Loading...
RES 2008-0572 - PO to United Rotorcraft Solutions for helicopters Q owLAHA.NpB C e VI Cr 3 rjq` lt!':����ri� Rs Iit: li�� o'r-(ram :: � ' 4'4/-BD FEssV5 City of Omaha Mike Fahey,Mayor `k +N"�' `� Omaha Police Department President 505 South 15th Street Omaha,Nebraska 68102-2769 (402)444-5600 and Members of the City Council, www.opd.ci.omaha.ne.us Transmitted herewith is a Resolution authorizing the acceptance of the bid and the payment to United Rotorcraft Solutions in the amount of$396,860.00 for the completion of two Bell 206B-3 light utility helicopters for the Omaha Police Department Air Support Unit. The completion being the addition of equipment and accessories necessary to perform the police mission. The following bids were received relative to the above mentioned items: United Rotorcraft Solutions $ 285,674.00 Vector Aerospace $ 313,072.00 United Rotorcraft Solutions provided a bid for optional accessories in the amount of $111,186.00 for both aircraft. These items were bid as options and are required to make the aircraft airworthy. The Omaha Police Department recommends entering into a purchase order to accept the bid from United Rotorcraft Solutions. The bid of United Rotorcraft Solutions is the lowest and best bid that meets specifications. United Rotorcraft Solutions has a CC-1 on file with the Human Rights and Relations Department. Funds in the amount of$175,000.00 will be paid from Fiscal Year 2008, General Seized Assets Fund 12156, Organization 130711, Account 42237 Aviation Expense; and funds in the amount of$175,000.00 will be paid from Fiscal Year 2008, Metro Seized Assets Fund 12157, Organization 130713, Account =' 42237 Aviation Expense;. and funds in the amount of $46,860.00 will be paid from Fiscal Year 2008, General Fund 11111, Organization 113182 Air Support Unit, Account 42237 Aviation Expense. The Finance Department is authorized to pay the cost from these accounts. Respectfully submitted, Approved: "Atm., --(-0—ock, Eric W. Buske Date Gail insey Tho pson ate Chief of>?olice Human Rights&Relations Director Approved as to Funding: Referred to City Council for Consideration: Lt.-LA 4411;sr Carol A. Ebdon ate Mayor's Office Date Finance Director 14,0 I:\OPD\I01Oddr A Nationally Accredited Law Enforcement Agency ain insurance coverage for this project or any aspect of copies of the drawings and specifications prepared it. in CADD format for the Owner's information. Due to the potential that the information set forth 12. LIMITATION OF LIABILITY. To the fullest on the electronic media can be modified by the extent permitted by law, the Client agrees to limit Owner, unintentionally or otherwise, The The Schemmer Associates Inc.'s liability for the Schemmer Associates reserves the right to remove Client's damages to the sum of $50,000 or The all indicia of its ownership and/or involvement Schemmer Associates Inc.'s fee, whichever is from each electronic file. greater. This limitation shall apply regardless of the cause of action or legal theory pled or asserted. 13.4. Any use or reuse of altered files by the Owner or others without written authorization or 13. COMPUTER AIDED DESIGN/DRAFTING CADD adaptation by The Schemmer Associates (CADD). CADD may be utilized to prepare Inc. for the specific purpose intended will be at the drawings, specifications, calculations, and other Owner's risk and full legal responsibility. instruments of service prepared by The Schemmer Furthermore, the Owner will, to the fullest extent Associates Inc. Submitted data files are intended permitted by law, indemnify and hold The to work only as described in the agreement and are Schemmer Associates Inc. harmless from any and compatible only with the original hardware and all claims, suits, liability, demands, or costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; I- w z L � a � w D a H V Z Da � w a � w ZE a :-- - c-1 - lk, '�'- o fr ei -- (CN .1-- .C±)--Lij 4W S. , . , I, IPj m , a Z W � + a O = R C a `p w 3 0 .y Ec� p w z o O v ��� ZO y z Y.? a Z• G p o = O LIJ I cc d 0 0. cc C.) G a ' .Cu) U WU Q U C Z m w o m 2 O 0 0 co O t� a C.) p o m CAm. LL a t rm O Z a CD a = Z O o 0 O O W m co U CI Q J •'c o J a a N a�i .ram—_, 2 < N E ' m O C m °) c� V a • 2 H o CO o fl hese items were bid as options and are required to make the aircraft airworthy. The Omaha Police Department recommends entering into a purchase order to accept the bid from United Rotorcraft Solutions. The bid of United Rotorcraft Solutions is the lowest and best bid that meets specifications. United