RES 2004-0443 - PO to Omaha Door and Window Co INc for overhead door replacement at Missouri River WWTP OtAAHA,NF
c �1r� � Public Works Department
f�7r�` Omaha/Douglas Civic Center
O®,tf f 1819 Famam Street,Suite 601
°''`` �:."F Omaha,Nebraska 68183-0601
4.
�oR4rFn FE130)t. 4 Telefax(402)444-5248
City of Omaha Norm Jackman,P.E.
Mike Fahey,Mayor Acting Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to
issue a Purchase Order to Omaha Door and Window Co., Inc. on the bid for overhead door
replacement at the Missouri River Wastewater Treatment Plant.
The following bids were received on March 17, 2004. A detailed bid tabulation is attached.
Contractor BID PER UNIT
OMAHA DOOR AND WINDOW CO., INC. $34,732.00 (LOW BID)
Advanced Maintenance Technologies $44,600.00
Porter Trustin $49,950.00
The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is
City policy, the Human Relations Director will review the contractor to ensure compliance with
the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost for overhead door replacement at the
Missouri River Wastewater Treatment Plant from the Missouri River Plant Maintenance
Organization 116613, Sewer Revenue Fund 21121, year 2004 funding.
The Public Works Department recommends the acceptance of the bid from Omaha Door and
Window Co., Inc. in the amount of$34,732.00, being the lowest and best bid received, within
the bid specifications, and requests your consideration and approval of this Resolution.
Respectful), ubmitted, Referred to City Council for Consideration:
orm zan, P.E. Date Mayor's Office/Title Date
Acting Director
Approved as to Funding: Approved:
,X/s/ 064/Stanley P. T. in. Date Gail Kinsey T ompso ate
Finance Director Human.Relations Director
P:\PW2\14261 maf.doc
"` W - '
z Et-
a
F- W
Z 7.;
a
LA
m 2
cx�ct A►'v O z
-
F- w
U
0 Z E 9
a W
> �}d1131.Y23 Cs 0 H c V)
J g Vk
W
� � A
1 •4isNa ly+sNofin! O d v./ S
o--n i!b j1av 1 2 2
o"
�; Fri
a 0
•E a TO (I)
I-- o •c n c c
c
= W v •
Z H a J sn o.
�N 0m - I- -cam, a w U
a. cc 6 � m
U a i o 0 z
0 0 Z w� N . o
o
w
a (1 73 O W O af) 2
' 2 mOa m
LL O OC >
= - O O O v a• .
0. Z Q 2 `° a
5 > N t C
o .a. +.+
D O O . E ; 8
m t03
8 m .0 7
— V d o 1 o 2 0' VOSEPVV*20V 1Ndfd 613AIM! IancissIW Wd6E:80 b0. P2 NdW!---"4
CITY OF OMAHA
REQUEST FOR BID AND BID SHEET
ON: OVERHEAD DOOR REPLACEMENT AT MO RIVER WWTP
FROM: P.M. Burke Published March 3,2004
City Purchasing Agent NOT AN ORDER
1003 Omaha-Douglas Civic Center Page 1
1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT
Omaha, Nebraska 68183-0011 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM
OFFERED 1S$20,000 OR MORE.
Bid Closing Date
11:00 A.M. March 17,2004
IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct.
1.Bid must be in the office of the CITY CLERK,LC-1,OMAHA-0OUGLAS CIVIC CENTER, Exemption certificates will be furnished. Do not include tax in bid.
1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated.
in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
OVERHEAD DOOR REPLACEMENT AT MO RIVER WWTP
6. When submitting bid on items listed,bidder may on a separate sheet,make
2.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change.
3.Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,return sheets with reasons for declining. Failure to do so
have the right to appeal any decision to the City Council. Right is also reser,ed to
will indicate your desire to be removed from our mailing list. If you desire a copy of
accept or reject any part of your bid unless otherwise indicated by you. tabulation,check[ J.
PLEASE DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE
EXTENSION
•
The contractor will be required to provide transportation,
labor, equipment and supplies to replace overhead doors
(garage area and warehouse) at the Missouri River
•
Wastewater Treatment Plant, 5600 S. 10th Street, Omaha,
Nebraska 68107. Work will be performed in accordance
with the attached specifications, seven (7)pages.
LUMP SUM BID,/p6ce. 7Y2
sf ►''1I hit'►Cf 64/k'.'t.•AC/ /Y�ets{ r,K3!i7�SC?Gj�',q.rr�
g .r
dot:des a r ' " 4 S�rK e I. / 7/0'.r*600u/O&4'007/
far ;J-4,
All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS';Click on'HUMAN RELATIONS";Click on"PBE/DBE CERTIFIED LISTINGS".
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human 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 Relations Department. Any questions regarding the
Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Relations Department at(402)444-5055.
* Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment TermsAtrf% 20,4,///�, Firm eNel 1 71A Orsav + tt1 . e 1 C rn C,
/ Incorporated'
Delivery(or completion) / Name—Z-" C.7, Nit rh e
Signature
*15— calendar days following award Title(a"4/11ltf•'. //Grov Phon��2)733-c 11 Fa x c4) '.!�3" 7 r:,
Address //6�. S �rr-.CA 4014en (ter(i 7
\` Street/P.O. Box City State Zip
a Email Address fpa,,/e? 004o elf",r4, ,:C"r,ra
t20b ; 11c2 i c t3, 000o.4 N 15.occo �°
CITY OF OMAHA
REQUEST FOR BIDS
ON: OVERHEAD DOOR REPLACEMENT AT MO RIVER WWTP
NOT AN ORDER Page 2
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
INSURANCE
For City projects where the scope of work will be less than
$200,000.00,the following levels of insurance will be required:
The successful contractor shall provide a certificate of insurance indicating
(1)adequate workers'compensation;(2)public liability in an amount not less
than$250,000 for injuries including accidental death to any person and subject
to the same limit to each person in an amount of not less than$500,000 where
more than one person is involved in any one accident;and(3)property
damage insurance in an amount not less than$500,000;and naming the City
of Omaha an additional insured.
For City projects where the scope of work will exceed$200,000.00,the
following levels of insurance will be required:
The successful contractor shall provide a certificate of insurance indicating
(1)adequate workers'compensation;(2)public liability in an amount not less
than$1,000,000 for injuries including accidental death to any person and
subject to the same limit to each person in an amount of not less than
$5,000,000 where more than one person is involved in any one accident;and
(3)property damage insurance in an amount not less than$500,000;and
naming the City of Omaha an additional insured.
SIGN ALL COPIES Firm ,yaq,,,,.ia L✓.•r.lest d 2,1R4*
By ( e "
Title;
PH-8C (91)
CONTINUATION SHEET
EXHIBIT "B"
CONTRACTOR EMPLOYMENT DATA
BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING WORK FORCE DATA WITH EACH BID
(Protected Class is defined as Black, Hispanic, Asian and Pacific Islander,American Indian or Alaskan Native, Female.)
Total Employees Protected Class Males Protected Class Females
American American
Total Total Asian or Indian or Asian or Indian or
Work Protected Pacific Alaskan Pacific Alaskan
Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native White
s—Or /3 (
`Pefer any questions re aq rdingthe BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown
on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance
have on file with the Human Relations Department tr c o pl; Report(FormCC-I). reportin
and the Contract t C R; .c^C� C �� This shalt be
effect for 24 months from the date received by the Human Relations Department. Any Questions regarding the Contract
Compliance Ordinance should be directed to the Human Relations Department at(402)444-5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Firms Name: 7m,,/L• Doak (c , tf+c► •
.1 (Date of Signing)
Signature:
/0 Af/rnart/
(Print Name) (Title) (Signature)
6
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on March 17, 2004 for overhead door
replacement at the Missouri River Wastewater Treatment Plant; and,
WHEREAS, Omaha Door and Window Co., Inc. submitted a bid of $34,732.00,
being the lowest and best bid received within the bid specifications, for overhead door
replacement at the Missouri River Wastewater Treatment Plant.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the bid of $34,732.00 from Omaha Door and Window Co., Inc. for
overhead door replacement at the Missouri River Wastewater Treatment Plant, a copy of the bid
documents is attached and by this reference made a part hereof, being the lowest and best bid
received within the bid specifications, be accepted and the Purchase Order be issued.
BE IT FURTHER RESOLVED:
THAT, the Purchasing Agent be authorized to issue a Purchase Order to Omaha
Door and Window Co., Inc. for overhead door replacement at the Missouri River Wastewater
Treatment Plant.
BE IT ALSO FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay the cost for overhead door
replacement at the Missouri River Wastewater Treatment Plant from the Missouri River Plant
Maintenance Organization 116613, Sewer Revenue Fund 21121, year 2004 funding.
APPROVED AS TO FORM:
P:\PW2\14262maf.doc
CITY ATTORNEY DAT
By
•i`fi"`r pdmatt.
L Councilmember
Adopted -_APR 1 3 2004- gm!,
City Clerk
Approved.. 447,- yl�-
0/
Mayor
k 7 ƒ 5 7 ` ` `
Ui0ƒ
/ \ d / 7 /, k
-9\--)
/ / 41 00
•
\ ° 7 7. 7 / 9 g
t 9 = \ 7 . C 9
i I
E / = e 0 ,, "
^ °
/ - z \ 3 \ 7 0 O p
/ \ §' f 0 § 5
§ - 9 - / 4, 7/
e q 9 7 Q. R
N.
Q ® \ / _ CLo
®• § 0 CDS y K ? 0 _ \
CD ƒ \ § \ a. 3
•
, _
��
GI t„
\. _ _
,. . ,2 2w
K\�_ . \
. 1