RES 2012-0810 - PO to Huffman Engineering INc for upgrade for process building at Papillion Creek WWTP ` , Public Works Department
RED
urAlAz�� .,
�r. June 19, 2012 Omaha/Douglas Civic Center
674, I i 2 JUN .-Q p 2 0 0 1819 Farnam Street,Suite 601
o' ` wx ro ! �7 Omaha,Nebraska 68183-0601
(402)444-5220
O��TFD FEBR�r4`ry CITY CLERK Fax(402)444-5248
City of Omaha O M A H A, NEBRASICA Robert G.Stubbe,P.E.
Jim Suttle,Mayor Public Works 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 Huffman Engineering, Inc. on the bid for PLC5 upgrade for the
process building at the Papillion Creek Wastewater Treatment Plant.
The following bid was received on May 16, 2012. A detailed bid tabulation is attached.
Contractor Total Bid
HUFFMAN ENGINEERING, INC. $38,290.00 (SOLE BID)
The Contractor has on file a current Contract Compliance Report Form (CC-1). As is City
policy, the Human Rights and Relations Department will review the contractor to ensure
compliance with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost for PLC5 upgrade for the process building
from the Sewer Revenue Fund 21121, Papillion Creek Plant Maintenance Organization 116614,
year 2012 expenditures.
The Public Works Department recommends the acceptance of the bid from Huffman
Engineering, Inc. in the amount of $38,290.00, being the sole bid received, and requests your
consideration and approval of this Resolution.
Respectfully submitted, Referred to City Council for Consideration:
&I'w/AV4reAA'LA 3i-i Wart; na - & (0Q
Ro ert G. Stubbe, P.E. Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
Pam Spaccarotella Date Human Rights and Relations Date
Finance Director Department
191912scp
ATTORNEY
xceed FOUR HUNDRED THOUSAND
DOLLARS ($400,000), each, the payment due on the first day of June in the year 2006
nrd120504ag 1
Amended Interlocal Agreement.
4. This amount is eligible for Federal funds in the amount of 80%of the eligible project costs. Of the
remaining 20%local share,the City will pay 75%and 25%will be paid by Douglas County. The
estimated cost to each is$1,949,353 (75%construction and$128,480 ROW)for the City and
$729,422(25%construction and$122,465 ROW)for Douglas County.
5. Any cost sharing or participation from local property owners or Sanitary&Improvement Districts
(SID's)towards this project will be credited toward the total local share and not to either party's share
of the cost.
Omaha Concrete Panel Repair, Pkg 4
aha Concrete Panel Repair, Pkg 4
it or the Federal Highway Administration may
determine to be appropriate, including but not limited to,
(a) withholding of payments to the contractor under the contract until the contractor
complies, and/or
(b) cancellation, termination or suspension of the contract, in whole or in part.
(6) Incorporation of Provisions: The contractor will include the provisions of paragraph (1)
through (6) in every subcontract, including procurements of materials and leases of
equipment, unless exempt by the Regulations, order, or instructions issued pursuant
thereto. The contractor will take such action with respect to any subcontract or
procurement as the State Highway Department or the Federal Highway Administration
may direct as a means of enforcing such provisions including sanctions for
noncompliance: Provided, however, that, in the event a contractor becomes involved in,
or is threatened with, litigation with a subcontractor or supplier as a result of such
direction, the contractor may request the State to enter into such litigation to protect the
interests of the State, and in addition, the contractor may request the United States to
enter into such litigation to protect the interests of the United States.
EXHIBIT "C"
I- W
Z 0
a
F-- W
zco
a
I- W
z V
r
a.
!_- W
Z U
a.
