Loading...
RES 2008-1350 - Bid from Northwest Electric Inc for maintenance on motors and motor control centers at WWTPs and sewage lift stations , OpAAHA,/v i(' t- I 1 _ f J ofLook �g4 € o d,.. '._ L. 1 :0/ L �.�' ' Public Works Department ®Ald�j. a; . ,a Omaha/Douglas Civic Center fa+►y �+ 1819 Farnam Street,Suite 601 o. 1 _ , September 30, 2008 � ti• Omaha,Nebraska 68183-0601 o4�rFD HeaR`'r$- i .. (402)444-5220 Fax(402)444-5248 City of Omaha 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 approving a contract with Northwest Electric, Inc. for an open order for electrical maintenance on motors and motor control centers at the wastewater treatment plants and sewage lift stations. There is also a provision to extend the contract for two one year terms, if both parties agree and if the City Council approves the extensions. The following bids were received on August 20, 2008. A detailed bid tabulation is attached. Contractor Total Bid NORTHWEST ELECTRIC, INC. $ 54,900.00 (LOW BID) Industrial Electric Motors $ 61,832.00 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 Annual Contract Compliance Report Form CC-1. The Finance Department is authorized to pay the cost for this open order from the Sewer Revenue Fund 21121, Missouri River Plant Maintenance Organization 116613 in the amount of $39,600 and from the Papillion Creek Plant Maintenance Organization 116614 in the amount of $15,300. The Public Works Department requests your consideration and acceptance of the attached bid and requests your approval of this Resolution. pec lly submitted, Referred to City Council for Consideration: 4 Alt3:11'-'4.11' obert G. Stubbe, P.E. Date Mayor's Office Date ublic Works Director Approved as to Funding: Approved: • C4.. a -a,, (16.\z5 2 -- 9/e/k Carol A. Ebdon Date Gail Kinsey T ompson Date Finance Director ..At Human Rights and Relations Director 1140hxf i $385.00 EACH $770.00 17 605.000 SODDING Engineeer's Estimate 180 @ $4.00 per SY $720.00 Navarro Enterprise Construction,Inc. - $5.00 per SY $900.00 U.S.Asphalt Co. $5.96 per SY $1,072.80 Swain Construction, Inc. $7.95 per SY $1,431.00 18 550.000 SILT FENCE Engineeer's Estimate 200 @ $3.00 per LF $600.00 Navarro Enterprise Construction, Inc. $7.50 per LF $1,500.00 U.S.Asphalt Co. $2.98 per LF $596.00 Swain Construction, Inc. $3.55 per LF $710.00 19 550.200 TUBULAR CURB INLET FILTER Engineeer's Estimate 16 @ $15.00 per LF $240.00 Navarro Enterprise Construction,Inc. $25.00 per LF $400.00 U.S.Asphalt Co. $15.19 per LF $243.04 Swain Construction,Inc. $15.75 per LF $252.00 Page 5 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 • * Corrected Extension ain recipients of Social Security or Railroad Retirement benefits, taxpayers otherwise entitled to claim the earned income credit or taxpayers who may be deemed to have incurred (or continued) indebtedness to purchase or carry tax-exempt obligations are advised to consult their tax advisors as to the tax consequences of purchasing or holding the Bonds. 4850-1365-2739.1 D-2 e legal proceedings, in the opinion of the City management, based on the advice of the City Attorney, are not expected to have a materially adverse effect on the City's financial position at October 1, 2008, after giving effect to available funds provided for such contingencies in the Judgment, Cash Reserve and Contingent Liability Reserve Funds and alternative methods of satisfying judgments,these being identified as: 4850-1365-2739.1 16 addresses to the Paying Agent and request that copies of notices be provided directly to them. Redemption notices shall be sent to DTC. If less than all of the Bonds within an issue are being redeemed, DTC's practice is to determine by lot the amount of the interest of each Direct Participant in such issue to be redeemed. 4850-1365-2739.1 10 ntial and material to the making of an informed investment decision. The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N • I- W - U Z - d F- W ' Z- --- D d f- W - U - Z - a H W Z- --- • d F- W Z -- -- D d Z \-**... • D o W rt i I •4\- hi co O C C p a mc 2 05 (LBors cu d o . � U a a)yca Co > ` � y o c cn < , v vO o t o to L o 0- - ` v E o n 2 72 co >, °� °' � E E 5 � a)CC v o Q c) a ▪ N CC ca) a) a) 2 x 2 x s `r o • V o Q O 0 N Q ` Q I a l x a x 4-. O Cn a) w ._ ` o o c I = Z 2 W c o Q c o <� a) = m o - L E a) O O c E y L 7 Y O Y O Y 7 i O (/) O N c 0 O g t L 6 O a) O (� p c � oo 3 � 3 � 3 � � s C m▪ c 2 ,_ pn I- Q Q. QG O- a Rf u_ c0 O c L O O O U O G ;� O Q) 0 a) v 12 .� v ti n j iii ccnn (-6" ccnn >,".� a) vl m Z c ` cc E 0 � cu J ^`i • O �° C ci a � E- cooc o a) a) x i CI W O a a) O u I c cH 'co- c cn ea O cfl Q c0 a CVa J C) p N n -L E o c • al .cli a n D ;' L deration: 4 Alt3:11'-'4.11' obert G. Stubbe, P.E. Date Mayor's Office Date ublic Works Director Approved as to Funding: Approved: • C4.. a -a,, (16.\z5 2 -- 9/e/k Carol A. Ebdon Date Gail Kinsey T ompson Date Finance Director ..At Human Rights and Relations Director 1140hxf i $385.00 EACH $770.00 17 605.000 SODDING Engineeer's Estimate 180 @ $4.00 per SY $720.00 Navarro Enterprise Construction,Inc. - $5.00 per SY $900.00 U.S.Asphalt Co. $5.96 per SY $1,072.80 Swain Construction, Inc. $7.95 per SY $1,431.00 18 550.000 SILT FENCE Engineeer's Estimate 200 @ $3.00 per LF $600.00 Navarro Enterprise Construction, Inc. $7.50 per LF $1,500.00 U.S.Asphalt Co. $2.98 per LF $596.00 Swain Construction, Inc. $3.55 per LF $710.00 19 550.200 TUBULAR CURB INLET FILTER Engineeer's Estimate 16 @ $15.00 per LF $240.00 Navarro Enterprise Construction,Inc. $25.00 per LF $400.00 U.S.Asphalt Co. $15.19 per LF $243.04 Swain Construction,Inc. $15.75 per LF $252.00 Page 5 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 • * Corrected Extension ain recipients of Social Security or Railroad Retirement benefits, taxpayers otherwise entitled to claim the earned income credit or taxpayers who may be deemed to have incurred (or continued) indebtedness to purchase or carry tax-exempt obligations are advised to consult their tax advisors as to the tax consequences of purchasing or holding the Bonds. 