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_