% Percent Complete: 0.0% Percent Time Used: 0.0% Engineer's Total: $99,965.00 Contract Total $0.00 Total Penalties: $0.00 Total Payments: $0.00 Contractor: Phone#: Fax#: Email address: • Page 1 of 6, 3/31/2004 2:01:24 PM, Bid Tabulation, Generated by:admin for project OPW 50409 Account/Funding Summary Fund Org. Description Engineer Contract Penalties Payments 13428 131581 Stadium Expansion $99,965.00 $0.00 $0.00 $0.00 $99,965.00 $0.00 $0.00 $0.00 Page 2 of 6, 3/31/2004 2:01:24 PM, Bid Tabulation, Generated by:admin for project OPW 50409 • • Bid Summary(low to high bidder) Contractor Engineer's Estimate: $99,965.00 • Diff From Low: $18,911.50 TAB Construction Company Bid: $81,053.50 4153 S.67 St. Diff From Low: $0.00 Omaha NE 68117- SWAIN CONSTRUCTION,INC. Bid: $95,082.55 6002 N.89 Circle Diff From Low: $14,029.05 OMAHA NE 68134- Number of Bids: 2 Low Bid: $81,053.50 High Bid: $95,082.55 Average Bid:: $88,068.03 Page 3 of 6, 3/31/2004 2:01:24 PM, Bid Tabulation, Generated by: adrnin for project OPW 50409 Type Line# Item # Description Quantity Price Total 1 900.001 SAWCUT 6"PAVEMENT-FULL DEPTH Engineeer's Estimate 50 @ $4.00 per LF $200.00 TAB Construction Company $4.80 per LF $240.00 SWAIN CONSTRUCTION, INC. $3.25 per LF $162.50 2 106.000 REMOVE PAVEMENT Engineeer's Estimate 725 @ $8.00 per SY $5,800.00 TAB Construction Company $5.00 per SY $3,625.00 SWAIN CONSTRUCTION, INC. $6.88 per SY $4,988.00 3 900.003 REMOVE 4'FENCE Engineeer's Estimate 280 @ $2.00 per LF $560.00 TAB Construction Company $2.10 per LF $588.00 SWAIN CONSTRUCTION, INC. $6.00 per LF $1,680.00 4 900.004 REMOVE 8'FENCE Engineeer:s Estimate 200 @ $5.00 per LF $1,000.00 TAB Construction Company $3.00 per LF $600.00 1 SWAIN CONSTRUCTION,INC. $8.00 per LF $1,600.00 5 900.005 REMOVE BOLLARD Engineeer's Estimate 2 @ $20.00 EACH $40.00 TAB Construction Company $39.00 EACH $78.00 SWAIN CONSTRUCTION, INC. $100.00 EACH $200.00 6 900.006 REMOVE,SALVE AND RE-USE BOLLARD Engineeer's Estimate 3 @ $50.00 EACH $150.00 TAB Construction Company $85.00 EACH $255.00 SWAIN CONSTRUCTION, INC. $360.00 EACH $1,080.00 7 104.001 EARTHWORK(EMBANKMENT) Engineeer's Estimate 330 @ $10.00 per CY $3,300.00 TAB Construction Company $6.05 per CY $1,996.50 SWAIN CONSTRUCTION, INC. $4.90 per CY $1,617.00 8 204.000 4"CONCRETE SIDEWALK Engineeer's Estimate 475 @ $4.00 per SF $1,900.00 TAB Construction Company $2.95 per SF $1,401.25 SWAIN CONSTRUCTION, INC. $3.50 per SF $1,662.50 9 200.207 7"CONCRETE PAVEMENT-TYPE L65 Engineeer's Estimate 180 @ $40.00 per SY $7,200.00 TAB Construction Company $27.70 per SY $4,986.00 SWAIN CONSTRUCTION, INC. $34.00 per SY $6,120.00 10 200.209 9"CONCRETE PAVEMENT-TYPE L65 Engineeer's Estimate 640 @ $45.00 per SY $28,800.00 TAB Construction Company $35.25 per SY $22,560.00 SWAIN CONSTRUCTION, INC. $42.00 per SY $26,880.00 11 415.054 CONSTRUCT 54"I.D. MANHOLE • Engineeer's Estimate 4 @ $250.00 per VF $1,000.00 TAB Construction Company $378.00 per VF $1,512.00 SWAIN CONSTRUCTION, INC. $238.00 per VF $952.00 12 401.015 CONSTRUCT 15"R.C.P.,CLASS III Engineeer's Estimate 35 @ $18.00 per LF $630.00 TAB Construction Company $31.25 per LF $1,093.75 SWAIN CONSTRUCTION, INC. $25.00 per LF $875.00 Page 4 of 6, 3/31/2004 2:01:24 PM, Bid Tabulation, Generated by:admin for project OPW 50409 Type Line# Item# Description Quantity Price Total 13 900.013 CONSTRUCT 12"PIPE BEDDING Engineeer's Estimate 35 @ $3.00 per LF $105.00 TAB Construction Company $4.90 per LF $171.50 SWAIN CONSTRUCTION, INC. $23.00 per LF $805.00 14 900.014 CONSTRUCT 12"TAP Engineeer's Estimate 1 @ $250.00 EACH $250.00 TAB Construction Company $270.00 EACH $270.00 SWAIN CONSTRUCTION, INC. $675.00 EACH $675.00 15 900.015 CONSTRUCT UTILITY TRENCH Engineeer's Estimate 1 @ $2,000.00 EACH $2,000.00 TAB Construction Company $2,084.00 EACH $2,084.00 SWAIN CONSTRUCTION, INC. $2,505.00 EACH $2,505.00 16 900.016 CONSTRUCT 4'VINYL COATED FENCE Engineeer's Estimate 560 @ $15.00 per LF $8,400.00 TAB Construction Company $14.25 per LF $7,980.00 SWAIN CONSTRUCTION, INC. $15.32 per LF $8,579.20 17 900.017 CONSTRUCT 4'DOUBLE GATE Engineeer's Estimate 1 @ $300.00 EACH $300.00 TAB Construction Company $446.00 EACH $446.00 SWAIN CONSTRUCTION, INC. $400.00 EACH $400.00 18 900.018 CONSTRUCT 6'VINYL COATED FENCE Engineeer's Estimate 105 @ $26.00 per LF $2,730.00 TAB Construction Company $24.30 per LF $2,551.50 SWAIN CONSTRUCTION, INC. $26.15 per LF $2,745.75 19 900.019 CONSTRUCT 8'VINYL COATED FENCE W/SLATS Engineeer's Estimate 180 @ $30.00 per LF $5,400.00 TAB Construction Company $29.75 per LF $5,355.00 SWAIN CONSTRUCTION, INC. $31.97 per LF $5,754.60 20 900.020 CONSTRUCT 8'DOUBLE GATE Engineeer's Estimate 1 @ $600.00 EACH $600.00 TAB Construction Company $900.00 EACH _ $900.00 SWAIN CONSTRUCTION, INC. $800.00 EACH $800.00 21 900.021 CONSTRUCT SUBGRADE STABILIZATION Engineeer's Estimate 40 @ $25.00 per TON $1,000.00 TAB Construction Company $23.50 per TON $940.00 SWAIN CONSTRUCTION, INC. $17.25 per TON $690.00 22 605.000 SODDING Engineeer's Estimate 400 @ $6.00 per SY $2,400.00 TAB Construction Company $4.60 per SY $1,840.00 SWAIN CONSTRUCTION, INC. $1.50 per SY $600.00 23 900.023 CONSTRUCT SILT FENCE Engineeer's Estimate 100 @ $3.00 per LF $300.00 TAB Construction Company $4.30 per LF $430.00 SWAIN CONSTRUCTION,INC. $3.20 per LF $320.00 24 900.024 REMOVE AND REPLACE 4"SIDEWALK Engineeer's Estimate 400 @ $6.00 per SF $2,400.00 TAB Construction Company - $4.45 per SF $1,780.00 SWAIN CONSTRUCTION, INC. $3.25 per SF $1,300.00 Page 5 of 6, 3/31/2004 2:01:24 PM, Bid Tabulation, Generated by:admin for project OPW 50409 Type Line# Item # Description Quantity Price Total 25 900.025 REMOVE AND REPLACE 6"PCC Engineeer's Estimate 100 @ $45.00 per SY $4,500.00 TAB Construction Company $32.00 per SY $3,200.00 SWAIN CONSTRUCTION, INC. $36.00 per SY $3,600.00 26 900.026 MECHANICAL Engineeer's Estimate 1 @ $11,000.00 per LS $11,000.00 TAB Construction Company $7,300.00 per LS $7,300.00 SWAIN CONSTRUCTION, INC. $11,591.00 per LS $11,591.00 27 900.027 ELECTRICAL Engineeer's Estimate 1 @ $8,000.00 per LS $8,000.00 TAB Construction Company $6,870.00 per LS $6,870.00 SWAIN CONSTRUCTION,INC.- $6,900.00 per LS $6,900.00 (LINES 1 Through 27 INCLUSIVE) • Bid Tabulation, generated by admin on 3/31/2004 2:01:24 PM for project OPW 50409 CERTIFIED BY: (t�Q/y14 /1 �111�/1 DATE: --0//QL/ Page 6 of 6, 3/31/2004 2:01:24 PM, Bid Tabulation, Generated by: admin for project OPW 50409 11111111 0 a lit m a m al o m _ O C n O O (D < 2) 0 00 al .'A n Q O C 0 N m n c w co '0 = cosu a p a �, m 0 a� cn —. C z = O rt 0o -1 Cn ° Z CO CD o _i Ccv � S �n fI c� ,fiwV m r o co o m 0 • :U Z m —IC IIIL'IIIIi _ 111111111111111111111111111 11111111 iIIIIIi - � Z , ammunomm m --i 111111111111 xc _ z ••■••■ m =-I _xz _ c mz a• ' Proposal for Project No: OPW 50409 • Omaha,Nebraska Bid Opening Date: March 31",2004 Mayor and City Council City of Omaha Omaha,Nebraska • The undersigned, having carefully examined the plans, specifications and all addenda thereto, and other contract documents, for the construction of: PROJECT NO. OPW 50409 being ROSENBLATT STADIUM-TRASH COMPACTOR RELOCATION and having carefully examined the site of work and become familiar with all local conditions including labor affecting the cost thereof, do thereby propose to furnish all labor, mechanics, superintendence, tools, material, equipment and all utilities, transportation and services necessary to perform and complete said work, and work incidental thereto, in a workmanlike ma er, as described in said plans, specifications and other contract documents, including Addenda Numbers 1 o.4T&D .T/! issued thereto for the base bid sum E/G y%41 Dit/E T!