F.. W
Z 0
M pC
a.
m 0
c . p
ca al 1- W o
E cp Z o N
w a. CI
64
o
m
ca
rn E Q ~ m
I a E c i- 3
CO E v� ti • o
O c
.N IL v
m m
03 O '5 as
. L co c �. n
o
i r- o, "0 a.
a U , 0
a 0
o a a W o0
W �•-
13 o CI7 m 8 N o
O a)
C.) LL co n
to O n a D
Rf Z D `n
O 0
•
LA = QHQ V d
p Q = aa)i r y iiii
03 O Q O `„ E C c
CO H p co .t O as
rd.: >, Q. Q
Lii
fl 2 cm d
compliance with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost for PLC5 upgrade for the process building
from the Sewer Revenue Fund 21121, Papillion Creek Plant Maintenance Organization 116614,
year 2012 expenditures.
The Public Works Department recommends the acceptance of the bid from Huffman
Engineering, Inc. in the amount of $38,290.00, being the sole bid received, and requests your
consideration and approval of this Resolution.
Respectfully submitted, Referred to City Council for Consideration:
&I'w/AV4reAA'LA 3i-i Wart; na - & (0Q
Ro ert G. Stubbe, P.E. Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
Pam Spaccarotella Date Human Rights and Relations Date
Finance Director Department
191912scp
ATTORNEY
xceed FOUR HUNDRED THOUSAND
DOLLARS ($400,000), each, the payment due on the first day of June in the year 2006
nrd120504ag 1
Amended Interlocal Agreement.
4. This amount is eligible for Federal funds in the amount of 80%of the eligible project costs. Of the
remaining 20%local share,the City will pay 75%and 25%will be paid by Douglas County. The
estimated cost to each is$1,949,353 (75%construction and$128,480 ROW)for the City and
$729,422(25%construction and$122,465 ROW)for Douglas County.
5. Any cost sharing or participation from local property owners or Sanitary&Improvement Districts
(SID's)towards this project will be credited toward the total local share and not to either party's share
of the cost.
Omaha Concrete Panel Repair, Pkg 4
aha Concrete Panel Repair, Pkg 4
it or the Federal Highway Administration may
determine to be appropriate, including but not limited to,
(a) withholding of payments to the contractor under the contract until the contractor
complies, and/or
(b) cancellation, termination or suspension of the contract, in whole or in part.
(6) Incorporation of Provisions: The contractor will include the provisions of paragraph (1)
through (6) in every subcontract, including procurements of materials and leases of
equipment, unless exempt by the Regulations, order, or instructions issued pursuant
thereto. The contractor will take such action with respect to any subcontract or
procurement as the State Highway Department or the Federal Highway Administration
may direct as a means of enforcing such provisions including sanctions for
noncompliance: Provided, however, that, in the event a contractor becomes involved in,
or is threatened with, litigation with a subcontractor or supplier as a result of such
direction, the contractor may request the State to enter into such litigation to protect the
interests of the State, and in addition, the contractor may request the United States to
enter into such litigation to protect the interests of the United States.
EXHIBIT "C"
DOUGLAS COUNTY H.H.
REQUEST FOR BID AND BID SHEET
RETURN BIDS TO: ON: CITY OF OMAHA PLC5 Upgrade
CRY CLERK,LC-1,OMAHA•DOUG Ma for Process Building.
•
1819 Parham Street OMAHA-DOUGLAS CIVIC CENTER published: May 2,2012
Omaha,Nebraska 68183-0011
i BID BOND OR CERTIFIED CHECK REQUIRED IN THE 5%Page 1
IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE.
BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO
NOT AN ORDER "CITY OF OMAHA"
Sid Opening Time$pate; 11:00 a.m.
1. Bid must be In the office of the CITY CLERK,LC-1,OMAHA DOUGLAS CIVIC CENTER, CST on
1819 Famam Street,Omaha,NE CITY
68183-0011CLERK,bythe closing Ai-IIMPORTANT Wednesday,,
Y May 16,2012
in a seated envem rope marked:
4, if Federal Excise Tax applies,showed Do of same and deduct.
