Loading...
ORD 42503 - PO to DPC Industries for Sodium Hypochlorite Bulk Shipments for MO River and Papillion Creek WRRF ORDINANCE NO. 1425 5 AN ORDINANCE authorizing the issuance of a purchase order to D.P.C. Industries, Inc. in the amount of $733,600.00, for the purchase of Sodium Hypochlorite Bulk Shipments to be utilized at the Water Resource Recovery Facilities to be effective for a period of 12 months and is extendable for two one-year periods with approval of both parties; to provide for payments from appropriations of more than one year in accordance with Section 5.17 of the Home Rule Charter of 1956, as amended; to provide for payments from a specific account; and to provide an effective date hereof. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF OMAHA: Section 1. A bid was received from D.P.C. Industries, Inc. on February 10, 2021, for the purchase of Sodium Hypochlorite Bulk Shipments to be utilized at the Water Resource Recovery Facilities with a 12 month price agreement and two additional one-year extensions with approval of both parties. Section 2. The payments for the purchase of Sodium Hypochlorite Bulk Shipments provided under this purchase order, involving appropriations of more than one year, are authorized in accord with Section 5.17 of the Home Rule Charter of 1956, as amended. Section 3. That the Finance Department is authorized to pay the cost for the purchase of Sodium Hypochlorite Bulk Shipments from the Sewer Revenue Fund 21121, Missouri River Wastewater Treatment Plant Organization 116612, in the amount of$366,800.00 and Sewer Revenue Fund 21121, Papio Creek Waste Water Treatment Plant Organization 116611, in the amount of$366,800.00. ORDINANCE NO. 4250 Page 2 Section 4. That this Ordinance, being administrative in nature, shall take effect and be in full force upon date of its passage. INTRODUCED BY COUNCILMEMBER 074,1;471,4t ck3A401 .' APPROVED BY: . U ZI-767 1 PASSED APR 2 0 2 2 ---C MAYOR OF THE CITY OF OMAHA DATE ATTEST: Z I-7_0Z.I CITY CLERK OF T CITY OF OMAHA DATE APPROVED AS TO FORM: CITY ATTORNEY DATE 1072grp Inter-Office Communication To: Heather Tippey Pierce, Public Works From: Michael Arends, Missouri River WRRF Manager Date: February 24, 2021 Subject: Water Resource Recovery Facility Sodium Hypochlorite Bid Acceptance The low-price agreement of$733,600.00 for Sodium Hypochlorite to the Missouri River Water Resource Recovery Facility and to the Papillion Water Resource Recovery Facility by DPC Industries, Inc. is acceptable. This is a one-year contract with the option to extend the price for two additional one-year periods at the City's option and therefore is subject to approval via ordinance by the City Council. Since two facilities will receive the chemical deliveries, $366,800 in funds for this contract should come from cost center 21121-116612-43235 and $366,800 in funds for this contract should come from cost center 21121-116611-43235. Please prepare the appropriate paperwork to award this contract as soon as possible. If you have any questions, please contact me at 444-3910. Cc: Dave Sykora BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Sodium Hypochlorite for Water Resource Recovery Facilities (2021) DPC Industries, Inc. Univar Solutions, Inc. Date of Opening Department Wednesday, February 24, 2021 PUBLIC WORKS-SEWER MAINTENANCE Quantity Unit Extended Unit Extended Gallons DESCRIPTION Price Price B Price Price No Bid Missouri River Water Resource Recovery Facility: Sodium Hypochlorite Solution, 10%-12% by 400,000 weight avalable chlorine BID/gallon: $0.917 $366,800.00 Papillion Creek Water Resource Recovery Facility: Sodium Hypochlorite Solution, 10%-12% by 400,000 weight available chlorine BID/gallon: $0.917 $366,800.00 ALL OR NONE TOTAL BID: $733,600.00 Bid Bond Received: YES Terms: Net 30 Delivery: 2 days 1 of 1 RS DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Sodium Hypochlorite for Water Resource Recovery Facilities (2021) RETURN BIDS TO: Published: February 3,2021 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CT on Wednesday,February 24,2021 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, A Right is reserved to accept or reject any or all bids in their entirety and the bidders shall OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 have the right to appeal any decision to the Omaha City Council by the opening date and time indicated in a sealed envelopemerited:• 5 When submitting bid on items listed,bidder imay on a separatesheet,make BID ON:CITY OF OMAHA Sodium Hypochlorlte for Water Resource Recovery Facilities(2021) suggestions covering reduction In costs wherever this Is possible through 2. As evidence of good faith a bid bond or certified check must be submitted with bid. redesign,change of material or utilization of standard items or quantity change. Bid bond or certified heck shall be made payable to"City of Omaha' 6 Bid tabulation are available on the Douglas County Purchasing website: FAILURE TO DO SO IS CAUSE FOR REJECTION. www.douglescountypurchasing.org. DO NOT CALL FOR THIS INFORMATION. 