Loading...
RES 2009-0023 - PO to Omaha Truck Center for chassis & cabs 1 r optA1!A•Ne .'7'��sfiRECEIVEDPublic—Works Department tjOmaha/Douglas Civic Center c:® t�" % � January 13, 2009 � .� --' 1819 Farnam Street,Suite 601 lti�ry Omaha,Nebraska 68183-0601 oR'rFn reaR`'r� CITY (402)444-5220 } �'• Fax(402)444-5248 City of Omaha OMAHA, 1 E FI R 4 S i1 I+ Robert G.Stubbe,P.E. Mike Fahey,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 Omaha Truck Center on the bid for the purchase of two 14,000 GVW Dual Rear Wheel Chassis & Cabs to be utilized by the Sewer Maintenance Division. The following bids were received on November 19, 2008. Contractor Total Bid Sid Dillon—Option 1 $47,994.00 (Non-compliant Bid) OMAHA TRUCK CENTER $55,990.00 (RECOMMENDED BID) Sid Dillon—Option 2 $55,994.00 The Fleet Management Division recommends the award to Omaha Truck Center based on the fact that the apparent low bid submitted by Sid Dillon failed to meet bid specifications per the attached inter-office communication. A copy of the bid documents is on file and available for inspection and review in the City Clerk's office. The Contractor has on file a current Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of two 14,000 GVW Dual Rear Wheel Chassis & Cabs from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, one from year 2008 expenditures in the amount of $27,995.00 and one from year 2009 expenditures in the amount of$27,995.00. Respectfully submitted, Referred to City Council for Consideration: 6.--- ' Date M or's O ice Date blic Works Director Approved as to Funding: Approved: , /#S ake 11 Carol A. Ebdon Date :1 Date Finance Director P\v'' Human Rights and Relations Department 1281scn Public Works Director Approved as to Funding: Approved: 9/ 1�a a l zs$' C)g? Carol A. Ebdon oq, Date /p(J Date Finance Director P Human Rights and Relations Department 1283scp n are met, the City of Omaha will and/or conduct specific reviews of the Contractor's (3) Cancellation, termination or suspension PBE/DBE involvement efforts during of the Contract, in whole or in part; or contract performance. The Contractor shall (4) Any other penalty set forth in the City of bring to the attention of the Human Omaha's Contract Compliance Relations Director any situation in which Ordinance. regularly scheduled progress payments are not made to PBE/DBE subcontractors. 7. For the information of Bidders, Contract Compliance Ordinance outlines the City of In submitting its bid, the Bidder is certifying that it Omaha's rules, guidelines and criteria for (a) has contacted City of Omaha Human Relations making determinations as to the legitimacy of Department prior to bid opening regarding this PBE/DBEs, (b) ensuring that contracts are project and has afforded subcontractors participating awarded to Bidders that meet PBE/DBE goals. in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the 8. The Bidder/Contractor shall cooperate with the City of Omaha. Human Relations Depai tiiient in any reviews of the Bidder/Contractor's procedures and practices successful in this solicitation, to firms owned by 4. The City of Omaha shall set specific goals for Protected and/or Disadvantaged Business all contracts over $200,000 to assist it in Enterprises is essential to the achievement of the meeting its overall PBE/DBE goals set forth City of Omaha's PBE/DBE goals. Therefore, to above. The City of Omaha has established a be considered for award, Bidders must comply PBE/DBE goal of % of the dollar amount with the requirements of these PBE/DBE of the bid (Bid Total) for this contract (if said specifications. By submitting his/her bid, each contract is anticipated to be over $200,000). e CONSULTANT receives for the task of construction staking are not commensurate with the potential risk. CLIENT, therefore, agrees to check or require General Contractor to check the location of all construction stakes placed by the CONSULTANT. CLIENT further agrees to limit liability of CONSULTANT for construction staking services such that the total liability of the CONSULTANT shall not exceed the Consultant's fees for the particular service,or$5,000.00,whichever is greater. Hazardous Materials: The CLIENT agrees that the Consultant's scope of services does not include any services related to the presence of any asbestos, fungi, bacteria, mold or hazardous or toxic materials. Should it become known to the CONSULTANT that such materials may be present on or adjacent to the jobsite,the CONSULTANT may,without liability for any damages,suspend performance under this agreement, until CLIENT takes appropriate action to remove or abate said materials. The CLIENT further agrees, notwithstanding any other provision of this Agreement, to the fullest extent permitted by law, to indemnify and hold harmless