4850-1365-2739.1 D-2 e legal proceedings, in the opinion of the City management, based on the advice of the City Attorney, are not expected to have a materially adverse effect on the City's financial position at October 1, 2008, after giving effect to available funds provided for such contingencies in the Judgment, Cash Reserve and Contingent Liability Reserve Funds and alternative methods of satisfying judgments,these being identified as: 4850-1365-2739.1 16 addresses to the Paying Agent and request that copies of notices be provided directly to them. Redemption notices shall be sent to DTC. If less than all of the Bonds within an issue are being redeemed, DTC's practice is to determine by lot the amount of the interest of each Direct Participant in such issue to be redeemed. 4850-1365-2739.1 10 ntial and material to the making of an informed investment decision. The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N • • . W - U Z E W - U D a I-- W • — U Z — D W - I-- W - U Z — D d . I-- U , Z - D W t J. W �1 s: H U C O o 0 o r � a � v ` r5 c- 1/1 5 • ; � 1 1 1 \ 1 `a • �= U cz. u `f1 !� r-4 0 Z on - h IT O. S " cv . c m a . m �° _1 °Ja U CN CO • CO Q N N N w p 1— D nNO � N O a 06 O ` N O. -E mu) 1- NC cm ea a E ]t o °LU c = C C O o C o o Z o o U m 0 c o ai O oc m Z o 00 ` w a r U) d L OO Q O p m o O - p E L ,- " o • t L E .c c J N N U a s O p m m Q rU H v o U V O Q M X X o .N O (Q/� �' I E I ' c Q o C W p v oi `� C 0 c N U U T N c O N 0 7 6 Q p is m N N t N j L E CO- C N O N at5" O N (U CC LL c c� >,o :C 0 O `` a • 0 0 N m - N >. a n Z C N , y -0 • o 0 0 (U cc" ce 3' t Q H 2 c o Oc) u O269 0 a o i w D- •L O N E `J . a CO 0 0 rn a D F w o a 0 0 • C4.. a -a,, (16.\z5 2 -- 9/e/k Carol A. Ebdon Date Gail Kinsey T ompson Date Finance Director ..At Human Rights and Relations Director 1140hxf i $385.00 EACH $770.00 17 605.000 SODDING Engineeer's Estimate 180 @ $4.00 per SY $720.00 Navarro Enterprise Construction,Inc. - $5.00 per SY $900.00 U.S.Asphalt Co. $5.96 per SY $1,072.80 Swain Construction, Inc. $7.95 per SY $1,431.00 18 550.000 SILT FENCE Engineeer's Estimate 200 @ $3.00 per LF $600.00 Navarro Enterprise Construction, Inc. $7.50 per LF $1,500.00 U.S.Asphalt Co. $2.98 per LF $596.00 Swain Construction, Inc. $3.55 per LF $710.00 19 550.200 TUBULAR CURB INLET FILTER Engineeer's Estimate 16 @ $15.00 per LF $240.00 Navarro Enterprise Construction,Inc. $25.00 per LF $400.00 U.S.Asphalt Co. $15.19 per LF $243.04 Swain Construction,Inc. $15.75 per LF $252.00 Page 5 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 • * Corrected Extension ain recipients of Social Security or Railroad Retirement benefits, taxpayers otherwise entitled to claim the earned income credit or taxpayers who may be deemed to have incurred (or continued) indebtedness to purchase or carry tax-exempt obligations are advised to consult their tax advisors as to the tax consequences of purchasing or holding the Bonds. 4850-1365-2739.1 D-2 e legal proceedings, in the opinion of the City management, based on the advice of the City Attorney, are not expected to have a materially adverse effect on the City's financial position at October 1, 2008, after giving effect to available funds provided for such contingencies in the Judgment, Cash Reserve and Contingent Liability Reserve Funds and alternative methods of satisfying judgments,these being identified as: 4850-1365-2739.1 16 addresses to the Paying Agent and request that copies of notices be provided directly to them. Redemption notices shall be sent to DTC. If less than all of the Bonds within an issue are being redeemed, DTC's practice is to determine by lot the amount of the interest of each Direct Participant in such issue to be redeemed. 4850-1365-2739.1 10 ntial and material to the making of an informed investment decision. The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N DOUGLAS COUNTY J.R. • • REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Electrical maintenance on motors & motor controls FROM: P.M.Burke Published: August 6,2008 Asst.Douglas County Purchasing Agent Page 1 902 Omaha-Douglas Civic Center NOT AN ORDER • 1819 Famam Street Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE 70 "CITY OF OMAHA" Bid Closing Time&Date: 11:00 A.M.on Wednesday.August 20.2008 IMPORTANT . Bid must be in the office of the CITY CLERK,LC-1.OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Famarn Street,Omaha.NE 68183-0011 by the dosing date and time indicated ' Exemption certificates wail be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA Bectrical Maintenance on Motors&Motor Controls 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or certified check shad be made payable to'City of Omaha' suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. . Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountypurchasino.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE I EXTENSION Electrical Maintenance on motors and Motor Control Centers-Contract and price Agreement for a 12 month term with (2) one (1)year extension options, per attached specifications (9 pages). Subject to City Council approval. Bid evaluation will be based on an estimated 1,060 hours per year. The hourly rate will be multiplied by the estimated hours for each category and totaled. Hourly charge-out labor rate Hourly Rate (Estimated hours/year) Inside shop work 8:00 A.M. to 4:30 P.M. $ 38 /hour x 750 hours/year $ 28, 000 Inside shop work 4:30 P.M. to midnight& Saturday $ 52 /hour x 40 hours/year $ 2, 080 Inside shop work midnight to 8:00 A.M. & Holidays& Sunday $ 58 /hour x 40 hours/year $ 2, 320 Outside field service 8:00 A.M.to 4:30 P.M. $ 52 /hour x 150 hours/year $ 2, 800 Outside field service 4:30 P.M.to midnight&Saturday $ 60 /hour x 40 hours/year $ 2, 400 • Outside field service midnight to 8:00 A.M. & Holidays&Sunday $ 65 /hour x 40 hours/year $ 2, 600 TOTAL-based upon estimated 1,060 hours per year: $ 45, 700 I contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)fisting from the City of Omaha website at Hkv.ci.omaha_ne.us. Click on'DEPARTMENTS':Click on'HUMAN RIGHTS&RELATIONS':Click on'PBE/DBE CERTIFIED DIRECTORY'. All bidders awarded a contract in the amount of ;,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report all be in effect for 24 months from the date received by the Human Rights&Relations DepartmenL Any questions regarding the Contract Compliance Ordinance or PBE/DBE listings should be acted to the Human Rights&Relations Department at(402)444-5055. Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) iymentTerms %, IC)CNCwjS Firm: Northwest Electric, Inc tncorporat dIn:1 986 tivery(or completion) Name: Marty Davis Signature: calendar days following aware Title: Manager Phone:4 0 2-4 6 4-7 9 5 4 Fax: 0 2-3 2 5-9 41 2 14 111 Address:5800 N. 58th Street, Ste. 1 Lincoln, NE 68521 Street/P.O.Box City State Zip Email Address:mdavis@nwelectric,corn • X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N • • DOUGLAS COUNTY • REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Electrical Maintenance on Motors & Motor Controls NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION LUMP SUM - $9, 200 (for vibration analysis, including initial set up,overhead crane inspection, and for balancing, as specified) ALL OR NONE TOTAL- $ 54.G00 (total per estimated 1,060 hours/year,vibration analysis, &fan balancing) PERFORMANCE BOND The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten (10) calendar days from award of the contract. NOTE: REQUIREMENTS FOR BID OR PERFORMANCE BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United States Government Bond (negotiable) are acceptable substitutes for bond requirements. INSURANCE For City projects where the scope of work will be less than$200,000.00,the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating(1)adequate workers'compensation;(2) public liability in an amount not less than$250,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$500,000 where more than one person is involved in any one accident;and (3)property damage insurance in an amount not less than $500,000;and naming the City of Omaha an additional insured. For City projects where the scope of work will exceed$200,000.00,the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating(1)adequate workers'compensation;(2)public liability in an amount not less than$1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$5,000,000 where more than one person is involved in any one accident;and(3) property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. Questions regarding this bid may be directed to: Mike Arands, Plant Manager, Missouri River WWTP at(402)444-3915 ext. 203 -OR-Joe Dabbs, Plant Manager, Papillion Creek WWTP at (402)444- 3922 ext. 202 SIGN ALL COPIES Firm Northwest lectric, Inc. BY '7. 7 ' ,QQ'L. -o Title Manage, CONTINUATION SHEET x $ 2, 080 Inside shop work midnight to 8:00 A.M. & Holidays& Sunday $ 58 /hour x 40 hours/year $ 2, 320 Outside field service 8:00 A.M.to 4:30 P.M. $ 52 /hour x 150 hours/year $ 2, 800 Outside field service 4:30 P.M.to midnight&Saturday $ 60 /hour x 40 hours/year $ 2, 400 • Outside field service midnight to 8:00 A.M. & Holidays&Sunday $ 65 /hour x 40 hours/year $ 2, 600 TOTAL-based upon estimated 1,060 hours per year: $ 45, 700 I contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)fisting from the City of Omaha website at Hkv.ci.omaha_ne.us. Click on'DEPARTMENTS':Click on'HUMAN RIGHTS&RELATIONS':Click on'PBE/DBE CERTIFIED DIRECTORY'. All bidders awarded a contract in the amount of ;,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report all be in effect for 24 months from the date received by the Human Rights&Relations DepartmenL Any questions regarding the Contract Compliance Ordinance or PBE/DBE listings should be acted to the Human Rights&Relations Department at(402)444-5055. Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) iymentTerms %, IC)CNCwjS Firm: Northwest Electric, Inc tncorporat dIn:1 986 tivery(or completion) Name: Marty Davis Signature: calendar days following aware Title: Manager Phone:4 0 2-4 6 4-7 9 5 4 Fax: 0 2-3 2 5-9 41 2 14 111 Address:5800 N. 58th Street, Ste. 1 Lincoln, NE 68521 Street/P.O.Box City State Zip Email Address:mdavis@nwelectric,corn • X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N , • . . afr. noRTHwEsT pl,:,r;tr':..fniracth;irlira' .---,,';il ,- s : o uth-ns IIIP411404ii_11. City of Omaha Bid on: Electrical Maintenance on Motors & Motor Controls There will be a 15% mark up on all materials used on this contract. We will use "same as manufacturer" materials where ever we can for cost reduction. Thank you, 14 Marty 2vis Manager Phone (402) 464-7954 • Fax (402) 325-9412 5800 North 58th Street • Lincoln, Nebraska 68507-3258 Columbus • Norfolk • Kearney • Lincoln/Omaha • Merrill, IA X p t r I 0 High Bid: $68,757.64 Average Bid:: $60,618.01 ** Corrected Total • Page 3 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 � �© � � Y � DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Electrical Maintenance on Motors & Motor Controls NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION. LUMP SUM - $ 1I1 b3/� f' (for vibration analysis, including initial set up, overhead crane inspection, and for balancing, as specified) QQ ALL OR NONE TOTAL - $ /vJ '1.7'�'/ (total per estimated 1,060 hours/year,vibration analysis, &fan balancing) PERFORMANCE BOND The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten (10) calendar days from award of the contract. NOTE: REQUIREMENTS FOR BID OR PERFORMANCE BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United States Government Bond (negotiable) are acceptable substitutes for bond requirements. INSURANCE For City projects where the scope of work will be less than$200,000.00,the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating(1)adequate workers'compensation; (2) public liability in an amount not