Rotorcraft Solutions has a CC-1 on file with the Human Rights and Relations Department. Funds in the amount of$175,000.00 will be paid from Fiscal Year 2008, General Seized Assets Fund 12156, Organization 130711, Account 42237 Aviation Expense; and funds in the amount of$175,000.00 will be paid from Fiscal Year 2008, Metro Seized Assets Fund 12157, Organization 130713, Account =' 42237 Aviation Expense;. and funds in the amount of $46,860.00 will be paid from Fiscal Year 2008, General Fund 11111, Organization 113182 Air Support Unit, Account 42237 Aviation Expense. The Finance Department is authorized to pay the cost from these accounts. Respectfully submitted, Approved: "Atm., --(-0—ock, Eric W. Buske Date Gail insey Tho pson ate Chief of>?olice Human Rights&Relations Director Approved as to Funding: Referred to City Council for Consideration: Lt.-LA 4411;sr Carol A. Ebdon ate Mayor's Office Date Finance Director 14,0 I:\OPD\I01Oddr A Nationally Accredited Law Enforcement Agency ain insurance coverage for this project or any aspect of copies of the drawings and specifications prepared it. in CADD format for the Owner's information. Due to the potential that the information set forth 12. LIMITATION OF LIABILITY. To the fullest on the electronic media can be modified by the extent permitted by law, the Client agrees to limit Owner, unintentionally or otherwise, The The Schemmer Associates Inc.'s liability for the Schemmer Associates reserves the right to remove Client's damages to the sum of $50,000 or The all indicia of its ownership and/or involvement Schemmer Associates Inc.'s fee, whichever is from each electronic file. greater. This limitation shall apply regardless of the cause of action or legal theory pled or asserted. 13.4. Any use or reuse of altered files by the Owner or others without written authorization or 13. COMPUTER AIDED DESIGN/DRAFTING CADD adaptation by The Schemmer Associates (CADD). CADD may be utilized to prepare Inc. for the specific purpose intended will be at the drawings, specifications, calculations, and other Owner's risk and full legal responsibility. instruments of service prepared by The Schemmer Furthermore, the Owner will, to the fullest extent Associates Inc. Submitted data files are intended permitted by law, indemnify and hold The to work only as described in the agreement and are Schemmer Associates Inc. harmless from any and compatible only with the original hardware and all claims, suits, liability, demands, or costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; P.M.B. DOUGLAS COUNTY REQUEST FOR BID& BID SHEET ON: CITY OF OMAHA COMPLETION OF TWO BELL HELICOPTERS FROM: P.M.Burke,Assistant Purchasing Agent Published: February 27,2008 902 Omaha-Douglas Civic Ccntcr 1819 Famam Street NOT AN ORDER Page I Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO THE. "CITY OF OMAHA". Bid Closing Timc&Date: 1 1:00 A.M.Wednesday March 26,2008 IMPORTANT I. Bid must be in the office of the CITY CLERK,LC-1,OMAHA 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. DOUGLAS CIVIC CENTER,1819 Famam Street,Omaha,NE 68183- 001 1 by the closing date and time indicated in a sealed envelop marked BID ON:CITY OF OMAHA 2. As evidence of good faith a bid bond or certified check must be submitted 6. When submitting bid on items listed,bidder may on a separate sheet,make with bid. Bid bond or certified check shall be made payable to the"City of suggestions covering reduction in costs wherever this is possible through redesign, Omaha". FAILURE TO DO SO IS CAUSE FOR REJECTION. 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 7. If you do not bid,return this sheet with reason for declining. Failure to do so will bidders shall have the right to appeal any decision to the City Council. indicate your desire to be removed from our mailing list. TABULATION SHEETS Right is also reserved to accept or reject any part of your bid unless FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY otherwise indicated by you. WEBSITE AT www.douglascountypurchasing.org. DO NOT CALL FOR THIS INFORMATION. 