+(DuS4ic/O ic?FTL/ Tiz/tEE DOLLARS and ;4Cj'ti CENTS ($ ) 84.053.'Cro The undersigned further certifies that he has personally inspected the actual location of the work, together with the local sources of supply, and that he understands the conditions under which the work is to be performed, or that if he has not so inspected the site and conditions of the work, that he waives all right to plead any misunderstanding regarding the work required or conditions peculiar to the same. The undersigned understands that the "QUANTITY" called for in the "SCHEDULE OF PRICES" is subject to increase or decrease, and hereby proposes to perform all quantities of work, as increased or decreased, in accordance with the plans and the provisions of the specifications at the unit price bid. The following is the itemized proposal: Construction P-1 8/97 Schedule of Prices(P-2) Public Works Department Omaha,Nebraska Bid Date: Line Item# Description Quantity Price Total 1 900.001 SAWCUT 6"PAVEMENT- FULL DEPTH 50 ( (.� go ) per LF =( Z(e. ) 2 106.000 REMOVE PAVEMENT 725 ( SA0 ) per SY =( 3 900.003 REMOVE 4' FENCE 280 ( 2...P ) per LF =( Sgg etoj 4 900.004 REMOVE 8' FENCE 200 ( 3 06 ) per LF =( WOW) 5 900.005 REMOVE BOLLARD 2 ( 00 ) per EA =( 7dr�) 6 900.006 REMOVE, SALVAGE AND REUSE BOLLARD 3 ( OS° ) per EA =( 2,55-.69) 7 104.001 EARTHWORK(EMBANKMENT) 330 ( OS ) per CY =( ,O[16�) 8 204.000 4"CONCRETE SIDEWALK 475 ( Z 4— ) per SF =( mtotaPrr 9 200.207 7"CONCRETE PAVEMENT-TYPE L65 180 ( ) per SY =(¢4e4.4? 10 200.209 9"CONCRETE PAVEMENT-TYPE L65 640 ( 35 4.; ) per SY =(Z yS401- 11 415.054 CONSTRUCT 54" I.D. MANHOLE 4 ( 37QS?0 ) per VF =(/5/2�) 12 401.015 CONSTRUCT 12"R.C.P., CLASS III 35 ( '3 25 ) per LF =( 1eg73") 13 900.013 CONSTRUCT 12"PIPE BEDDING 35 ( iQO ) per LF =( 17/ SD) 14 900.014 CONSTRUCT 12"TAP 1 ( 2706?") per EA =( Z77600) 15 900.015 CONSTRUCT UTILITY TRENCH 1 ( c / °i per EA =(ZOS'lfdp 16 900.016 CONSTRUCT 4'VINYL COATED FENCE 560 ( i L12,$ ) per LF =( ric�b� 17 900.017 CONSTRUCT 4'DOUBLE GATE 1 ( L(.j ° ) per EA =( (.4100) 18 900.018 CONSTRUCT 8'VINYL COATED FENCE 105 ( 2Lj.30 ) per LF =(2.SSI 113) 19 900.019 CONSTRUCT 8'VINYL COATED FENCE W/SLAT: 180 ( Z { 75) per LF =(5345-s! 20 900.020 CONSTRUCT 8'DOUBLE GATE 1 ( CIQO€13) per EA =( 90e°°) 21 900.021 CONSTRUCT SUBGRADE STABILIZATION 40 ( 23 S0 ) per TON =( 9 Ob) 22 605.000 SODDING 400 ( ) per SY =( 'g( ') 23 900.023 CONSTRUCT SILT FENCE 100 ( 1.1_36 ) per LF =( Lj3t D) 24 900.024 REMOVE AND REPLACE 4"SIDEWALK 400 ( 411. ) per SF =( �7pa�0j 25 900.025 REMOVE AND REPLACE 6" PCC 100 ( 3too ) per SY =( 26 900.026 MECHANICAL Qfl 1 ( 73.;") per LS =( '�3b 27 900.027 ELECTRICAL ! ( eorkj f) per LS =( TOTAL Grand Total ( ,_ o53.5° F-2 • The City of Omaha will furnish the successful contractor with Form No. 92, PURCHASING AGENT APPOINTMENT AND EXEMPT SALE CERTIFICATE, for all material items required in the construction of this project,which the State of Nebraska considers to be exempt from the State Sales Tax. For each bid item, the bidder shall quote a TOTAL UNIT PRICE. The UNIT PRICE shall include all costs, including material, necessary to complete the UNIT item of work. Failure to quote a TOTAL UPNIT PRICE may be cause for rejection of the proposal. In the event of discrepancy between the TOTAL PRICE quoted in the proposal and a correct summation of the products of QUANTITY and TOTAL UNIT PRICES the latter shall control. The undersigned hereby agrees to furnish the required bonds and to sign the contract within ten (10) calendar days from and after the acceptance of this proposal, and further agrees to begin and complete all work covered by the plans and specifications within the time limits set forth herein. Accompanying this