less than$250,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than $500,000 where more than one person is involved in any one accident;and (3)property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. For City projects where the scope of work will exceed$200,000.00,the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating(1)adequate workers'compensation;(2)public liability in an amount not less than$1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$5,000,000 where more than one person is involved in any one accident;and(3) property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. Questions regarding this bid may be directed to: Mike Arands, Plant Manager, Missouri River WWTP at (402)444-3915 ext: 203-OR- Joe Dabbs, Plant Manager, Papillion Creek WWTP at (402)444- 3922 ext. 202 / 1 yl .1Hf R•s1Ai✓� ��yUh�'/(_ �1k/71 's- 4 (1_�71TE_DL I71i�: SIGN ALL COPIES Firm h,. : i h.J Lic7A',d L ki/AA T/Lt J32GTDfi'3 ��By i r. ij A • ///off` Title I/7 „p ll�ff�A7/6A/. S CONTINUATION SHEET 800 Outside field service 4:30 P.M.to midnight&Saturday $ 60 /hour x 40 hours/year $ 2, 400 • Outside field service midnight to 8:00 A.M. & Holidays&Sunday $ 65 /hour x 40 hours/year $ 2, 600 TOTAL-based upon estimated 1,060 hours per year: $ 45, 700 I contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)fisting from the City of Omaha website at Hkv.ci.omaha_ne.us. Click on'DEPARTMENTS':Click on'HUMAN RIGHTS&RELATIONS':Click on'PBE/DBE CERTIFIED DIRECTORY'. All bidders awarded a contract in the amount of ;,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report all be in effect for 24 months from the date received by the Human Rights&Relations DepartmenL Any questions regarding the Contract Compliance Ordinance or PBE/DBE listings should be acted to the Human Rights&Relations Department at(402)444-5055. Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) iymentTerms %, IC)CNCwjS Firm: Northwest Electric, Inc tncorporat dIn:1 986 tivery(or completion) Name: Marty Davis Signature: calendar days following aware Title: Manager Phone:4 0 2-4 6 4-7 9 5 4 Fax: 0 2-3 2 5-9 41 2 14 111 Address:5800 N. 58th Street, Ste. 1 Lincoln, NE 68521 Street/P.O.Box City State Zip Email Address:mdavis@nwelectric,corn • X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N DOUGLAS COUNTY J.R. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Electrical maintenance on motors & motor controls FROM: P.M.Burke Published: August 6,2008 Asst.Douglas County Purchasing Agent Page 1 902 Omaha-Douglas Civic Center NOT AN ORDER 1819 Farnam Street Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Bid Closing Time&Date: 11:00 A.M.on Wednesday,August 20,2008 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Farnam Street,Omaha,NE 68183-0011 by the closing date and time indicated Exemption certificates will be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA Electrical Maintenance on Motors&Motor Controls 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountyourchasinq.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Electrical Maintenance on motors and Motor Control Centers—Contract and price Agreement for a 12 month term with (2) one (1)year extension options, per attached specifications(9 pages). Subject to City Council approval. Bid evaluation will be based on an estimated 1,060 hours per year. The hourly rate will be multiplied by the estimated hours for each category and totaled. Hourly charge-out labor rate Hourly Rate (Estimated hours/year) Inside shop work 8:00 A.M. to 4:30 P.M. $ '3,"%/hour 2 x 750 hours/year $ L.5 • 035d Inside shop work 4:30 P.M. to midnight& Saturday $ 4'51"/hour ,99 L/ Q Cry x 40 hoi g/year $ ,(, "t O >/ Inside shop work midnight to 8:00 A.M. & Holidays& Sunday $ h.:� • /hour x 40 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N � 1 DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Electrical Maintenance on Motors & Motor Controls NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION LUMP SUM - $ 11i I..1/. f' (for vibration analysis, including initial set up,overhead crane inspection, and for balancing,as specified) ALL OR NONE TOTAL - $ (total per estimated 1,060 hours/year,vibration analysis,&fan balancing) PERFORMANCE BOND The contractor shall provide a performance bond or certified or cashier's check equal to his bid within ten (10) calendar days from award of the contract. NOTE: REQUIREMENTS FOR BID OR PERFORMANCE BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United States Government Bond (negotiable) are acceptable substitutes for bond requirements. INSURANCE For City projects where the scope of work will be less than$200,000.00,the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating(1)adequate workers'compensation;(2) public liability in an amount not less than$250,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$500,000 where more than one person is involved in any one accident;and (3)property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. For City projects where the scope of work will exceed$200,000.00,the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating(1)adequate workers'compensation;(2)public liability in an amount not less than$1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$5,000,000 where more than one person is involved in any one accident;and(3) property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. Questions regarding this bid may be directed to: Mike Arands, Plant Manager, Missouri River WWTP at (402)444-3915 ext. 203-OR-Joe Dabbs, Plant Manager, Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N .p SPECIFICATIONS FOR PREDICTIVE MAINTENANCE SERVICES AND INSPECTION, MAINTENANCE AND REPAIR OF ELECTRICAL MOTORS, MOTOR CONTROLS,AND ASSOCIATED ELECTRICAL SERVICES City of Omaha,Nebraska Wastewater Treatment Plants 5600 South 10th Street, Omaha,NE 68107 (402)444-3911 I. SCOPE The Contractor shall perform inspection, maintenance, and repair services on various electrical equipment for the following