3 The City of Omaha is tax exempt.Tax exempt certificates will be provided upon request Bid your lowest price,best delivery and terms,F.O,B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is seeking bids from qualified vendors to deliver Sodium Hypochlorite to the Missouri River and Papillion Creek Water Resource Recovery Facilities per the attached specifications. q ALL OR NONE TOTAL BID: !I $3 4ft,c° 5%) (5%Bid Bond is to a based upon this amount,if over $20,000.00) Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne,gov. Vendor must include the bid title in the subject line. The deadline to submit questions on this bid is 11:00 a.m.on the Thursday before the bid opening date. Answers to questions will be posted via an addendum no later than the Friday before bid opening at www.douglascountypurchasing.org. .. JJ__ (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Q ``% IVQT 3 Firm: De, , Incorporated In: IDetew�Q Delivery(or completion) Name: Q,1:0^ Signature: . . 4 ,.. 2 calendar days following Title:D 5�.y. c+ S21Z4 rA, 0,re!Phone:402.2 a 3 , l It Fax: 9 p 24 3. Li ,y 7 award Address: I t 202 , 2 cu. ST "hae4vue. e4 E (at 12 3 Street/P.O.Box City State Zip • Email Address: v r et:� �q) d% co w1 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Sodium Hypochlorite for Water Resource Recovery Facilities (2021) NOT AN ORDER Page 2 Quantity DESCRIPTION UNIT PRICE EXTENSION (Qty.x Unit Price) (gallons) MISSOURI RIVER Water Resource Recovery Facility(WRRFI: 400,000 Sodium Hypochlorite Solution, 10%-12% by weight available chlorine v9 BID/gallon: $ , 917 $ 366j S'oa, (gallons).... PAPILLION CREEK Water Resource Recovery Facility(WRRF):....__.. 400,000 Sodium Hypochlorite Solution, 10%-12% by weight available chlorine on BID/gallon: $ .9/7 $ 364,70D- ALL OR NONE TOTAL BID: $ 733, £D0. SIGN ALL COPIES Firm D f C. Tom ,?S Tv t es , T n c. BY g®,.. (Zell Title Di 54"1r►c Sal.-S 64atone( CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BiD ON: CITY OF OMAHA-Sodium Hypochlorite for Water Resource Recovery Facilities (2021) NOT AN ORDER Page 3 BID CLAUSES -TERMS AND CONDITIONS Requirement for Bid Bond: The surety company issuing the bid bond should be licensed by the State of Nebraska and fisted 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 of Omaha,or lawful money of the United States, or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid, only one bid bond is required. Conflict of Interest:-Pursuant to allstate.and.-local..rules,.CONTRACTOR assures.the City.of Omaha(CITY).that no.elected Official or _.-_ any officer or CITY employee shall have a financial interest,-direct or indirect, in any CITY agreement. In the performance of this agreement,CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of,facilitation of, and execution of or during the duration of this Agreement. Communication with Staff: From the date this bid is issued until a contract is awarded, communication regarding this solicitation between potential vendors and individuals employed by the City of Omaha is prohibited. Only written communication via email to bidquestions@douglascounty-ne.gov is permitted. Once an award is made the vendor will be permitted to speak with person(s) participating in contract negotiations. Violation of these conditions may be considered sufficient cause to reject a vendor's bid and/or selection irrespective of any other condition. The following exceptions to these restrictions are permitted:(1)Contacts made pursuant to any pre-existing contracts or obligations; (2)City staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled,when recognized by the City as staff facilitating the meeting for the purpose of addressing questions;and(3)Presentations, key personnel interviews, clarification sessions or discussions to finalize a contract,as requested by the City of Omaha. Unavailability of Funding: Due to possible future reductions including but not limited the City of Omaha(CITY), State and/or Federal appropriations,the CITY cannot guarantee the continued availability of funding for this Agreement,notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such F reduction in appropriations,the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail,return receipt requested,or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY,State and/or Federal funding reduction,whichever is later. Provided,that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior writttten consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract. Any and all additional fees, charges, costs or expenses,which result from an approved