4. If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. Quote 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 will soon accept delivery of two unmodified Bell helicopter units,and is seeking bids to complete the units for Police work per the attached 9 pages and"Exception to Specifications"sheet attached. Bidders are to provide their lump sum total cost on this bid sheet,with options separately listed. Lump Sum All or None Total $ 785 ,ti 7 4 .0 0 (5%bid bond to be based on this amount) Questions on this bid are to be made in compliance with "Intent of Specifications,"Item#15. All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; CITY OF OMAHA PURCHASING DIVISION SPECIFICATIONS FOR COMPLETION OF TWO BELL 206B-III SINGLE ENGINE LIGHT UTILITY HELICOPTERS FOR POLICE PATROL BID OF 2008 INTENT OF SPECIFICATIONS 1. These Specifications are designed to secure for the City of Omaha the completion of two (2) new Bell 206 B-III helicopters with the completion additions to be described herein to be delivered to the City of Omaha. 2. It shall be the intent of these specifications to cover the furnishing and completion of two (green or unmodified) Bell 206B-III new light utility single engine helicopters equipped as here in after specified. These specifications shall cover only the general requirements as to the type of construction and tests to which the completion of the helicopters shall conform. Together with certain details as to finish, equipment and appliances with which the successful bidder shall conform, minor details of construction and materials, which are not otherwise specified, shall be left to the discretion of the contractor,who shall be solely responsible for the design and construction of all features. Unless listed separately, the specification shall apply to each helicopter. 3. Bids shall only be considered from companies that have an established reputation in the field of aircraft completion or "finishing" and have been in business for a minimum of 20 years including any merger, acquisition, or change of business entity. Further, the bidder shall maintain dedicated service facilities for the repair and service of products installed within the continental United States. Evidence of such a facility shall be included in bidder proposal. The completion of the helicopters must be supplied'by a manufacturer who has been engaged in the completion of"finishing" of aircraft of the type/kind/or like types required by the City of Omaha for such a period of time as to establish a reputation for permanency and reliability, and who shall be a constant and continued source of supply for any and all parts installed for a minimum of the warranty period while in the normal service of The City of Omaha. 4. Each bidder shall furnish satisfactory evidence of their ability to complete the helicopters specified and shall state the location of the factory where the helicopter is to be completed. The bidder shall also show that the company is in position to render prompt service and to furnish replacement parts for said parts and installation of the helicopters. 5. Each bidder shall supply a list of at least three (3) Public Safety or Governmental Departments, which have had completion or finishing work completed on aircraft and a point of contact for each of the five agencies. Exceptions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; 6. The completion work shall be performed to the specifications for the, class and category as specified by the Federal Aviation Administration(FAA). 7. Any changes deemed necessary by successful bidder by reason of lack of availability of material or parts,or labor strikes, or any other cause shall be cause _ for written notification to the City's Representative, herein known as the Air Support Unit Commander as they occur and changes made a part of this contract by addenda. 9. No addendum shall be considered valid except those issued by the City of Omaha Purchasing Agent with approval of the Air Support Unit Commander. 10. All bids shall remain firm for the scope of work of the completion. 11. Manufacturer shall indicate a proposed completion time in calendar days from date of delivery of the helicopters to the facility, the City providing a crew to fly the helicopters from the manufacture to the facility. The City will consider any completion date beyond 30 days of the agreed scheduled completion date to be a breech of this provision of the contract and will exercise a 5% of total completion costs as a penalty for each calendar week the completion has been delayed. The parties agree that material modification or changes executed by the City of Omaha shall eliminate or renegotiate this provision from the bid. 12. "Delivery Date" is the date on which the fully assembled, airworthy completed helicopter with all bid equipment is presented to the City of Omaha representatives at the assigned finishing facility for acceptance testing and service. 