City of Omaha installations: A. Papillion Creek Wastewater Treatment Plant B. Missouri River Wastewater Treatment Plant C. Elkhorn Wastewater Treatment Plant D. Approximately 70 Pump Stations and Grit Removal Facilities Predictive maintenance services will consist of vibration monitoring and annual balancing of various ventilation fans. It shall be the responsibility of the Contractors to familiarize themselves with the equipment, services to be performed, and the environment prior to submitting a bid. Lack of knowledge concerning any or all parts of the work shall not be accepted after the bid opening as a reason for withdrawing the bid or failing to perform the work. II. SERVICES TO BE PERFORMED A. The following is a list of anticipated equipment and devices to be serviced, or repaired but not limited to: 1. Electric Motors 2. Electric Motor Controls 3. Underground and Overhead High voltage Service Cables 4. Tap Fuses 5. Transformers 6. Insulators 7. Switch Gear 8. Generator and Synchronization Gear 9. Compressors 10. Blowers 11. Pumps 12. Overhead Cranes an$500,000;and naming the City of Omaha an additional insured. For City projects where the scope of work will exceed$200,000.00,the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating(1)adequate workers'compensation;(2)public liability in an amount not less than$1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$5,000,000 where more than one person is involved in any one accident;and(3) property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. Questions regarding this bid may be directed to: Mike Arands, Plant Manager, Missouri River WWTP at (402)444-3915 ext. 203-OR-Joe Dabbs, Plant Manager, Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N B. Vibration analysis shall be performed on a semi-annual basis on the following equipment: Missouri River WWTP: • 1. Transfer Lift Pump Station. Four(4)Worthington centrifugal pumps. Vibration measurements to be taken at the motor and pump bearing housings. 2. Trickling Filter Pump Station. Three (3) Worthington centrifugal pumps. Vibration measurements to be taken at the motor and pump bearing housings. 3. Energy Recovery Facility. Two (2)Fuller sliding vane gas compressors. Vibration measurements to be taken at all bearing locations on the compressors and the drives. 4. Monroe Street Pump Station. One (1)Fairbanks Morse centrifugal pump. Vibration measurements to be taken at the motor and pump bearing housings. 5. In-Plant Lift Station. Three(3)Chicago centrifugal pumps. Vibration measurements to be taken at the motor and pump bearing housings. Papillion Creek WWTP: 1. Trickling Filter Pump Station. Five (5) Byron Jackson vertical propeller pumps. Vibration measurements to be taken at the top of the pump and at both motor bearing locations. 2. Non-potable Pump Station. Three(3) Fairbanks Morse vertical turbine pumps. Vibration readings to be taken at the top of the pump and at both motor bearing locations. 3. Secondary Pump Station. Four(4) Lamson blowers. Vibration measurements to be taken at motor bearing locations. 4. Secondary Pump Station. Four(4) Fairbanks Morse recirculation pumps. Vibration measurements to be taken at the motors and pump bearing locations. Elkhorn WWTP: 1. Oxidation Ditch Treatment System. Six(6) Aerotor mixers. Vibration measurements on motor bearings. Levee Pump Stations: 1. Burt Izard Pump Station. Three(3)Fairbanks Morse centrifugal pumps. Vibration measurements to be taken at the pump bearings and at both motor bearing locations. ublic liability in an amount not less than$1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$5,000,000 where more than one person is involved in any one accident;and(3) property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. Questions regarding this bid may be directed to: Mike Arands, Plant Manager, Missouri River WWTP at (402)444-3915 ext. 203-OR-Joe Dabbs, Plant Manager, Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N 2. Leavenworth Pump Station. Three(3)Fairbanks Morse centrifugal pumps. Vibration measurements to be taken at the pump bearings and at both motor bearing locations. Frequency spectrums for all readings shall be delivered to the City along with interpretation of any abnormal readings or readings approaching limit values. C. Fan Balancing At the Missouri River WWTP,the following ventilation fans shall be balanced once per year prior to seasonal start-up. 1. Two(2) fans for the Calvert scrubbers 2. One (1) fan for the Quad Scrubber 3. One (1) fan for the Duall scrubber 4. One(1) fan and one (1) 15 Horsepower fan for the Beardsley Piper scrubbers 5. Four(4) fans for the Rosswood scrubbers 6. One(1) fan for the Biofilter At the Papillion Creek WWTP, the following ventilation fans shall be balanced once per year prior to seasonal start-up. 1. One(1) fan for the Dissolved Air Flotation Thickener 2. One(1) fan for the Gravity Thickener At the Burt Izard Station, the following ventilation fans shall be balanced once per year prior to seasonal start-up 1. Four(4) fans for the Barneby-Sutcliffe carbon scrubbers D. Thermographic Inspections Thermographic inspections of motor control centers and other electrical equipment shall be performed when requested by the facility maintenance supervisor. Record of inspections shall be copies of actual infrared photographs of the equipment including descriptions of any problems found. 1 E. Overhead Crane Inspections Inspections of overhead cranes shall be performed once per year and repaired when requested by the facility maintenance supervisor. 