assignment or delegation, shall be paid by the assigning/delegating Party. Termination: The City of Omaha may terminate the awarded contract at any time if the vendor fails to carry out the terms or fails to make substantial progress toward the fulfillment of the contract obligations. In such event,the City shall provide the vendor with thirty (30)days'written notice of conditions which endanger contract performance. If after such notice the vendor fails to remedy these conditions,the City may send a certified letter to the vendor for immediate cancellation of the contract. In such event,the City would receive a pro-rated portion of the value of the performance bond depending on the value of the remaining portion of the contract. The City will give the vendor sixty(60)days'notice of termination of contract if appropriations cease.The City of Omaha may also terminate the agreement for any reason upon 30 days'notice. SIGN ALL COPIES Firm Dec- By got..., Rect.. Title virc;c-4 S,a,e 5 a+An e! CONTINUATION SHEET 1 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Sodium Hypochiorite for Water Resource Recovery Facilities (2021) NOT AN ORDER Page 4 BID CLAUSES -TERMS AND CONDITIONS Payment Terms: Net 30 payment terms shall apply to all invoices billed to the City of Omaha.Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. Drug Free Policy: CONTRACTOR assures the City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. FEDERAL DEBARMENT OR SUSPENSION Has bidder or its principals been debarred or suspended from Federal contracts? YES X NO (failure to provide a response may be cause for rejection of bid) Bidder certifies by submission 6f this bid that neither if nor its princfpais are presently debarred or suspended from participation in Federal contracts. If during the term of the agreement the awarded bidder or any person engaged in performing this agreement becomes debarred or suspended such Party shall notify the City of Omaha immediately. Form CC-1: All bidders awarded a City contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance by having a current Contract Compliance Report(Form CC-1)on file with the Human Rights& Relations Department. 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 should be directed to the Human Rights& Relations Department at(402)444-5055. Bidders are encouraged to use the following weblink to determine if they have a current Form CC-1 on file(search by company name): https:/lhumanrights.cityofomaha.org/cc-1-search. Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb.Rev. Stat.§48- 1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee,or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure, terms, conditions,or privileges of employment because of the race, color, religion, sex,disability, or national origin of the employee or applicant. Non-Discrimination: Both Parties agree that in accordance with 42 USCS 12101 et seq., the Nebraska Fair Employment Practice Act-Neb.Rev.Stat.§48-1122,and Omaha Municipal code 13-89,they will not discriminate against any employee - or applicant for employment,to be employed in the performance of this Agreement,with respect to hire,tenure,terms, conditions, or privileges of employment because of the age, race, color, religion,sex,disability,or national origin of the employee or applicant. None of the Parties shall,in the performance of this Agreement, discriminate or permit discrimination in violation of federal or state laws or local ordinances. E Verlfy: New Employee Work Eligibility Status(Neb. Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the state of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996,8 U.S.C. 1324a, known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.us . 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev. Stat.§4-108. SIGN ALL COPIES Firm DPI Lektto F G5 �wc, BY Row' Title D;5 -i;C S3te5 Me-Ke-eiex CONTINUATION SHEET J DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Sodium Hypochiorite for Water Resource Recovery Facilities (2021) NOT AN ORDER Page 5 BID CLAUSES-TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1)adequate workers'compensation(statutory);(2)commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than $500,000 for all claims arising out of a single occurrence;and(3)property damage insurance in an amount not less than $500,000;and naming CITY OF OMAHA as an additional insured,except for Workers'Compensation policies/certificates,for the term of the agreement.Certificates of Insurance are required before service begins. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed$200,000.00,It Is required that the awarded contractor provide a-Certificate or rri urailce meeting or exceeding the following lavels of insurance.