13. Responsibility for the helicopters remains with the completion facility until acceptance of the helicopter by the City of Omaha's representatives The City reserves the right for independent testing of each helicopter to accept each helicopter as airworthy under the standards promulgated by the Federal Aviation Administration. 14. Prices quoted in bids shall not include federal, state or local tax. Tax exemption certificates will be supplied by Purchasing Agent, City of Omaha, Nebraska, when needed. 15. If any bidder has questions in connection with these specifications, questions shall be directed to the Air Support Unit Commander, Lt. Theulen via e-mail at jtheulen(aci.omaha.ne.us at which time clarification of a question shall be resolved. All questions as to bid and specification must be registered with Lt. Theulen, the city's agent by March 12, 2008 at the close of business. All answers to such inquiry will be delivered by appropriate communication to the completion bidder by close of business on March 14, 2008. It is not the intention of these Exceptions Yes No x 2 tions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; specifications to eliminate any qualified bidder. Bids are to be received no later than 11:00 a.m., March 26,2008. 16. The Completion bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract or his right, title, or interest in or the same of any part thereof without previous consent in writing of the purchaser endorsed hereon or attached hereto. 17. Total price on bidder's proposal sheet must include all items listed in these specifications. Listing any items contained in these specifications, as an extra cost item, unless specified as an extra cost option will automatically be cause for rejection. 18. Any bid submitted without listing exceptions shall be required to meet every detail of these specifications. 19. As a condition of the acceptance of the helicopters, the contractor shall furnish a guarantee of the installation and parts installed in each helicopter and manufacturers equipment for a minimum of one year or 1000 flight hours which includes all labor and parts, F.O.B. Omaha, Nebraska. 20. All other warranties as outlined in these specifications shall be provided in writing as a part of the bid package. 21. Failure to provide the warranties as outlined throughout these specifications shall be cause for rejection of the bid package. 22. Bidder's proposal must clearly list in detail all items requested in these specifications, and only literature pertaining to these specifications can be inserted. Inserting literature pertaining to items not listed in these specifications to confuse the bid will be cause for automatic rejection. 23. Each bid shall be accompanied by a set of "Contractor's Specifications" consisting of a detailed description of the work and equipment proposed and to which helicopters furnished under contract shall conform. These specifications shall indicate size,type,model and make of all component parts and equipment. 24. One (1) trip to either the successful bidders facility or at the Omaha Police Air Support facility between completion's representative and two (2) City of Omaha Air Support Unit representatives will be held consisting of a preliminary pre- construction meeting and pre-delivery inspection trip. Any costs incurred will be the responsibility of the successful bidder. Exceptions Yes No X 3 ed. All questions as to bid and specification must be registered with Lt. Theulen, the city's agent by March 12, 2008 at the close of business. All answers to such inquiry will be delivered by appropriate communication to the completion bidder by close of business on March 14, 2008. It is not the intention of these Exceptions Yes No x 2 tions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; QUALITY AND WORKMANSHIP 1. The design, installation and parts installed in the helicopters shall embody the latest approved aviation engineering practices. The workmanship shall be of the highest quality in its respective field. Special consideration shall be given to the following points: accessibility of various units, which require periodic maintenance, ease of operation and symmetrical proportions. Construction shall be rugged and ample safety factors shall be provided to carry the loads specified and to meet both the performance and speed conditions as set forth under "Performance Tests and Requirements". The Helicopter's completion, modification and equipment must be eligible for certification by the Federal Aviation Administration as Rotorcraft and certified for flight. WARRANTY 1. All other warranties as outlined in these specifications shall be provided in writing as a part of the bid package. 