BID ON: date and lime indicated Exemption certificates wit be furnished. Do
CITY OF OMAHA PLC Upgrade for Process Building
not include tax in bid.
2. As evidence of good faith a bid bond or certified5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
Bid bond or certified check shall be made payable to check mustbe submitted with bid.FAILURE TO DO SO IS CAUSE FOR REJECTION. 'City of Omaha 8• When submitting bid suggestions covering re items listed,bidder may on a separate sheet,make
on in
3. Right Is reserved to accept or reject any or all in their entirety redesign,change of material orutilization tion of standard sts dItems or quantity change.
have the ' is Possible through
right ato appeal any r reject
to theo b bids i nthe enht is lnd the bidders
to shafttY
accept or reject any pad of7. If you do not bid,return sheets with reason for declining. Failure to do so
your bid unless City Coovise Indicated you.
your desire lobe removed fma will indicate
SUBMITTED ARE AVAILABLE ONrTHE+ng fist.TABULATiON DOUGLAS COUNTY SHEETS FOR THE BIDS
acts your owest rice 51]Y>d.douy�rnur.hecSITE AT
;""^!�• DO NOT CALL FOR THIS FORMATION.
QUANTITY p es .a lye an• terms,
rms, '° de lye point on the items isted below:
The City of Omaha is seeking bids for PLC5 Upgrade for
the Process Building at the Papi(iion Creek WWTp EXTENSION,
attached four(4)pages of specifications. per
TOTAL BID:
$ $38,290
l5%Bid Bond is to be based
upon this amount)
Questions regarding this bid should be directed to:
Joe Dabbs at(402)444-3922
REQUIREMENTS FOR BID BOND:The surety company issuing
•
Nebraska and listedo the t edition of comr any of the United States D
bank check, or the bond or theperformance bond ry. Ald rt licensed ed check, the State of
cashiers check drawn on a national bank or a bank chartered under the laws of the
money of the United States,or a United States Governement Bond n apartment of the Treasury. certified an official
All bidders awarded a contract in the amount (negotiable)are acceptable substitutes for bond tble to he city,
Relations De of$5,000 or more must cam p or lawful
Department a the Contract Compliance Reportshe Humen
Relations Department, Any (Form CC-1. Pr with the Contract Compliance Ordinance and have
5055. questions regarding the Contract Complianceis report shall be in effect for 24 monthsomon rite with the Human
Ordinance should be directed to the Humanm Rightsthe te 8,Relations p Rights&
received by the Human Rights&
Payment Terms 25 apartment at(402)444.
%IVIOnthl (PLEASE PRINT LEGIBLY OR TYPE) w
Deliveryhl Firm: Huffman Engineering,Inc.
(or completion)
Name: Howard Huffman Incorporated In:Nebraska
Signature:
120 calenda►daysfollowing Title: President
award
Phone: 402-464-6823 �Fa r"402•''.-464-6843
'
Address: 5301 North 57th,Lincoln, NE 68507
Street/P.O.Box
Email Address: hhuffman CI State
huffmaneng.com Z.
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA PLC5 Upgrade for Process Building
NOT AN ORDER Page 2
DESCRIPTION
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 Douglas County. 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 Huffman Engineering,Inc.
By .40,,A.".v.t A/../.riwL.,
Title President "s
CONTINUATION SHEET
seeking bids for PLC5 Upgrade for
the Process Building at the Papi(iion Creek WWTp EXTENSION,
attached four(4)pages of specifications. per
TOTAL BID:
$ $38,290
l5%Bid Bond is to be based
upon this amount)
Questions regarding this bid should be directed to:
Joe Dabbs at(402)444-3922
REQUIREMENTS FOR BID BOND:The surety company issuing
•
Nebraska and listedo the t edition of comr any of the United States D
bank check, or the bond or theperformance bond ry. Ald rt licensed ed check, the State of
cashiers check drawn on a national bank or a bank chartered under the laws of the
money of the United States,or a United States Governement Bond n apartment of the Treasury. certified an official
All bidders awarded a contract in the amount (negotiable)are acceptable substitutes for bond tble to he city,
Relations De of$5,000 or more must cam p or lawful
Department a the Contract Compliance Reportshe Humen
Relations Department, Any (Form CC-1. Pr with the Contract Compliance Ordinance and have
5055. questions regarding the Contract Complianceis report shall be in effect for 24 monthsomon rite with the Human
Ordinance should be directed to the Humanm Rightsthe te 8,Relations p Rights&
received by the Human Rights&
Payment Terms 25 apartment at(402)444.