proposal, as a guaranty that the undersigned will execute the contract agreement and furnish a satisfactory bond in accordance with the terms and requirements of the specifications, is a cashier's check, a certified check,United States Government Bond(negotiable)or a bidder's bond for S-610 6- It is hereby agreed that in case of failure of the undersigned either to execute the contract agreement or to furnish satisfactory contract bond within ten (10) days after receipt of NOTICE TO AWARD, the amount of this proposal guaranty will be retained by the City of Omaha, Nebraska, as liquidated damages arising out of the failure of the undersigned either to execute the contract agreement or to furnish bonds as proposed. It is • understood that in case the undersigned is not awarded the work, the proposal guaranty will be returned as provided in the specifications. The undersigned agrees to accomplish the work in its entirety by June 1. 2004 and shall be prepared to begin - no later than May 1, 2004 and to forfeit liquidated damages as set forth in Section 8.09 of the Specifications in the event of over-run of time. The undersigned also agrees, if awarded the Contract, to furnish bonds as required by the specifications for the . faithful performance of the work and guarantee workmanship and material under Contract for a period of two (2) years from the date of final acceptance of the work. Construction P-3 3/20/03 If awarded the Contract, our Surety will be St". ?akSkA SlIed(e • me of Surety Company) of S€ . Pay I . !J . rin_6sdt Respectfully submitted, Signature of Bidder: (a) If an individual doing business as: (b) If a Partnership: Member of Firm Member of Finn (c) If a Corporation: Ped 12cJ LQ 4 rig C012SZae770/Y. Name of Corporation Off cer FO tie Witness ATTEST: Business Address and Telephone No.: 4153 5i. (74-4 St �mq,ha. oz.. (o81i 7 �. 33)-12tiq Construction P-4 8/97 "CERTIFICATE " A Corporate Contractor, in submitting this Proposal,hereby represents that the Corporation has complied with all Nebraska Statutory requirements, which are prerequisite to its being qualified to do business in the State of Nebraska, or that it will take all steps necessary to so qualify,if the successful bidder. • Name of Corporation a • Officer co Title If Foreign Corporation: Nebraska Resident Agent • • • • Construction P-5 8/97 Project Name: EXHIBIT "A" PROTECTED AND/OR DISADVANTAGED BUSINESS DISCLOSURE PARTICIPATION FORM THIS FORM MUST BE SUBMITTED WITH THE BID In the performance of this contract, the contractor proposes and agrees to make good faith efforts to contract with eligible City of Omaha certified PBE and/or DBEs. Should the below listed PBE and/or DBE subcontractor be determined to be unable to perform successfully or is not performing_satisfactorily, the Contractor shall obtain prior approval from the Human Relations Department Director or a designee, for substitution of the below listed subcontractor with a City of Omaha certified PBE and/or DBE. In submitting this form, the Bidder is certifying that it has contacted City of Omaha Human Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the program the opportunity to submit bids on this project. Type of work and Projected contract item or commencement Name of PBE parts thereof to be and completion *Agreed price with and/or DBE Address performed date of work PBE/DBEs Percentage (%) • 1 f it c ± Lt1 s3 Sd LZfik' cone' Si 110g—411lal (oBC COO 36 • Or(hq) fie Gva1S Totals (su(oO gdO/O *Dollar value of each PBE/DBE agreement must be listed in the"Agreed Price"column;total tIn this column must equal the PBE/DBE goals. CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read, understands, and agrees to be bound by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits, regarding