2. Failure to provide the warranties as outlined throughout these specifications shall be cause for rejection of the bid package. 3. The labor and parts used to complete the helicopters shall be free of structural damage, design failure, failure of workmanship and include all parts and labor, corrosion, bubbling, or peeling as a result of a defect in the method of manufacture for a period of one year after the date the helicopter is first delivered to the City or its finishing facility or 1000 flight hours, whichever occurs first. Prorated warranties will not be considered or accepted. If the factory warranty is less than the proposal, the manufacture shall state the warranty in the bid including all necessary qualification,change,and terms of such warranty. DELIVERY 1. Each Helicopter SHALL BE DELIVERED UNDER ITS OWN POWER-rail or truck freight shall not be acceptable. A qualified delivery pilot representing the City shall deliver the helicopters to a facility of the City's choosing. INFORMATION REQUIRED The completion shall supply at time of delivery, complete operation and maintenance manuals and computer discs or applicable software including a build list covering the completed Helicopters as delivered including schematics, diagnostics, electrical diagrams and any other manuals or information that describes the completion work Exceptions Yes_No x 4 cation must be registered with Lt. Theulen, the city's agent by March 12, 2008 at the close of business. All answers to such inquiry will be delivered by appropriate communication to the completion bidder by close of business on March 14, 2008. It is not the intention of these Exceptions Yes No x 2 tions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; PERRFORMANCE TESTS AND SPECIFIC REQUIREMENTS 1. The facility shall wire and install a SX-16 "Nightsun"on a"Meeker", " Paravion" brand or equivalent mount on the tail cone of each helicopter. The Spectrolabs SX-16 and will be furnished by the City. 2. The facility shall wire and install a L3 MX-15 visual and infrared camera on a front (nose) "Meeker", "Paravion" or equivalent brand mount at the nose of the aircraft. Also installed will be an Aerocomputers moving map and associated equipment and an Aerocomputers digital recorder. The L3 camera, Aerocomputers moving maps and digital recorders will be provided by the City, Such installation specifics shall be negotiated at the pre-completion meeting by the bidder and the City. This includes the placement of a Paravion 11" flat screen monitor on the panel of the aircraft on the passenger side using a foldout mount for such monitor. The monitors will be provided by the City of Omaha. Also the installation into the audio panel of a "Flightcell" air cell phone, the phone itself shall be provided by the City. 3. The helicopters shall be delivered with a basic engine, and flight instruments to configure the helicopter for Visual Flight Rules as promulgated by the Federal Aviation Administration (91.205 of the Regulations) from the manufacturer. The bidder shall supply the cost to buy and install a Garmin 430 GPS or equivalent, a secondary Comm/Nav with the ability to program at least 2 VHF dual frequencies, an audio panel capable of incorporating the pilot and Tactical Flight Officer side of the helicopter with all communication including the Technisoniocs TDFM-7000 police radios,Air cell phone and all VHF radios. A directional Gyro, a transponder with Mode S, electric attitude gyro, Electric Turn and Slip Indicator and Emergency Locator Transmitter. Any brand name mentioned can be replaced with a like brand if agreed to by the City. The Technisonics radio will be provided by the City. 4. The bidder will wire and install a Technsoniocs TDFM-7000 public safety radio with antennas into the audio panel of the completed helicopter. The City shall provide the radio and antennas. 5. The panel design and installation of the above listed equipment shall be agreed to in the pre-completion meeting by the successful bidder and the representatives of the City of Omaha. 