1. Three (3) overhead cranes at the Burt-Izard Facility 1. Burt Izard Pump Station. Three(3)Fairbanks Morse centrifugal pumps. Vibration measurements to be taken at the pump bearings and at both motor bearing locations. ublic liability in an amount not less than$1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$5,000,000 where more than one person is involved in any one accident;and(3) property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. Questions regarding this bid may be directed to: Mike Arands, Plant Manager, Missouri River WWTP at (402)444-3915 ext. 203-OR-Joe Dabbs, Plant Manager, Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N 2. One (1) overhead crane at the Minne-Lusa Grit Facility 3. One (1) overhead crane at the Dupont Grit Facility 4. One(1) overhead crane at the Hickory Grit Facility 5. One (1) overhead crane at the Pierce Grit Facility 6. One (1) overhead crane at the Riverview Grit Facility 7. One (1) overhead crane at the Ohern Grit Facility 8. One (1) overhead crane at the 6th and Leavenworth Grit Facility 9. One (1) overhead crane at the 1st and Leavenworth Lift Station 10. One (1) overhead crane at the Storz Expressway Facility 11. One (1) overhead crane at the Bay Shores Lift Station F. High Voltage Equipment The Contractor shall provide repair or replacement service for high voltage equipment (in excess of 480 volts) as requested by the City. The Contractor is responsible for personnel safety, equipment, and high-reach equipment needed to perform this work. The Contractor must also provide emergency contact information for personnel and sub-contracted personnel performing these services to the City. M. QUALIFICATIONS A. Two (2)years minimum experience in commercial/industrial electrical maintenance services shall be required for all personnel on the job. B. All vibration analysis inspections shall be performed by trained and qualified technicians. C. All overhead crane inspections shall be performed by trained and qualified technicians. D. The Contractor shall submit to the City, short experience resumes for the personnel proposed to work on the City's equipment E. The Contractor must provide high reach equipment for overhead line work. IV. PARTS REPLACEMENT A. All parts, components, or devices for the equipment being serviced that are worn or are not in proper operational condition, shall be repaired and/or replaced with parts, components, or devices of the same manufacturer or a City approved equal. bearing locations. ublic liability in an amount not less than$1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$5,000,000 where more than one person is involved in any one accident;and(3) property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. Questions regarding this bid may be directed to: Mike Arands, Plant Manager, Missouri River WWTP at (402)444-3915 ext. 203-OR-Joe Dabbs, Plant Manager, Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N B. When equipment or parts are replaced in their entirety, and a newer design • of this device/part is available, the device/part of the new design shall be used as the replacement if approved by the City. C. All repair and replacement parts, components, and devices for the equipment shall be supplied by the Contractor at cost plus percentage mark-up as bid except when parts are available from City stock. V. EMERGENCY SERVICE AND ADDITIONAL WORK A. The Contractor shall provide on-call emergency services as needed. All labor costs expended on such a call shall be provided by the Contractor and shall be at the hourly rate as indicated on the bid sheet. These emergency services shall be provided as often as needed,weekends and legal holidays included. The Contractor shall respond to an emergency call within two (2) hours during normal working hours,and within four (4) hours during evenings, nights,weekends, and holidays. B. Additional services and repairs shall be provided upon request by the City. VI. SERVICE PERFORMANCE GUARANTEES A. Warranty—The Contractor shall provide a one-year warranty covering all workmanship, parts,materials, and services as outlined within the specifications, and as provided by the Contractor or his subcontractors during the course of the contract. This guarantee shall include all labor (whether it be preventive,repair,breakdown, overhaul, emergency, or other type of labor), all parts and materials(as outlined in the section titled PARTS REPLACEMENT),AND related for all equipment and services as described in this specification. B. Performance Review—The City may, at any time,review the services provided and reports submitted,to verify that the service is, in fact,being properly and adequately performed. Any lack of service, complaints, or deficiencies in the performance of the Contractor shall be submitted to the Contractor in writing by the City for correction. Problems or deficiencies of significant importance or of a continual nature,or failure of the Contractor to correct deficiencies within the time period agreed upon shall constitute cause for termination of the services upon thirty(30) days written notice. operty damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. Questions regarding this bid may be directed to: Mike Arands, Plant Manager, Missouri River WWTP at (402)444-3915 ext. 203-OR-Joe Dabbs, Plant Manager, Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N VII. CONTRACT PERIOD AND PRICE ADJUSTMENT A. The initial term of this agreement shall be for a period of one year from date of contract award. The City may, at its own option,renew terms of this contract for two additional one-year periods beyond the original contract year. If the City exercises the option to renew the contract on an annual basis a written notice of intent will be sent to the Contractor 60 days before the agreement expires. Extension of the contract shall be the option of the City of Omaha exercised by the Director of Public Works or his authorized representative. B. At the end of each contract year,this contract shall be reviewed. The unit prices may be revised for the next year up to 75 percent of the difference of the US Labor Department's Consumer Price Index for all urban consumers (CPI-U) for the anniversary month of the contract and the initial month of the current contract year. The revised price will be negotiated with the Contractor. Revised prices cannot exceed limits calculated using the