the CONSULTANT, its officers, partners, employees and subconsultants (collectively, CONSULTANT) from and against any and all claims.suits.demands, liabilities, losses,damages or costs, including reasonable attorneys' fees and defense costs arising out of or in any way connected with the detection, presence, handling, removal, abatement, or disposal of any asbestos, fungi, bacteria, mold, hazardous or toxic substances, or products or materials that exist on, about or adjacent to the Project site, whether liability arises under breach of contract or warranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 070410 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS 1 w H U Z 7 H 16 . Z , D El- l- W Z -- . . ti, � � `` c o O III 41t ).(1% ' a-W - - z - i 1::111 lc ,:iiik J 3 , '1/4751i II. IT 1- f\i a 1:. ...II. •.-0 :C___11:'t ...____--gl* g g-fi ,k t c"- , j 9' ' W ‘.4 AO V i . m o 1- l- ' 11 CD 2 d p > a (/) 0 oei lit .17°9 W ii C) C.) a Q co c c to c: 3 _ a U U ° CL. A N .. Z n C w E Q 0o 2 W N m > U 0 I— CU u_ 0 -p a) O o 0 = Z (9 o rn q _ O c 4 f° G 9, 0 o g N s _ U 0 r Q o a m E J o a E w c m co O• E t c� N ' Q To• O N N F- 0 Z 0 I- C� opy of the bid documents is on file and available for inspection and review in the City Clerk's office. The Contractor has on file a current Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of two 14,000 GVW Dual Rear Wheel Chassis & Cabs from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, one from year 2008 expenditures in the amount of $27,995.00 and one from year 2009 expenditures in the amount of$27,995.00. Respectfully submitted, Referred to City Council for Consideration: 6.--- ' Date M or's O ice Date blic Works Director Approved as to Funding: Approved: , /#S ake 11 Carol A. Ebdon Date :1 Date Finance Director P\v'' Human Rights and Relations Department 1281scn Public Works Director Approved as to Funding: Approved: 9/ 1�a a l zs$' C)g? Carol A. Ebdon oq, Date /p(J Date Finance Director P Human Rights and Relations Department 1283scp n are met, the City of Omaha will and/or conduct specific reviews of the Contractor's (3) Cancellation, termination or suspension PBE/DBE involvement efforts during of the Contract, in whole or in part; or contract performance. The Contractor shall (4) Any other penalty set forth in the City of bring to the attention of the Human Omaha's Contract Compliance Relations Director any situation in which Ordinance. regularly scheduled progress payments are not made to PBE/DBE subcontractors. 7. For the information of Bidders, Contract Compliance Ordinance outlines the City of In submitting its bid, the Bidder is certifying that it Omaha's rules, guidelines and criteria for (a) has contacted City of Omaha Human Relations making determinations as to the legitimacy of Department prior to bid opening regarding this PBE/DBEs, (b) ensuring that contracts are project and has afforded subcontractors participating awarded to Bidders that meet PBE/DBE goals. in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the 8. The Bidder/Contractor shall cooperate with the City of Omaha. Human Relations Depai tiiient in any reviews of the Bidder/Contractor's procedures and practices successful in this solicitation, to firms owned by 4. The City of Omaha shall set specific goals for Protected and/or Disadvantaged Business all contracts over $200,000 to assist it in Enterprises is essential to the achievement of the meeting its overall PBE/DBE goals set forth City of Omaha's PBE/DBE goals. Therefore, to above. The City of Omaha has established a be considered for award, Bidders must comply PBE/DBE goal of % of the dollar amount with the requirements of these PBE/DBE of the bid (Bid Total) for this contract (if said specifications. By submitting his/her bid, each contract is anticipated to be over $200,000). e CONSULTANT receives for the task of construction staking are not commensurate with the potential risk. CLIENT, therefore, agrees to check or require General Contractor to check the location of all construction stakes placed by the CONSULTANT. CLIENT further agrees to limit liability of CONSULTANT for construction staking services such that the total liability of the CONSULTANT shall not exceed the Consultant's fees for the particular service,or$5,000.00,whichever is greater. Hazardous Materials: The CLIENT agrees that the Consultant's scope of services does not include any services related to the presence of any asbestos, fungi, bacteria, mold or hazardous or toxic materials. Should it become known to the CONSULTANT that such materials may be present on or adjacent to the jobsite,the CONSULTANT may,without liability for any damages,suspend performance under this agreement, until CLIENT takes appropriate action to remove or abate said materials. The