%IVIOnthl (PLEASE PRINT LEGIBLY OR TYPE) w
Deliveryhl Firm: Huffman Engineering,Inc.
(or completion)
Name: Howard Huffman Incorporated In:Nebraska
Signature:
120 calenda►daysfollowing Title: President
award
Phone: 402-464-6823 �Fa r"402•''.-464-6843
'
Address: 5301 North 57th,Lincoln, NE 68507
Street/P.O.Box
Email Address: hhuffman CI State
huffmaneng.com Z.
Responsible Contractor Compliance Form
RC-1
0i,yi�f.••ryt'
11.
t
•
nFLI1S'
Regulations:
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
authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
+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 fmal determination by the Occupational Safety and Health
Administration,been convicted of a criminal,repeat,or willful violation of the Occupational
Safety and Health Act(OSHA)or been conicted 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.
Ah /d '
�- /s mAV aol 9.
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 a
contract for a period of 10 years.
it
r
ON SHEET
seeking bids for PLC5 Upgrade for
the Process Building at the Papi(iion Creek WWTp EXTENSION,
attached four(4)pages of specifications. per
TOTAL BID:
$ $38,290
l5%Bid Bond is to be based
upon this amount)
Questions regarding this bid should be directed to:
Joe Dabbs at(402)444-3922
REQUIREMENTS FOR BID BOND:The surety company issuing
•
Nebraska and listedo the t edition of comr any of the United States D
bank check, or the bond or theperformance bond ry. Ald rt licensed ed check, the State of
cashiers check drawn on a national bank or a bank chartered under the laws of the
money of the United States,or a United States Governement Bond n apartment of the Treasury. certified an official
All bidders awarded a contract in the amount (negotiable)are acceptable substitutes for bond tble to he city,
Relations De of$5,000 or more must cam p or lawful
Department a the Contract Compliance Reportshe Humen
Relations Department, Any (Form CC-1. Pr with the Contract Compliance Ordinance and have
5055. questions regarding the Contract Complianceis report shall be in effect for 24 monthsomon rite with the Human
Ordinance should be directed to the Humanm Rightsthe te 8,Relations p Rights&
received by the Human Rights&
Payment Terms 25 apartment at(402)444.
%IVIOnthl (PLEASE PRINT LEGIBLY OR TYPE) w
Deliveryhl Firm: Huffman Engineering,Inc.
(or completion)
Name: Howard Huffman Incorporated In:Nebraska
Signature:
120 calenda►daysfollowing Title: President
award
Phone: 402-464-6823 �Fa r"402•''.-464-6843
'
Address: 5301 North 57th,Lincoln, NE 68507
Street/P.O.Box
Email Address: hhuffman CI State
huffmaneng.com Z.
•
•
• Engineering time to install a new Vijeo Citect ControlLogix driver.
• Engineering time for Vijeo Citect programming.
• Engineering time for onsite checkout and startup (3 days included).
• Install ControlLogix 5000 version 19 on the City's programming computer.
3) Contractor Supplied Documentation:
• Final Vijeo Citect and PLC programs on CD-ROM.
4) City of Omaha Labor:
• Assist with checkout and startup
III) SPECIAL CONDITIONS
1) Equipment and labor not furnished under this proposal include any equipment or
labor not specifically described in this proposal.