following formulas: The Consumer Price Index(Urban) obtained from the US Department of Labor, Bureau of Labor Statistics, will be used in the formulas below to determine the price revision factor. New upper limit unit prices shall be computed to the nearest cent. CPI-U for the anniversary month minus the CPI-U for the previous year's anniversary month equals the Difference. Difference times 0.75 equals the Adjusted CPI-U. Adjusted CPI-U/Last year's anniversary month CPI-U equals the Price Revision Factor. Price Revision Factor x Previous year's unit prices= New upper limit unit price for the next year's agreement. C. The escalator clause for anniversary date increase or decrease will remain continuously in effect during any contract extension. The price revision factor shall also be applied to hourly rates on extra, emergency, and overtime services. Markup for subcontractor work shall not exceed 5%. Payments shall be made monthly for preventive maintenance work and additional emergency services upon submittal of a written service report detailing all work performed. Tag number for each individual electrical motor repaired shall be put on the invoice. Payments for additional or emergency services shall be based on each job being itemized and invoiced as an individual item, with sufficient detail to define the scope of work performed. Cost of labor and parts shall be billed according to bid prices. , Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N 1 VIII. BONDS AND INSURANCE A. The Contractor shall submit a bid bond or certified check in the amount required on the bid sheet. B. The Contractor shall carry workmen's compensation insurance in accordance with the laws of the State of Nebraska to protect himself and the City of Omaha against liability under the workmen's compensation and occupational disease statutes of the State of Nebraska. C. The Contractor shall carry in its or its company's name a policy or policies under a comprehensive form to insure contractual and automobile liability as well as operations other than automobile with coverage of not less that $300,000 each person, $500,000 each occurrence bodily injury liability, and$300,000 each accident for property damage. This policy shall also protect the City of Omaha, its officers, agents, and employees,AS ADDITIONAL INSURED, and shall be in a form approved by the Public Works Depaitinent. Duplicate copy of each policy shall be filed with the Public Works Department. IX. GENERAL A. Contractor shall conform with all ordinances, law rules, and regulations, applicable to this agreement, and its' operations shall be in accordance therewith. B. The Contractor shall indemnify and save harmless the City of Omaha, its officers, employees, and agents from all claims, lawsuits or actions of every kind and character made upon or brought against the said City of Omaha, its officers, employees and agents, for or on account of any injuries or damages received or sustained by any party or parties by or from acts of the said contractor or its servants, agents and subcontractors, in doing the work and rendering the services herein contracted for,or by or in consequence of any negligence in operations or any improper material or equipment used, or by or on account of an act or omission of said Contractor or his or its servants, agents and subcontractors, and also from all claims or damage or infringements of any patent in fulfilling this contract. This indemnity shall include attorney's fees and costs and all other expenses incurred in the defense of any suit. C. Contractor shall pay all just claims due for the payment of all employees and mechanics for labor performed, for the payment of all material and equipment rental which is actually used in the performance of this agreement. ed. Cost of labor and parts shall be billed according to bid prices. , Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N 1 D. Contractor shall not be permitted to assign this agreement to another party, company,partnership or corporation without specific approval in writing from the City. E. The right is reserved to accept or reject any or all proposals to consider the competency and responsibility of all bidders, and to use any information deemed necessary to establish the ability of any bidder to perform all conditions of the contract in order to avoid awarding a contract to a firm unable to produce the quality of service required and intended by this specification. F. Subcontracting portions of the services to be provided shall not exceed 50% in the total work for the year. The Contractor shall assume all the responsibility and liability for any and all sub-contractors which it uses. X. BID EVALUATION A. Bids will be evaluated and low bid will be determined by the following method: Inside shop work(8:00 AM to 4:30 PM) Bid/hour x 750 hours= Inside shop work(4:30 PM to Midnight and Saturday) Bid/hour x 40 hours= Inside shop work(Midnight to 8:00 AM and Holidays and Sunday) Bid/hour x 40 hours Outside field service (8:00 AM to 4:30 PM) Bid/hour x 150 hours= Outside field service (4:30 PM to Midnight and Saturday) Bid/hour x 40 hours= Outside field service(Midnight to 8:00 AM and Holidays and Sunday) Bid/hour x 40 hours= TOTAL based upon estimated 1,060 hours per year= $ LUMP SUM for vibration analysis (including initial setup), overhead crane inspection, and for fan balancing as specified =$ from acts of the said contractor or its servants, agents and subcontractors, in doing the work and rendering the services herein contracted for,or by or in consequence of any negligence in operations or any improper material or equipment used, or by or on account of an act or omission of said Contractor or his or its servants, agents and subcontractors, and also from all claims or damage or infringements of any patent in fulfilling this contract. This indemnity shall include attorney's fees and costs and all other expenses incurred in the defense of any suit. C. Contractor shall pay all just claims due for the payment of all employees and mechanics for labor performed, for the payment of all material and equipment rental which is actually used in the performance of this agreement. ed. Cost of labor and parts shall be billed according to bid prices. , Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N 1 ' ALL OR NONE TOTAL(total per estimated 1,060 hours per year+ vibration analysis and fan balancing) = $ XI. INQUIRIES -REFERRALS Any questions regarding the work proposed herein should be addressed to Mike Arends, Plant Manager, Missouri River WWTP (402)444-3915 x203 or Joe Dabbs, Plant Manager, Papillion Creek WWTP (402 444-3922 x202. 