CLIENT further agrees, notwithstanding any other provision of this Agreement, to the fullest extent permitted by law, to indemnify and hold harmless the CONSULTANT, its officers, partners, employees and subconsultants (collectively, CONSULTANT) from and against any and all claims.suits.demands, liabilities, losses,damages or costs, including reasonable attorneys' fees and defense costs arising out of or in any way connected with the detection, presence, handling, removal, abatement, or disposal of any asbestos, fungi, bacteria, mold, hazardous or toxic substances, or products or materials that exist on, about or adjacent to the Project site, whether liability arises under breach of contract or warranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 070410 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS INTER-OFFICE COMMUNICATION December 5, 2008 TO: Pat Burke, City/County Purchasing Agent FROM: Craig Christians, Sewer Maintenance Manager RE: Rejection of low bidder: 14,000 GVW Commercial Cutaway Dual Wheel Cab and Chassis The City received two bids for the above-referenced vehicle unit. Sid Dillon submitted two pricing options. Option 1 was the apparent low bidder at $23,997. However, Option 1 required that the front coil and rear leaf springs be changed to meet the vehicle GVW rating specification. It was the opinion of the Fleet Management Division and the vendor who would be providing equipment to be mounted on the chassis that this was unacceptable as an option. Therefore, the recommendation from this Division is that the bid to be awarded to the second low bid from the Omaha Truck Center in the amount of$27,995. • z / < , C deiter°-- Mayor 4Q. " 44, c~i �r, Public Works Department V11 t s.�1� Omaha/.Douglas Civic Center pSr 4A, fp m 1819 Farnam Street,Suite 601 Omaha,Nebraska 68183-0601 ot+rFo ree0.,;�� (402)444-5220 • Fax(402)444-5248 City of Omaha Robert G. Stubbe,P.E. Mike Fahey,Mayor Public Works Director December 10, 2008 • • • Mr. Chuck Ames, Fleet Director Sid Dillon Wahoo Inc. • 257 West"A" Street Wahoo, NE 68066 RE: City of Omaha Request for Bid on 14,000 GVW Dual Rear Wheel Cab & Chassis , published October 29, 2008. Dear Mr. Ames: • Section 10-110 of the Omaha Municipal Code allows a department director to reject any bidders bid because the bids received were non-compliant to specifications. This letter is to serve as written notice that your bid submitted as "Option 1" for the above is being rejected because the bid does not meet the required specifications. Page 1 of the request for bid states the "Minimum acceptable rating of 14,000 GVW". The bid you submitted stated the "Front coil and rear leaf springs will be changed to boost the GVW". This is not acceptable to the City or the up-fitter of the final product. Recommendation is being forwarded to the City Council to recommend the award to another bidder. Within 10 days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons. Sincerely, o e�rt G Sttubbe, E. Director • C: Pat Burke, Purchasing Agent Buster Brown; City Clerk Member of the City Council Marc McCoy, Fleet Management 21121, Sewer Maintenance Organization 116511, one from year 2008 expenditures in the amount of $27,995.00 and one from year 2009 expenditures in the amount of$27,995.00. Respectfully submitted, Referred to City Council for Consideration: 6.--- ' Date M or's O ice Date blic Works Director Approved as to Funding: Approved: , /#S ake 11 Carol A. Ebdon Date :1 Date Finance Director P\v'' Human Rights and Relations Department 1281scn Public Works Director Approved as to Funding: Approved: 9/ 1�a a l zs$' C)g? Carol A. Ebdon oq, Date /p(J Date Finance Director P Human Rights and Relations Department 1283scp n are met, the City of Omaha will and/or conduct specific reviews of the Contractor's (3) Cancellation, termination or suspension PBE/DBE involvement efforts during of the Contract, in whole or in part; or contract performance. The Contractor shall (4) Any other penalty set forth in the City of bring to the attention of the Human Omaha's Contract Compliance Relations Director any situation in which Ordinance. regularly scheduled progress payments are not made to PBE/DBE subcontractors. 7. For the information of Bidders, Contract Compliance Ordinance outlines the City of In submitting its bid, the Bidder is certifying that it Omaha's rules, guidelines and criteria for (a) has contacted City of Omaha Human Relations making determinations as to the legitimacy of Department prior to bid opening regarding this PBE/DBEs, (b) ensuring that contracts are project and has afforded subcontractors participating awarded to Bidders that meet PBE/DBE goals. in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the 8. The Bidder/Contractor shall cooperate with the City of Omaha. Human Relations Depai tiiient in any reviews of the Bidder/Contractor's procedures and practices successful in this solicitation, to firms owned by 4. The City of Omaha shall set specific goals for Protected and/or Disadvantaged Business all contracts over $200,000 to assist it in Enterprises is essential to the achievement of the meeting its overall PBE/DBE goals set forth City of Omaha's PBE/DBE goals. Therefore, to above. The City of Omaha has established a be considered for award, Bidders must comply PBE/DBE goal of % of the dollar amount with the requirements of these PBE/DBE of the bid (Bid Total) for this contract (if said specifications. By submitting his/her bid, each contract is anticipated to be over $200,000). e CONSULTANT receives for the task of construction staking are not commensurate with the potential risk. CLIENT, therefore, agrees to check or require General Contractor to check the location of all construction stakes placed by the CONSULTANT. CLIENT further agrees to limit liability of CONSULTANT for construction staking services such that the total liability of the CONSULTANT shall not exceed the Consultant's fees for the particular service,or$5,000.00,whichever is greater. Hazardous Materials: The CLIENT agrees that the Consultant's scope of services does not include any services related to the presence of any asbestos, fungi, bacteria, mold or hazardous or toxic materials. Should it become known to the CONSULTANT that such materials may be present on or adjacent to the jobsite,the CONSULTANT may,without liability for any damages,suspend performance under this agreement, until CLIENT takes appropriate action to remove or abate said materials. The CLIENT further agrees, notwithstanding any other provision of this Agreement, to the fullest extent permitted by law, to indemnify and hold harmless the CONSULTANT, its officers, partners, employees and subconsultants (collectively, CONSULTANT) from and against any and all claims.suits.demands, liabilities, losses,damages or costs, including reasonable attorneys' fees and defense costs arising out of or in any way connected with the detection, presence, handling, removal, abatement, or disposal of any asbestos, fungi, bacteria, mold, hazardous or toxic substances, or products or materials that exist on, about or adjacent to the Project site, whether liability arises under breach of contract or warranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 070410 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS F 0M AH A,N's, o,it :� yt; RECEIVED Public Works Department ® iir +oVi , n Omaha/Douglas Civic Center DEC !1M Q: I C 1819 Farnam Street,Suite 601 o �`' `"` 0815 H 7 J Omaha,Nebraska 68183-0001 o4'47.kb seaah4 (402)444-5220 CITY CLERK Fax(402)444-5248 City of Omaha Robert G. Stubbe,P.E. Mike Fahey,Mayor O M A H A. N E B R A S K Public Works Director December 10, 2008 Mr. Chuck Ames, Fleet Director Sid Dillon Wahoo Inc. 257 West"A" Street Wahoo, NE 68066 • RE: City of Omaha Request for Bid on 14,000 GVW Dual Rear Wheel Cab & Chassis published October 29, 2008. Dear Mr. Ames: Section 10-110 of the Omaha Municipal Code allows a department director to reject any bidders bid because the bids received were non-compliant to specifications. This letter is to serve as written notice that your bid submitted as "Option 1" for the above is being rejected because the bid does not meet the required specifications. Page 1 of the request for bid states the "Minimum acceptable rating of 14,000 GVW". The bid you submitted stated the "Front coil and rear leaf springs will be changed to boost the GVW". This is not acceptable to the City or the up-fitter of the final product. Recommendation is being forwarded to the City Council to recommend the award to another bidder. Within 10 days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons. Sincerely, 6 d,:eA,j/ z? • o ert G. Stubbe, .E. Director C: Pat Burke, Purchasing Agent Buster Brown, City Clerk V Member of the City Council Marc McCoy, Fleet Management ear 2008 expenditures in the amount of $27,995.00 and one from year 2009 expenditures in the amount of$27,995.00. Respectfully submitted, Referred to City Council for Consideration: 6.--- ' Date M or's O ice Date blic Works Director Approved as to Funding: Approved: , /#S ake 11 Carol A. Ebdon Date :1 Date Finance Director P\v'' Human Rights and Relations Department 1281scn Public Works Director Approved as to Funding: Approved: 9/ 1�a a l zs$' C)g? Carol A. Ebdon oq, Date /p(J Date Finance Director P Human Rights and Relations Department 1283scp n are met, the City of Omaha will and/or conduct specific reviews of the Contractor's (3) Cancellation, termination or suspension PBE/DBE involvement efforts during of the Contract, in whole or in part; or contract performance. The Contractor shall (4) Any other penalty set forth in the City of bring to the attention of the Human Omaha's Contract Compliance Relations Director any situation in which Ordinance. regularly scheduled progress payments are not made to PBE/DBE subcontractors. 