2) Reasonable Plant access will be granted to approved personnel to allow for design,
installation,and testing functions.
3) There is an existing discrete output module in the PLC5 local rack. The City will
move the I/O points currently connected to this module to a module in a different
rack and make associated PLC programming changes prior to installation of the new
ControlLogix hardware.
4) The Rockwell Automation Step Forward Program offers discounts when upgrading
PLC hardware provided that the old hardware is turned over to Rockwell
Automation. A special discount of 15.5%on the new ControlLogix cpu,power
supply and I/O rack and a 12.4 discount on the Ethernet module will be given. The
existing PLC5 cpu and Ethernet sidecar,L0 rack,and power supply must be turned
over to Rockwell Automation after the new ControlLogix hardware is installed in
order to receive these discounts. If the existing components are not received by
Rockwell Automation,a change order will be generated for the additional hardware
costs.
5) This proposal only includes installing the new ControlLogix rack and UPS,and
removing the PLC5 rack containing the cpu. This proposal does not include,wire
conduit and any other installation parts or labor.
3
gnature 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 a
contract for a period of 10 years.
it
r
ON SHEET
seeking bids for PLC5 Upgrade for
the Process Building at the Papi(iion Creek WWTp EXTENSION,
attached four(4)pages of specifications. per
TOTAL BID:
$ $38,290
l5%Bid Bond is to be based
upon this amount)
Questions regarding this bid should be directed to:
Joe Dabbs at(402)444-3922
REQUIREMENTS FOR BID BOND:The surety company issuing
•
Nebraska and listedo the t edition of comr any of the United States D
bank check, or the bond or theperformance bond ry. Ald rt licensed ed check, the State of
cashiers check drawn on a national bank or a bank chartered under the laws of the
money of the United States,or a United States Governement Bond n apartment of the Treasury. certified an official
All bidders awarded a contract in the amount (negotiable)are acceptable substitutes for bond tble to he city,
Relations De of$5,000 or more must cam p or lawful
Department a the Contract Compliance Reportshe Humen
Relations Department, Any (Form CC-1. Pr with the Contract Compliance Ordinance and have
5055. questions regarding the Contract Complianceis report shall be in effect for 24 monthsomon rite with the Human
Ordinance should be directed to the Humanm Rightsthe te 8,Relations p Rights&
received by the Human Rights&
Payment Terms 25 apartment at(402)444.
%IVIOnthl (PLEASE PRINT LEGIBLY OR TYPE) w
Deliveryhl Firm: Huffman Engineering,Inc.
(or completion)
Name: Howard Huffman Incorporated In:Nebraska
Signature:
120 calenda►daysfollowing Title: President
award
Phone: 402-464-6823 �Fa r"402•''.-464-6843
'
Address: 5301 North 57th,Lincoln, NE 68507
Street/P.O.Box
Email Address: hhuffman CI State
huffmaneng.com Z.
IV) SUPPLIED EQUIPMENT
Qty(1) Rockwell Automation 1756-A7,ControlLogix 7 slot I/O rack
Qty(1) Rockwell Automation 1756-PA72,ControlLogix power supply
Qty(1) Rockwell Automation 1756-ENET,ControlLogix Ethernet module
Qty(1) Rockwell Automation 1756-L72,ControlLogix cpu
Qty(2) Rockwell Automation 1756-RIO,ControlLogix Remote I/O modules
Qty(1) APC UPS ES5S0
V) QUESTIONS
All questions should be directed to:
• Joe Dabbs,Plant Manager (402)444-3922
4
c . kC Oi `� 0 A 0- i 1\
i ti 0 0 � " 0 0%0 1--1 p
I ec, pa N ... 0 P� 00 ...• � CD 7 O
C-iD O 0 O0 •
to " o K
cD C O 0 0. .cD ,-r
Q- � AO 0O 0. O .-1 D O . i
CAD
i
t., 0 '
C-25A
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
• RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
,.--
,.,
WHEREAS, bids were received on May 16, 2012 for PLC5 upgrade for the process
building at the Papillion Creek Wastewater Treatment Plant; and,
WHEREAS, Huffman Engineering, Inc. submitted a bid of$38,290.00,being the sole bid
received, for PLC5 upgrade for the process building at the Papillion Creek Wastewater
Treatment Plant.