(1) adequate workers'compensation(statutory);(2)commercial general liability in an amount not less than $1,000,000 for any person for any number of claims arising out of a single occurrence and not less than$5,000,000 for all claims arising out of a single occurrence;and(3)property damage insurance in an amount not less than$500,000;.and naming CITY OF OMAHA as an additional insured,except for Workers'Compensation policies/certificates,for the term of the agreement. Certificates of insurance are required before service begins. REQUIREMENTS FOR PERFORMANCE BOND: The successful vendor shall provide a performance bond equal to the vendor's bid within ten(10)calendar days from award of the contract. The surety company issuing 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. Performance bond must be renewed on an annual basis and remain in effect throughout the term of the agreement and any extensions offered/accepted. INDEPENDENT VENDOR: Both parties understand and agree that(vendor)is an independent vendor under the provisions of this Agreement and not employed by or otherwise affiliated with Douglas County(COUNTY)or the City of • Omaha (CITY). Employees of vendor(if any)are not employees of COUNTY/CITY. Each Party shall pay all wages, salaries and other amounts due its employees and shall be responsible for all reports,obligations,and payments pertaining to social security taxation,income tax withholding,workers'compensation,unemployment compensation,group insurance coverage, collective bargaining agreements or any other such similar matters. Both parties understand and agree that vendor is solely responsible for acquiring and maintaining,for the term of this Agreement,adequate general and special liability insurance, including but not limited to workers'compensation insurance,sufficient to protect vendor's ability to complete performance under this Agreement.Neither Party shall have any authority to bind the other by or with arty contract or agreement,nor to impose any liability upon the other.All acts and contracts of each shall be in its own name and not in the name of the other. This is an All or None bid. Vendors must bid on every item listed in the bid sheets,or it will be cause for rejection of bid. Quantities are estimated. Depending on bid pricing and budget,the City may purchase more or less than the quantities listed. ACCEPTANCE OF MATERIAL: Unless otherwise stated in specifications,all components used in the manufacture or construction of materials,supplies and equipment, and all finished materials,will be new,the latest make/model, of the best quality,and the highest grade workmanship. Material delivered under this proposal will remain the property of the Bidder until: (1)A physical inspection and actual usage of the material is made and found to be acceptable to the City; and (2)Material is determined to be in full compliance with the bidding documents and accepted bid. In the event the delivered material is found to be defective or does not conform to the bidding documents and accepted bid,the City reserves the right to cancel the order upon written notice to the Bidder and return.materials to the Bidder at Bidder's expense. Awarded Bidder will be required to furnish title to the material, free and clear of all liens and encumbrances, issued in the name of the City of Omaha, Nebraska, as required by the bidding documents or purchase orders. Awarded Bidder's advertising decals,stickers or other signs will not be affixed to equipment.Vehicle mud flaps will be Installed blank side Unit Pricing: If unit pricing is requested but a bidder only provides a total price(extension),then it may be cause for rejection of the bid. In the event of a calculating error, unit price(s)in the submitted bid document prevails. Bidder shall not be allowed to change their unit price(s)due to a calculating error. SIGN ALL COPIES Firm 1)r[, TK (I 4 � 4.• By 2 D✓1 R ex-L.% Title !7. i 54-r-i u'' Sd to 3 M zrae 5 CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 aM. }tA;h„ wit2 . .-... .. .. K r t . . ._. .. .. _ ..... .. ... .__. Tio, 1. Regulation: 04p,.ss00'4 .. A.Article IV,Division I of Chapter 10of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully Ie{� authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. RR, Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). raContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health cl. Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. c�( Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project ll comply with the provisions of the Responsible Contractor Compliance Form RC-1. (IN" V-14-C a/ria-1 Signature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. hi addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. EMPLOYEE CLASSIFICATION ACT: Each contractor who performs construction or delivery service pursuant to this contract shall submit with their bid submission an affidavit attesting that (1) each individual performing services for such contractor is properly classified under the Nebraska Employee Classification Act, 2010 LB 563 ("the Act"); (2) such contractor has completed a Federal I-9 Immigration form and has such form on file for each employee performing services; (3) such contractor has complied with Neb. Rev.. Stat. Section 4-114 (Federal_Immigration Verification System--E- Verify); (4) such contractor has no reasonable basis to believe that any individual performing services for such contractor is an undocumented worker; and (5) as of the time of the contract, such contractor is not barred from contracting with the state or any political subdivision pursuant to the Act. The contractor shall follow the provisions of the Act. A violation of the Act by a Contractor is grounds for rescission of the contract b of Omaha/Douglas_ County. CONTRACTOR shall follow the provisions of the Employee Classification Act (Act). A violation of the Act will be a material breach and, in addition to any other remedies, be grounds for immediate contract rescission. If CONTRACTOR is performing construction or providing delivery service, CONTRACTOR shall submit an affidavit that complies with the Act. CONTRACTOR will also ensure that all subcontractors performing services for Contractor will also complete affidavits that comply with the Act. Contractor may submit the affidavit(s) with their bid submission. In all circumstances, Contractor shall provide the affidavits before work or services are undertaken pursuant to this Agreement. Following award, if CONTRACTOR changes or adds additional subcontractors,CONTRACTOR shall ensure that the subcontractor provides an Employee Classification Act affidavit to Douglas County Purchasing Department before that subcontractor begins work or services. All Employee Classification Act affidavits shall be sent to: Douglas County Purchasing Agent, 1819 Farnam Street,Room 902, Omaha NE 68183. FAIR LABOR STANDARDS: CONTRACTOR agrees to maintain FAIR LABOR STANDARDS as defined in Neb. Rev Stat § 73-104. CONTRACTOR has filed with Douglas County (City/County Purchasing) a statement that it is complying with and will continue to comply with, fair labor standards as provided in Neb. Rev. Stat. §§73-102 & 73-104. In addition, CONTRACTOR assures County that it will continue to comply with statutory fair labor standards throughout its performance under this contract. AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT&FAIR LABOR STANDARDS I y�v A-4( (/'' (� , being first duly sworn under oath, state and depose as follows: I. I am competent to testify to, and have personal knowledge of,the matters stated in this affidavit. 2. I am (a contractor) or (the authorized agent of the contractor) for Deg e s '��n 4-/ Company, (hereinafter "Contractor"). I attest to the . following: (a) each individual performing services for Contractor is properly classified under the Nebraska Employee Classification Act, ("the Act"), (b) Contractor has completed a federal I- 9 immigration form and has such form on file for each employee performing services, (c) Contractor has complied with Neb. Rev. Stat. §4-114 (use of federal immigration verification system), (d) Contractor has no reasonable basis to believe that any individual performing services for Contractor is an undocumented worker, (e) as of the time of the contract, Contractor is not barred from contracting with the state or any political subdivision pursuant to the Act, and (f) Contractor is complying with and will continue to comply with, fair labor standards as provided in Neb.Rev.Stat. §§73-102 & 73-104, as applicable and as amended hereinafter. Contractor will also ensure that all subcontractors execute affidavits in compliance with the Act. FURTHER AFFIANT SAYETH NAUGH . Affiant(Contractor) SUBSCRIBED AND SWORN TO before me this t 9 day of k , 20 . GENERAL NOTARY-State of Nebraska m JESSE OROZCO otary Public • My Comm.Exp.January 21,2024 January 2021 SPECIFICATIONS FOR Sodium Hypochlorite Chemical Supply At the City of Omaha,Nebraska _ - - Missouri River and Papillion Creek Water Resource Recovery Facilities GENERAL 1. Bids will be awarded on the basis of lowest cost. 2. Base bid is for 10%-12% by weight available chlorine to be purchased in 2,500—5,000 gallon bulk shipments 3. Total iron content must be less than 0.5 mg/I, total copper content must be less than 0.5 mg/1 and total nickel content must be less than 0.5 mg/l. Quantities are estimates and constitute no commitment on the part of the City. The solution should be of a grade suitable for municipal wastewater treatment disinfection and odor control applications. 4. The estimated required volume for the bid is 800,000 gallons. 5. Variations on quantity may occur based on plant equipment and disinfection system modifications at each wastewater treatment facility. 