PBE/DBE, and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s) with Protected and/or Disadvantaged business enterprise(s) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work)listed in the PBE/DBE Specifications at the price(s)set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false, or if there is a failure by the successful bidder(i.e. the Contractor)to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Relations Department,such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally, the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature r �e, Title �� ��?mac Date of Signing p!cf/—a. Firm or Corporate Name, S I4 ? /4. T48 do `i &7/0/y- Address 4/A.5'3 sd 62,4 S,; Orrk%% /i/n- Telephone Number (I/Oa) £//j4r9 P-6 PBE/DBE 12/5/02 , Project Name. EXHIBIT "B" CONTRACTOR EMPLOYMENT DATA THIS FORM MUST BE SUBMITTED WITH THE BID BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING WORK FORCE DATA WITH EACH BID (Protected Class is defined as Black, Hispanic, Asian and Pacific Islander, American Indian or Alaskan Native, Female.) Total Employees Protected Class Males Protected Class Females American American Total Total Asian or Indian or Asian or Indian or Work Protected Pacific Alaskan Pacific Alaskan Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native White oy a62 1a *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402) 444-5400 or as shown on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department. Any Questions regarding the Contract Compliance Ordinance should be directed to the Human Relations Department at (402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Firm's Name:/MC #) _ L ._rive eda 7,71J L.Or2s76' 672 -iv dam/ O (Date of Signing) Signature 4,6/O /2 6j0/12L-'Z CEO (Print Name) (Title) (Signature) • • • • P-7 • PBE/DBE 12/5/02 C , CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on March 31, 2004, to furnish all labor, materials and equipment necessary to relocate new trash compactors and install sewers and new utilities along with concrete removal and replacement, grading and fencing at Johnny Rosenblatt Stadium, 13th and Bert Murphy Drive, Omaha, NE, for the Parks, Recreation and Public Property Department; and, WHEREAS, Tab Construction, Inc., 4153 South 67th Street, Omaha NE, submitted the lowest and best bid, within bid specifications, attached hereto and made a part hereof, in the total amount of$81,053.50; and, WHEREAS, Tab Construction, Inc., has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights -Human Relations; and, WHEREAS, the Mayor has recommended acceptance of this bid. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the bid in the total amount of $81,053.50 from Tab Construction, Inc., 4153 South 67th Street, Omaha NE, to furnish all labor, materials and equipment necessary to install new trash compactors, and install sewers and new utilities along with concrete removal and replacement, grading and fencing at Johnny Rosenblatt Stadium, 13 and Bert Murphy Drive, Omaha, Nebraska is hereby accepted and the Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in this amount shall be paid from 2004 Stadium Improvement Fund No. 13428, Organization No. 131581 and Account No. 45312. APPROVED AS TO FORM: P:\Prppl\14304maf.doc C12- 219 1-itq SST CITY ATTORNEY ATE By •i.'% .. .pK.N/ .. . • ouncilmember APR 2 0 2004 Adopted /42 Z‘' /e‘s-i;* � City Clerk Approved ;,..... .... . y 407 Mayor r. j _ y O a te C $ `o - r'' '•'S Q. P 4 rpCDCD 7J u o1+, E CDn' p rOo O O Ybd CD C ''! N' sy y C q CAD q S + o-i f S 0 P� CD AD cn cip CD'� ' O w 00 LA Q. n AD ,� N o. oZP. � CD ¢' �' P: 'P 65Zg Z p F o G P,• A, 0 - CD c0u 6 R ITJ o 0 0 c n ZW � � ° & CD a' o � �ec o \ p 1...) , ',...,' P ,r, szl., 0 ,-+, , CkC � `Wp �• �OQ ' �hC o Clq O � ¢ � 0 ¢ ¢, 1--, 00CDn Nay " �n pa „ 6 � � � $1) tip' _ __ ''. r_