7. For the information of Bidders, Contract Compliance Ordinance outlines the City of In submitting its bid, the Bidder is certifying that it Omaha's rules, guidelines and criteria for (a) has contacted City of Omaha Human Relations making determinations as to the legitimacy of Department prior to bid opening regarding this PBE/DBEs, (b) ensuring that contracts are project and has afforded subcontractors participating awarded to Bidders that meet PBE/DBE goals. in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the 8. The Bidder/Contractor shall cooperate with the City of Omaha. Human Relations Depai tiiient in any reviews of the Bidder/Contractor's procedures and practices successful in this solicitation, to firms owned by 4. The City of Omaha shall set specific goals for Protected and/or Disadvantaged Business all contracts over $200,000 to assist it in Enterprises is essential to the achievement of the meeting its overall PBE/DBE goals set forth City of Omaha's PBE/DBE goals. Therefore, to above. The City of Omaha has established a be considered for award, Bidders must comply PBE/DBE goal of % of the dollar amount with the requirements of these PBE/DBE of the bid (Bid Total) for this contract (if said specifications. By submitting his/her bid, each contract is anticipated to be over $200,000). e CONSULTANT receives for the task of construction staking are not commensurate with the potential risk. CLIENT, therefore, agrees to check or require General Contractor to check the location of all construction stakes placed by the CONSULTANT. CLIENT further agrees to limit liability of CONSULTANT for construction staking services such that the total liability of the CONSULTANT shall not exceed the Consultant's fees for the particular service,or$5,000.00,whichever is greater. Hazardous Materials: The CLIENT agrees that the Consultant's scope of services does not include any services related to the presence of any asbestos, fungi, bacteria, mold or hazardous or toxic materials. Should it become known to the CONSULTANT that such materials may be present on or adjacent to the jobsite,the CONSULTANT may,without liability for any damages,suspend performance under this agreement, until CLIENT takes appropriate action to remove or abate said materials. The CLIENT further agrees, notwithstanding any other provision of this Agreement, to the fullest extent permitted by law, to indemnify and hold harmless the CONSULTANT, its officers, partners, employees and subconsultants (collectively, CONSULTANT) from and against any and all claims.suits.demands, liabilities, losses,damages or costs, including reasonable attorneys' fees and defense costs arising out of or in any way connected with the detection, presence, handling, removal, abatement, or disposal of any asbestos, fungi, bacteria, mold, hazardous or toxic substances, or products or materials that exist on, about or adjacent to the Project site, whether liability arises under breach of contract or warranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 070410 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS C-25A CITY OF OMAHA • LEGISLATIVE CHAMBER Omaha,Nebraska • RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: -- WHEREAS, bids were received on November 19, 2008 for the purchase of two 14,000 GVW Dual Rear Wheel Chassis &Cabs to be utilized by the Sewer Maintenance Division; and, WHEREAS, Omaha Truck Center submitted a bid of$55,990.00; being the lowest and ' best bid received within the bid specifications, for the purchase of two 14,000 GVW Dual Rear Wheel Chassis & Cabs. 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 Omaha Truck Center for the purchase of two 14,000 GVW Dual Rear Wheel Chassis & Cabs to be utilized by the Sewer Maintenance Division in the amount of$55,990.00; and that the Finance Department is authorized to pay this cost from, the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, one from year 2008 expenditures in the amount of$27,995.00 and one from year 2009 expenditures in the amount of$27,995.00. 1282scp APPROVED AS TO FORM: CITY ATTORNEY DATE BykA64,1411-94-4-14/44 Councilmember Adopted JA ...1:..3..2009...:.... -D City Cl�ly�3��, Approved • - it l Mayor ndation is being forwarded to the City Council to recommend the award to another bidder. Within 10 days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons. Sincerely, 6 d,:eA,j/ z? • o ert G. Stubbe, .E. Director C: Pat Burke, Purchasing Agent Buster Brown, City Clerk V Member of the City Council Marc McCoy, Fleet Management ear 2008 expenditures in the amount of $27,995.00 and one from year 2009 expenditures in the amount of$27,995.00. Respectfully submitted, Referred to City Council for Consideration: 6.