6. The chemical is to be delivered to the City of Omaha at the following locations and estimated quantities: Missouri River Water Resource Recovery Facility (400,000 gallons in 2021) 5600 South 10th Street Omaha,Nebraska 68107 Papillion Creek Water Resource Recovery Facility (400,000 gallons in 2021) 15705 Harlan Lewis Road Bellevue,Nebraska 68005 7. The bidder will be notified a minimum of two working days prior to the next required delivery date and must make delivery during the two-day period. 8. The contract shall be set up as an open order for a time period of one(1) calendar year from the date of award. The City may, at its own option,renew terms of this contract for two (2) additional one-year periods with an annual price modification in the second and 1 Spill Control Requirements For Chemical Delivery by Truck To the Omaha Water Resource Recovery Facilities The purpose of the following requirements is to control chemical spills from delivery vehicles that could possibly flow through the plant storm water system into a receiving stream. The City is required by its NPDES (National Pollutant Discharge Elimination System) permit to prevent such spills. The spill control material (spill material) referred to below is designed to contain and absorb chemical spills such as sodium hydroxide, sodium hypochlorite, sodium bisulfate,and ferric chloride. A) The driver for the contractor is required to stay with the vehicle during any time that off-loading is occurring. This is to ensure that any spills are caught as soon as possible. B) The City and the contractor will review each delivery site at the plant to agree upon a method of off-loading spill control. C) The proper spill material has been obtained by the City and has been placed at each off-loading site. D) The contractor personnel will be responsible for inspecting the spill material at each site before off-loading can begin for each load. If spill material is missing from a site, the contractor personnel must contact the City for replacement spill material before off-loading. E) The contractor is responsible for training their employees in proper use of the spill material. F) The contractor will be responsible for the disposal of any spill material used for a spill from their vehicles, off-loading hoses,or any other part of their equipment. G) The contractor is responsible for reimbursing the City for the cost of replacing spill material that is used to control a spill from their vehicle or equipment. third year justified by bidder supplied raw materials cost information. This information will be submitted for review and approval by the City of Omaha prior to acceptance of pricing modification. SPECIAL CONDITIONS 1. The bidder must supply a minimum of 40 feet of 2 inch hose with a 2 inch female cam and groove connection for offloading. The bidder shall be responsible for the personal safety of their employees during chemical unloading. The bidder shall comply with all Federal and State regulations concerning transport of the chemical. 2. Each invoice is to be accompanied by a certified analysis of the product delivered. 3. The bidder will comply with the City of Omaha Spill Control Requirements for Chemical Deliveries, attached. 2 DPC INDUSTRIES, INC. 11202 S. 25th St. Omaha, Nebraska 6$123-5019 (402)293-1185 Fax(402)293-9647 February 23,2021 Regarding the Bid for Sodium Hypochlorite at the MO River and Papio Plants. I believe that DPC is the Best choice as supplier for Value and Service. Not only as an employee of DPC, but as an employee of a Local company that has provided outstanding service to these two plants for over 12 years. Our employees are local,we utilize additional local contract carriers for our normal business, although the vast majority of deliveries to these plants are made with our own company trucks and tankers. DPC is capable of Same Day deliveries and emergency deliveries to give confidence to the MO River and Papio plants that product will always arrive on time so there is never a worry that Chlorination and disinfection can take place. We utilize the local railroads to deliver our raw materials to DPC. We are Local Essential workers, paying taxes and bringing up our children in the Omaha area. DPC contracts local companies to service our plant, and mechanical and electric. Our trucks and trailers are service locally. Our earnings are spent in Omaha and the surrounding areas. I have no doubt, DPC is the best choice for supplying Sodium Hypochlorite to the MO River and Papio Plants. While I certainly hope that we are the Low Bid, if we are not, DPC is still the Best Choice and Best Value for the City of Omaha. it would be an Honor and it would truly be our privilege to continue to serve you at the MO River and Papio Plants. Ron Rech DPC-District Sales Manager