6 The Interior of the Helicopters shall be equipped with the following: The bidder shall supply the price of an optional 2-evaporator cabin air conditioning including the effect on performance of such a unit in electrical and engine power. Exceptions Yes No x 5 ptions Yes No x 2 tions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; 7. The bidder shall supply the price to replace the standard nicad battery with a lead acid battery including the possible mounting of such battery in the rear"baggage bay." 8. The bidder shall supply the price to install optional vertical slides in the pilot and tactical flight officer doors including wind deflectors such as the type and style sold by"Tech Tool" for the Bell 206B. 9. The bidder shall supply the optional price of the following installed equipment by its letter item: A. Garmin 430 or equivalent with wide area augmentation system capability B. ILS marker beacon system. C. Hand-controller mount for the L3 camera such as the type and style sold by"Paravion."To be installed on the aircraft. D. A maintenance step hold installed on the aft side of the aircraft such as the type and style sold by Aero"Accessories." E. A rappel fixture installed on the aft side of the aircraft such as the type and style sold by "Aero Accessories". LIABILITY 1. The successful bidder shall defend any and all suits and assume all liability for the use of patented process including any device or article forming a part of the aerial or any appliance furnished under the contract. PROPOSALS TAKING SUBSTANTIAL EXCEPTION TO SPECIFICATIONS SHALL NOT BE ACCEPTABLE. Also, bidders shall submit a detailed proposal. A letter only, even though written on a company letterhead, shall not be sufficient. Bid proposals shall be submitted identifying the same requirements as specified. EXCEPTIONS All exceptions shall be stated. Any exceptions not taken shall be assumed by the purchaser to be included in the proposal, regardless of the cost to the bidder. The exception shall be referenced by page and item number and described in a narrative section provided by the bidder. Any and all exceptions should be so noted on the attached "EXCEPTIONS TO SPECIFICATIONS" documents attached,or an exact rendition thereof. Exceptions Yes No X 6 io with antennas into the audio panel of the completed helicopter. The City shall provide the radio and antennas. 5. The panel design and installation of the above listed equipment shall be agreed to in the pre-completion meeting by the successful bidder and the representatives of the City of Omaha. 6 The Interior of the Helicopters shall be equipped with the following: The bidder shall supply the price of an optional 2-evaporator cabin air conditioning including the effect on performance of such a unit in electrical and engine power. Exceptions Yes No x 5 ptions Yes No x 2 tions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; PUBLIC LIABILITY INSURANCE 1. The successful bidder shall, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at lease the following minimum limits of public liability insurance. Products/Completed Operations Aggregate $2,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence $1,000,000 2. Coverage shall be written on either a commercial or comprehensive general liability form. The policy shall be written on an occurrence form and shall include contractual liability coverage. The policy shall include the endorsement that City of Omaha is an additional insured. The required limits can be provided by one or more policies provided all other insurance requirements are met. UMBRELLA LIABILITY INSURANCE 1. The successful bidder shall, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of umbrella liability insurance: Aggregate: $15,000,000 Each Occurrence: $15,000,000 2. The policy shall be written on an occurrence basis and at a minimum provide the Coverage's as Bidder's General Liability, Automobile Liability and Employer's Liability policies. Owner shall be included as an additional insured as their interest May appear. 3. Bidder agrees to furnish owner with a current certificate of insurance or self- insurance with the coverage's listed above along with its bid. The certificate shall be made out to the purchaser and be an original, no photocopies shall be accepted. The certificate of insurance shall provide that owner be given 30 days advance notice of cancellation,nonrenewable or material change in coverage. • WARRANTY RESPONSIBILITY The warranties relative to the installation and all parts included in this bid (excluding component warranties for the engine, radios, and avionics must be from a single source of responsibility and not split between manufacturers. The bidder shall provide evidence that they comply with this requirement. Exceptions Umbrella Liability Ins Yes X No 7 ennas. 