14 Marty 2vis Manager Phone (402) 464-7954 • Fax (402) 325-9412 5800 North 58th Street • Lincoln, Nebraska 68507-3258 Columbus • Norfolk • Kearney • Lincoln/Omaha • Merrill, IA X p t r I 0 High Bid: $68,757.64 Average Bid:: $60,618.01 ** Corrected Total • Page 3 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 � �© � � C-25A , CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on August 20, 2008 for an open order for electrical maintenance on motors and motor control centers at the wastewater treatment plants and sewage lift stations for 2009; and, WHEREAS, Northwest Electric, Inc. submitted a bid of$54,900.00, which is the lowest and best bid received, which will be paid from the Sewer Revenue Fund 21121, Missouri River Plant Maintenance Organization 116613 in the amount of$39,600 and from the Papillion Creek Plant Maintenance Organization 116614 in the amount of$15,300; and, WHEREAS, a complete description of the work and locations is included in the contract and bid documents, which by this reference become part hereof. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the bid from Northwest Electric, Inc. for electrical maintenance on motors and motor control centers at the wastewater treatment plants and sewage lift stations, being the lowest and best bid received, is hereby accepted. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay$54,900 for this maintenance work from the Sewer Revenue Fund 21121, Missouri River Plant Maintenance Organization 116613 in the amount of$39,600 and from the Papillion Creek Plant Maintenance Organization 116614 in the amount of$15,300. 1139hxf APPROVED AS TO FORM: „A.) 9:—/a— f, CIT ATTORNEY DATE /04.001 By GJ Councilmember Adopted SEP 3 0 2008 6- 0 C1:41 ,Y1 d City Cle 4Approve /D —8 O 8' Mayor � i or in consequence of any negligence in operations or any improper material or equipment used, or by or on account of an act or omission of said Contractor or his or its servants, agents and subcontractors, and also from all claims or damage or infringements of any patent in fulfilling this contract. This indemnity shall include attorney's fees and costs and all other expenses incurred in the defense of any suit. C. Contractor shall pay all just claims due for the payment of all employees and mechanics for labor performed, for the payment of all material and equipment rental which is actually used in the performance of this agreement. ed. Cost of labor and parts shall be billed according to bid prices. , Papillion Creek WWTP at (402)444- 3922 ext. 202 y/ 1 SIGN ALL COPIES Firm .I,t'/ RS/A7� E/E czeiG/i2or!'S 4 l'/y/n .PJJZ l�'Ir✓ h:, : r h.Ah.s 7 cI a _//2O1ov0.5 BY � p u)F, // A • t 1J, ft" Y Title in 13PF i 0A5 CONTINUATION SHEET 0 hours/year $ r ; '45 L2 Outside field service 8:00 A.M. to 4:30 P.M. $ tk- s ©/hour d h cj x 159.h,ours/year $ i Outside field service 4:30 P.M. to midnight& Saturday $ (rho(. /hour , g x 40/hours/year $ N4 "7'/xQ cl Outside field service midnight to 8:00 A.M. & Holidays& Sunday $ {oj,°'!hour 72A. zJ x 40 hours/year $ , . TOTAL-based upon estimated 1,060 hours per year: $ All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on'PBE/DBE CERTIFIED DIRECTORY". 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 Rights&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 Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444.5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. �� (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerrns %/llYf Firm:.%_rwrE l s MT&LAi.eGF/ 7R�5 /}lOTd L YAA� rated In: N fr Delivery(or completion) Name: ID&)l A. .; 1/i a Signature:, calendar days following awarc Title: Y ? OF Lit iciiD//5 Phone:,/Q 34 •.//9 Fax:'5/c 1 - _7y5) Address: 9 i/D ��. /��°�.5�!-('P_ L / Street/P.O.Box City (f'J)y►�, All State WE; Zip G y/3( Email Address: //o e ///a�C� £ IOgrALpL )JG ' car) X The Bonds are being offered when,as and if issued by the City and accepted by the Underwriter,subject to the approval y Eb of legality of the Bonds by Kutak Rock LLP, Bond Counsel and to certain other conditions. It is expected that delivery of the c.�o Bonds will be made on or about October J 2008,at DTC in New York,New York against payment therefor. ,o 0 3 t Dated:September_,2008 Ebr. y . D.A. Davidson & Co. 9 ro € LI 0 G 2 W y C°'= *Preliminary;subject to change. y 5 .S d y u,41:g g,4 3 4850-1365-2739.1 i MM M NN ••- L4•1v., Vl Ml V1 Ml NV1 N N1 V1 Vl Vl+ tel M r-• V1 69 00 Z EA rT, en 00' W7 a 0' V) V) N aw oMp Cr, cu en 0 00 enCA .E7 d 6A 00 CA N N Cl) 1� 00 Co Cl O -- N en V ken 1D N 00 Cl O N en V ut 10 1� 00 Cl 0 •-- N en V O 0 N N N N N N N N N N en en en en 0 O 0 0 O 0 0 0 0 0 O 0 O 0 O O 0 O 0 0 0 0 O O 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N Fl ori as 2 Cl) 5 •OQ W � O t3 C `C CD rD i ~ A 5. Aa r CD Q. n `C he work proposed herein should be addressed to Mike Arends, Plant Manager, Missouri River WWTP (402)444-3915 x203 or Joe Dabbs, Plant Manager, Papillion Creek WWTP (402 444-3922 x202. 14 Marty 2vis Manager Phone (402) 464-7954 • Fax (402) 325-9412 5800 North 58th Street • Lincoln, Nebraska 68507-3258 Columbus • Norfolk • Kearney • Lincoln/Omaha • Merrill, IA X p t r I 0 High Bid: $68,757.64 Average Bid:: $60,618.01 ** Corrected Total • Page 3 of 6, 9/8/2008 9:39:37 AM, Bid Tabulation, Generated by:admin for project OPW 51443 � �© � �