--- ' Date M or's O ice Date blic Works Director Approved as to Funding: Approved: , /#S ake 11 Carol A. Ebdon Date :1 Date Finance Director P\v'' Human Rights and Relations Department 1281scn Public Works Director Approved as to Funding: Approved: 9/ 1�a a l zs$' C)g? Carol A. Ebdon oq, Date /p(J Date Finance Director P Human Rights and Relations Department 1283scp n are met, the City of Omaha will and/or conduct specific reviews of the Contractor's (3) Cancellation, termination or suspension PBE/DBE involvement efforts during of the Contract, in whole or in part; or contract performance. The Contractor shall (4) Any other penalty set forth in the City of bring to the attention of the Human Omaha's Contract Compliance Relations Director any situation in which Ordinance. regularly scheduled progress payments are not made to PBE/DBE subcontractors. 7. For the information of Bidders, Contract Compliance Ordinance outlines the City of In submitting its bid, the Bidder is certifying that it Omaha's rules, guidelines and criteria for (a) has contacted City of Omaha Human Relations making determinations as to the legitimacy of Department prior to bid opening regarding this PBE/DBEs, (b) ensuring that contracts are project and has afforded subcontractors participating awarded to Bidders that meet PBE/DBE goals. in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the 8. The Bidder/Contractor shall cooperate with the City of Omaha. Human Relations Depai tiiient in any reviews of the Bidder/Contractor's procedures and practices successful in this solicitation, to firms owned by 4. The City of Omaha shall set specific goals for Protected and/or Disadvantaged Business all contracts over $200,000 to assist it in Enterprises is essential to the achievement of the meeting its overall PBE/DBE goals set forth City of Omaha's PBE/DBE goals. Therefore, to above. The City of Omaha has established a be considered for award, Bidders must comply PBE/DBE goal of % of the dollar amount with the requirements of these PBE/DBE of the bid (Bid Total) for this contract (if said specifications. By submitting his/her bid, each contract is anticipated to be over $200,000). e CONSULTANT receives for the task of construction staking are not commensurate with the potential risk. CLIENT, therefore, agrees to check or require General Contractor to check the location of all construction stakes placed by the CONSULTANT. CLIENT further agrees to limit liability of CONSULTANT for construction staking services such that the total liability of the CONSULTANT shall not exceed the Consultant's fees for the particular service,or$5,000.00,whichever is greater. Hazardous Materials: The CLIENT agrees that the Consultant's scope of services does not include any services related to the presence of any asbestos, fungi, bacteria, mold or hazardous or toxic materials. Should it become known to the CONSULTANT that such materials may be present on or adjacent to the jobsite,the CONSULTANT may,without liability for any damages,suspend performance under this agreement, until CLIENT takes appropriate action to remove or abate said materials. The CLIENT further agrees, notwithstanding any other provision of this Agreement, to the fullest extent permitted by law, to indemnify and hold harmless the CONSULTANT, its officers, partners, employees and subconsultants (collectively, CONSULTANT) from and against any and all claims.suits.demands, liabilities, losses,damages or costs, including reasonable attorneys' fees and defense costs arising out of or in any way connected with the detection, presence, handling, removal, abatement, or disposal of any asbestos, fungi, bacteria, mold, hazardous or toxic substances, or products or materials that exist on, about or adjacent to the Project site, whether liability arises under breach of contract or warranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 070410 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS as c po u 8 8 IV .,. co oNO P ON � co CD, v• co qb C - . p Oa s ) F5. r-� a' 6 R ' �' "—it' QcD 2 ' (5' N Z 5' F.9 g r-' ° rOA h. a O O 1-k N r-. C P O C CD ~ CD • cZ C ill O O O n' CD . A) A.� PQ �'1. (� g C/) n '-rJ O O p� p, 05 n O k O O O Q. ..O O O p. 69 O 0-t 01 n 0 .< N ez 0 N �,< A d O N CD r- 00 <9 G g 0 5" cD ' 5' CAD al., 00 CD i-t CD , O� A) CD • • :, (A l _ r Revenue Fund 21121, Sewer Maintenance Organization 116511, one from year 2008 expenditures in the amount of$27,995.00 and one from year 2009 expenditures in the amount of$27,995.00. 1282scp APPROVED AS TO FORM: CITY ATTORNEY DATE BykA64,1411-94-4-14/44 Councilmember Adopted JA ...1:..3..2009...:.... -D City Cl�ly�3��, Approved • - it l Mayor ndation is being forwarded to the City Council to recommend the award to another bidder. Within 10 days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons. Sincerely, 6 d,:eA,j/ z? • o ert G. Stubbe, .E. Director C: Pat Burke, Purchasing Agent Buster Brown, City Clerk V Member of the City Council Marc McCoy, Fleet Management ear 2008 expenditures in the amount of $27,995.00 and one from year 2009 expenditures in the amount of$27,995.00. Respectfully submitted, Referred to City Council for Consideration: 6.--- ' Date M or's O ice Date blic Works Director Approved as to Funding: Approved: , /#S ake 11 Carol A. Ebdon Date :1 Date Finance Director P\v'' Human Rights and Relations Department 1281scn Public Works Director Approved as to Funding: Approved: 9/ 1�a a l zs$' C)g? Carol A. Ebdon oq, Date /p(J Date Finance Director P Human Rights and Relations Department 1283scp n are met, the City of Omaha will and/or conduct specific reviews of the Contractor's (3) Cancellation, termination or suspension PBE/DBE involvement efforts during of the Contract, in whole or in part; or contract performance. The Contractor shall (4) Any other penalty set forth in the City of bring to the attention of the Human Omaha's Contract Compliance Relations Director any situation in which Ordinance. regularly scheduled progress payments are not made to PBE/DBE subcontractors. 7. For the information of Bidders, Contract Compliance Ordinance outlines the City of In submitting its bid, the Bidder is certifying that it Omaha's rules, guidelines and criteria for (a) has contacted City of Omaha Human Relations making determinations as to the legitimacy of Department prior to bid opening regarding this PBE/DBEs, (b) ensuring that contracts are project and has afforded subcontractors participating awarded to Bidders that meet PBE/DBE goals. in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the 8. The Bidder/Contractor shall cooperate with the City of Omaha. Human Relations Depai tiiient in any reviews of the Bidder/Contractor's procedures and practices successful in this solicitation, to firms owned by 4. The City of Omaha shall set specific goals for Protected and/or Disadvantaged Business all contracts over $200,000 to assist it in Enterprises is essential to the achievement of the meeting its overall PBE/DBE goals set forth City of Omaha's PBE/DBE goals. Therefore, to above. The City of Omaha has established a be considered for award, Bidders must comply PBE/DBE goal of % of the dollar amount with the requirements of these PBE/DBE of the bid (Bid Total) for this contract (if said specifications. By submitting his/her bid, each contract is anticipated to be over $200,000). e CONSULTANT receives for the task of construction staking are not commensurate with the potential risk. CLIENT, therefore, agrees to check or require General Contractor to check the location of all construction stakes placed by the CONSULTANT. CLIENT further agrees to limit liability of CONSULTANT for construction staking services such that the total liability of the CONSULTANT shall not exceed the Consultant's fees for the particular service,or$5,000.00,whichever is greater. Hazardous Materials: The CLIENT agrees that the Consultant's scope of services does not include any services related to the presence of any asbestos, fungi, bacteria, mold or hazardous or toxic materials. Should it become known to the CONSULTANT that such materials may be present on or adjacent to the jobsite,the CONSULTANT may,without liability for any damages,suspend performance under this agreement, until CLIENT takes appropriate action to remove or abate said materials. The CLIENT further agrees, notwithstanding any other provision of this Agreement, to the fullest extent permitted by law, to indemnify and hold harmless the CONSULTANT, its officers, partners, employees and subconsultants (collectively, CONSULTANT) from and against any and all claims.suits.demands, liabilities, losses,damages or costs, including reasonable attorneys' fees and defense costs arising out of or in any way connected with the detection, presence, handling, removal, abatement, or disposal of any asbestos, fungi, bacteria, mold, hazardous or toxic substances, or products or materials that exist on, about or adjacent to the Project site, whether liability arises under breach of contract or warranty, tort, including negligence, strict liability or statutory liability or any other cause of action, except for the sole negligence or willful misconduct of the CONSULTANT. Mediation: Any claims or disputes under this agreement shall be submitted to non-binding mediation. hgm Rev 070410 A TRADITION OF EXCELLENCE A COMMITMENT TO CREATIVE SOLUTIONS