5. The panel design and installation of the above listed equipment shall be agreed to in the pre-completion meeting by the successful bidder and the representatives of the City of Omaha. 6 The Interior of the Helicopters shall be equipped with the following: The bidder shall supply the price of an optional 2-evaporator cabin air conditioning including the effect on performance of such a unit in electrical and engine power. Exceptions Yes No x 5 ptions Yes No x 2 tions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; United Rotorcraft Solutions Response to: Request for Bid On: City of Omaha Completion of Two Bell Helicopters s For: Police Work 0011(Ni\S° March 26, 2008 OPTIONAL EQUIPMENT Please find below the prices to add the optional equipment. United Rotorcraft Solutions (URS) has included all parts, materials and labor necessary for proper installation, operation and certification of the equipment to be installed. PRICE Per Total For 2 Each Item Description MANUF/PART Helicopter Helicopters Air conditioner w/dual Forward Paravion 6 Evaporators* $30,694 $61,388 Vertical Slides for Pilot&TFO Tech-Tool 8 Doors w/Wind Deflectors $6,431 $12,862 9A GPS/COM w/TFC Garmin/GNS430W $13,805 $27,610 B ILS Marker Beacon Honeywell/KR21 NOT REQUIRED SEE NOTE BELOW Hand Controller Mount for URS/Customer C Camera $1,778 $3,556 Maintenance Step Hold- LH AAI/206-531-123 D Side $931 $1,862 E Rappelling Kit LH Side AAI/206-150-215 $1,954 $3,908 TOTALS $55,593.00 $111,186.00 NOTE: URS has quoted the Garmin GMA347H Audio Panel in the proposal which includes the Marker Beacon. Employer's Liability policies. Owner shall be included as an additional insured as their interest May appear. 3. Bidder agrees to furnish owner with a current certificate of insurance or self- insurance with the coverage's listed above along with its bid. The certificate shall be made out to the purchaser and be an original, no photocopies shall be accepted. The certificate of insurance shall provide that owner be given 30 days advance notice of cancellation,nonrenewable or material change in coverage. • WARRANTY RESPONSIBILITY The warranties relative to the installation and all parts included in this bid (excluding component warranties for the engine, radios, and avionics must be from a single source of responsibility and not split between manufacturers. The bidder shall provide evidence that they comply with this requirement. Exceptions Umbrella Liability Ins Yes X No 7 ennas. 5. The panel design and installation of the above listed equipment shall be agreed to in the pre-completion meeting by the successful bidder and the representatives of the City of Omaha. 6 The Interior of the Helicopters shall be equipped with the following: The bidder shall supply the price of an optional 2-evaporator cabin air conditioning including the effect on performance of such a unit in electrical and engine power. Exceptions Yes No x 5 ptions Yes No x 2 tions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS,the City of Omaha prepared a bid specification for the completion of two Bell 206B- 3 light utility helicopters; the completion being the addition of equipment and accessories necessary to perform the police mission; and, WHEREAS, United Rotorcraft Solutions submitted a bid for the completion of two Bell 206B-3 light utility helicopters for the Omaha Police Department Air Support Unit at a cost of$285,674.00; and, WHEREAS, United Rotorcraft Solutions provided a bid for optional accessories in the amount of $111,186.00 for both aircraft; and, WHEREAS,these items were bid as options and are required to make the aircraft airworthy; and, WHEREAS, the Omaha Police Department has determined that the bid of United Rotorcraft Solutions is the lowest and best bid that meets specifications; and, WHEREAS,the Mayor has recommended acceptance of this bid. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: - THAT as recommended by the Mayor, the purchase, based upon the bid of United Rotorcraft Solutions in the amount of $396,860.00 for the completion, being the addition of equipment and accessories necessary to perform the police mission, of two Bell 206B-3 light utility helicopters, is hereby approved. BE IT FURTHER RESOLVED; THAT the Finance Department of the City of Omaha is authorized to pay$175,000.00 of the cost for the completion of two Bell 206B-3 light utility helicopters from Fiscal Year 2008, General Seized Assets Fund 12156, Organization 130711, Account 42237 Aviation Expense; and $175,000.00 of the cost from Fiscal Year 2008, Metro Seized Assets Fund 12157, Organization 130713, Account 42237 Aviation Expense; and $46,860.00 of the cost from Fiscal Year 2008, General Fund 11111, Organization 113182 Air Support Unit,Account 42237 Aviation Expense. APPROVED AS TO FORM: 9-9- oP UT CITY ATTORNEY DATE By I:\OPD\I Ol t ddr Councilmember Adopted - - 2 2 2006 • City Clerk Approved) '�''f 175("Aer Mayor Exceptions Umbrella Liability Ins Yes X No 7 ennas. 