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 Huffman Engineering, Inc. for PLC5 upgrade for the process building at the
Papillion Creek Wastewater Treatment Plant in the amount of$38,290.00; and, that the Finance
Department is authorized to pay this cost from the Sewer Revenue Fund 21121, Papillion Creek I
Plant Maintenance Organization 116614, year 2012 expenditures.
. 1
192012scp APPROVED AS TO FORM:
-ITY ATTORNEY DATE
. I
I
a,027144 I
By
Ut ilmember
Adopted JUN 9 2012
C. c••••" 1,e r k 1/2/4 2
Approve ;,1r ,.... )-
ii
Mayor
,. ,,
hardware is installed in
order to receive these discounts. If the existing components are not received by
Rockwell Automation,a change order will be generated for the additional hardware
costs.
5) This proposal only includes installing the new ControlLogix rack and UPS,and
removing the PLC5 rack containing the cpu. This proposal does not include,wire
conduit and any other installation parts or labor.
3
gnature 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 a
contract for a period of 10 years.
it
r
ON SHEET
seeking bids for PLC5 Upgrade for
the Process Building at the Papi(iion Creek WWTp EXTENSION,
attached four(4)pages of specifications. per
TOTAL BID:
$ $38,290
l5%Bid Bond is to be based
upon this amount)
Questions regarding this bid should be directed to:
Joe Dabbs at(402)444-3922
REQUIREMENTS FOR BID BOND:The surety company issuing
•
Nebraska and listedo the t edition of comr any of the United States D
bank check, or the bond or theperformance bond ry. Ald rt licensed ed check, the State of
cashiers check drawn on a national bank or a bank chartered under the laws of the
money of the United States,or a United States Governement Bond n apartment of the Treasury. certified an official
All bidders awarded a contract in the amount (negotiable)are acceptable substitutes for bond tble to he city,
Relations De of$5,000 or more must cam p or lawful
Department a the Contract Compliance Reportshe Humen
Relations Department, Any (Form CC-1. Pr with the Contract Compliance Ordinance and have
5055. questions regarding the Contract Complianceis report shall be in effect for 24 monthsomon rite with the Human
Ordinance should be directed to the Humanm Rightsthe te 8,Relations p Rights&
received by the Human Rights&
Payment Terms 25 apartment at(402)444.
%IVIOnthl (PLEASE PRINT LEGIBLY OR TYPE) w
Deliveryhl Firm: Huffman Engineering,Inc.
(or completion)
Name: Howard Huffman Incorporated In:Nebraska
Signature:
120 calenda►daysfollowing Title: President
award
Phone: 402-464-6823 �Fa r"402•''.-464-6843
'
Address: 5301 North 57th,Lincoln, NE 68507
Street/P.O.Box
Email Address: hhuffman CI State
huffmaneng.com Z.
. O N 5 rd E. b ''d pcJ
p Cr —N P. O ) CD
I n ill 53 0 � a
O v,
N '
N O O �. O O O
.L (-) 0 l• 0 CD
Z a. , CD CD O c O CD
Q� to n ' v, w - rm., d'Q
po oCJ Q I
o " z �.�
00N �N p N.) O CD 4• (D
4C O
CD 4
• CD Q..`C • A. CD
i
•
. h
1
` c
0 O0 •
to " o K
cD C O 0 0. .cD ,-r
Q- � AO 0O 0. O .-1 D O . i
CAD
i
t., 0 '