5. The panel design and installation of the above listed equipment shall be agreed to in the pre-completion meeting by the successful bidder and the representatives of the City of Omaha. 6 The Interior of the Helicopters shall be equipped with the following: The bidder shall supply the price of an optional 2-evaporator cabin air conditioning including the effect on performance of such a unit in electrical and engine power. Exceptions Yes No x 5 ptions Yes No x 2 tions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; ~ C O •C O -“06yo = o w 0 C/)*C1 pc1 7y O X ~' CD X '-s CDX '-s CD CD ~ ,--h CD '-+, C o, O O C �D (D '-0 'CS w 0, -0 vo p, -0 cm r. 0 •, v) o to) N N N N N• N cn N• N O O N ' 8_ �. � E ,5- na O �• O O O n 1:$ C O v' r .y• 00 A, O oo 0) O 00 i VP `•C$ 0 P b C/� CL �y/ G.. W `G O ~ co Q' v `G co 'T1 n' fry ~ a 69 "r ,'h O O N O. G. ..Z ce.VV ��' a CD O = 0CD �1 O .y �l O N '� = `� 01 v' cm O G n Z IV p O w ccp o r �. o 5 ° w o CD 0 wt co O r r = O 0 CD O N �, N n 6, ,ctV \ > 7= : 0 2° — 5 > -4° ,.!..: ,I1.7 or,c-t: : P::. !. '81:., 1 : oa--• cr.a.' 05 OP 1.-' \ _ o R = ° rr N V W O W 7 cn J 0 N O ( 0. O O �O. � � °Fr opt C N. �J N �7 C N �1 ° v, M "O "c- 0 for the completion, being the addition of equipment and accessories necessary to perform the police mission, of two Bell 206B-3 light utility helicopters, is hereby approved. BE IT FURTHER RESOLVED; THAT the Finance Department of the City of Omaha is authorized to pay$175,000.00 of the cost for the completion of two Bell 206B-3 light utility helicopters from Fiscal Year 2008, General Seized Assets Fund 12156, Organization 130711, Account 42237 Aviation Expense; and $175,000.00 of the cost from Fiscal Year 2008, Metro Seized Assets Fund 12157, Organization 130713, Account 42237 Aviation Expense; and $46,860.00 of the cost from Fiscal Year 2008, General Fund 11111, Organization 113182 Air Support Unit,Account 42237 Aviation Expense. APPROVED AS TO FORM: 9-9- oP UT CITY ATTORNEY DATE By I:\OPD\I Ol t ddr Councilmember Adopted - - 2 2 2006 • City Clerk Approved) '�''f 175("Aer Mayor Exceptions Umbrella Liability Ins Yes X No 7 ennas. 5. The panel design and installation of the above listed equipment shall be agreed to in the pre-completion meeting by the successful bidder and the representatives of the City of Omaha. 6 The Interior of the Helicopters shall be equipped with the following: The bidder shall supply the price of an optional 2-evaporator cabin air conditioning including the effect on performance of such a unit in electrical and engine power. Exceptions Yes No x 5 ptions Yes No x 2 tions Item 3 . Yes X No 1 ing from the City of Omaha wcbsite at www.ci.omaha.nc.us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. •Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms: % Firm United Rotorcraft Solutions LLC Incorporated In: TX Delivery(or completion) Name David S. Brigham I Signature ���� __9_0 Calendar days following award Title president Owner Phone 940 . 627 .0626 Fax 94 0 .627 .0894 after receipt of Address 351 Airport Rd, Box 10 , Decatur, TX 6234 Strect/PO Box City State Zip helicopters at • E-Mail Address david@unitedrotorcraft.com the URS facility costs arising software used to create the files. out of or resulting from such use. Any such authorization or CADD adaptation by the Owner 13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to deteriorate undetected or be modified without the additional compensation at the rates established as knowledge of The Schemmer Associates Inc., the part of this agreement. Owner agrees to accept responsibility for the completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or days after delivery of the electronic files, and that materials testing services are provided by The upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary Owner will indemnify and save harmless The General Conditions for Geotechnical and Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this losses, costs, damages, awards, or judgments document. arising from use of the electronic media files or TSA Form 7 12/06 n general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively;