Loading...
ORD 42969 - Bid Award to General Fire & Safety for fire alarm testing services for PW Facilities Management ORDINANCE NO. LI 2.11.0 AN ORDINANCE to accept the bid from General Fire & Safety for fire alarm system testing services for Facilities Management, in the amount of $42,450.00 per year, for a period of one (1) year, with sole option by the City to extend the price agreement for up to five (5) additional one-year periods; providing for the 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. That the bid from General Fire & Safety for fire alarm system testing services, for a one (1) year term, with the sole option by the City to extend the price agreement for up to five (5) additional one-year terms, is hereby accepted. Section 2. The payments for these services shall be made from appropriations of more than one year in accord with Section 5.17 of the Home Rule Charter of the City of Omaha of 1956, as amended. Section 3. That the Finance Department is authorized to pay the cost of fire alarm system testing services according to actual usage, not to exceed $42,450.00, General Fund 11111, Contract Administration Organization 116261. Section 4. That the City of Omaha Purchasing Agent is authorized to issue a purchase order for fire alarm system testing services. ORDINANCE NO. 42,quc1 PAGE TWO Section 5. That this Ordinance, being administrative in nature, shall take effect and be in full force upon date of its passage. INTRODUCED BY COUNCILMEMBER Ape, Oin-A APPROVED BY: ___ 2 J Z. � � LP-1 MAYOR OF THE CITY OF OMAHA DATE PASSED `UnC_ 2022 ATTEST: 7- azz_ CITY CLERK OF T CITY OF OMAHA DATE APPROVED AS TO FORM: . 7/2sl/olz� DEPUTY CITY ATTORNEY DATE 001 7cvr BID BOND: 5.00% CB Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Fire Alarm System Testing Associated Fire Protection General Fire & Safety Date of Opening Department Wednesday, April 20, 2022 FACILITIES MANAGEMENT Quantity DESCRIPTION Unit Extended Unit Extended Price Price B Price Price C TOTAL BID: $88,552.00 $42,450.00 Bid Bond Received: YES YES Terms: Delivery: 1 of 1 CB DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET BID ON: CITY OF OMAHA Fire Alarm System Testing RETURN BIDS TO: Published: April 6,2022 CITY CLERK Page 1 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF 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,April 20,2022 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Farnam Street LC-1, 4 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 and/or the Douglas County by the opening date and time Indicated in a sealed envelope marked: Board of Commissions. BID ON:CITY OF OMAHA Fire Alarm System Testing 5 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 Bid bond or certified check shall be made payable to'City of Omaha' redesign,change of material or utilization of standard items or quantity change. FAILURE TO DO SO IS CAUSE FOR REJECTION, 6 Bid tabulation are available on the Douglas County Purchasing website: 3 The City of Omaha and Douglas County are tax exempt Tax exempt certificates www.douglascountypurchasing.org. DO NOT CALL FOR THIS INFORMATION. will be provided upon request Bid your lowest price,best delivery and terms,F.O.B.delivery point on tFe item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Fire Alarm System Testing as per the attached specifications. Bidders must input bid prices into Attachment 1 and include a hard copy with their submitted bid. TOTAL BID: $42.450.00 (5%Bid Bond is to be based There will be a pre-bid meeting on Monday,April 11,2022, at 9:00 upon this amount,if am in the conference room located at 1523 S 24th Street, Omaha, $20,000.00 or more) NE 68108. 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. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 %Net 30 Firm:General Fire &Safety Incorporated In:1964 Delivery(or completion) Name:Sean Albrecht Signature: 3a.44y, 6taa t 1 calendar days following awar Title:Director of Account Management Phone:402-556-6100 Fax: Type text here Address:13002 I Street Street/P.O.Box City Omaha State Nebraska Zip 68137 Email Address: seana@gfsomaha.com DOUGLAS COUNTY REQUEST FOR BID Fire Alarm System Testing NOT AN ORDER Page 2 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 listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City 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; however,the 5%bid bond must be calculated using the highest bid amount of all submitted bids. Conflict of Interest: Pursuant to all state 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. 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 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 written 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. 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. SIGN ALL COPIES Firm General Fire&Safety By c�Oo.N-.cQ�2c Title Director of Account Management CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID Fire Alarm System Testing NOT AN ORDER Page 3 BID CLAUSES -TERMS AND CONDITIONS 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 of this bid that neither it nor its principals 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 webllnk to determine if they have a current Form CC-1 on file (search by company name): https:/lhumanrlghts.cltyofomaha.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 following applies: 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. Joint Governmental Purchases:The City of Omaha has been authorized to join with other public corporations or units of government within the State of Nebraska in the cooperative procurement of materials,equipment,work, or services. With the consent of the successful bidder the City may use the public competitive bid secured herein for the procurement of future materials,equipment,work,or services under the same terms, conditions, and prices offered by the bidder herein. Bidders are requested to indicate below if they are willing to extend the pricing,terms,and conditions of this bid to other City of Omaha departments, Douglas County departments,or other government agencies, if the bidder is the successful bidder. If the successful bidder replies Yes to this provision,other City of Omaha departments,Douglas County departments, and other government agencies may enter into a contract with the successful bidder for the purchase of the goods and/or services described herein based on the terms,conditions,and prices offered by the successful bidder to the City of Omaha. X YES NO SIGN ALL COPIES Firm General Fire&Safety By 5'oa,o.-4&taci Title Director of Account Management CONTINUATION SHEET Type text here DOUGLAS COUNTY REQUEST FOR BID Fire Alarm System Testing NOT AN ORDER Page 4 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:The awarded contractor shall provide a Certificate of Insurance with coverage levels that meet or exceed the levels stated in the bid specifications and must name the CITY OF OMAHA as an additional insured for the term of the agreement. Certificates of Insurance are required before service begins. 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 any 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. EXTRAORDINARY EVENTS: In the event of a pandemic, natural disaster,terroristic attack, or closure of a facility due to construction, remodeling or sale or any other extraordinary event which results in one, some or all of the listed facilities in this Agreement being closed for two weeks or more,the City may discontinue services upon immediate notice. Liquidated damages shall be assessed at a rate of 1%of the total purchase order amount per calendar day that satisfactory performance is not fully complete. Satisfactory performance shall occur on or before the date agreed to at the time of the bid or purchase award between the City and the awarded bidder. Satisfactory performance shall also be deemed to include product or purchase compliance with all specifications set forth in the bid award. The amount of liquidated damages shall be deducted from any monies due the awarded bidder by the City. If applicable,when the monies due to the awarded bidder are not sufficient to satisfy the City's liquidated damages,the awarded bidder shall submit payment to the City the amount to satisfy any outstanding liquidated damages owed within 10 days of the date of non-performance. The City may,at its sole discretion, allow"excusable delays"when assessing if liquidated damages are applicable. An excusable delay is defined as a delay that causes disruption to the installation schedule but which is beyond the awarded bidder's control. Excusable delay may include delays caused by weather,strikes,or natural disasters. Any determination of excusable delay by the City shall be limited in time and scope and shall not be a guarantee or promise of future determinations of excusable delay by the City. 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. Quantities are estimated. Depending on bid pricing and budget,the City may purchase more or less than the quantities listed. CONSUMER PRICE INDEX CLAUSE: Following the initial contract term, the awarded bidder may propose price increases for any contract extensions offered by the City. Price increases must be requested 30 days prior to proposed increase and must be justified with documentation (e.g. reports, manufacturer statements, invoices, etc.). Proposed price increases will be reviewed by the City,who at their sole discretion will either approve or reject the proposed increase. SIGN ALL COPIES Firm General Fire&Safety By3 462,2C_%Lt-- Title Director of Account Management CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 (--- ,Appakt,„ Gi1'iet '�'J ficy n p �h 1. Regulation: 0i1'tn FtSt-' A.Article IV,Division I of Chapter 10 of 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 STA authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. STA Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). STA Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). STA 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 STA 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. STA Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. 2a i-,4Qee2a,it- 04.19.2022 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. In 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 by City 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. 0 AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT &FAIR LABOR STANDARDS 1, Heath Koontz , being first duly sworn under oath, state and depose as follows: 1. 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 General Fire and Safety Equipment Co.of Omaha Inc. 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 NAUGHT. Affiantt(Contracto6 SUBSCRIBED AND SWORN TO before me this c> Lblay of AO t \ , 2 _7%, GENERAL NOTARY State of Nebraska j�,j��ti1 /,C lu0/1 GI l�.HT �' 'W a" ea My Coma. �eR;csNotary P( 1.0 blic J CITY OF OMAHA PUBLIC WORKS DEPARTMENT FACILITIES MANAGEMENT SPECIFICATIONS FOR FIRE ALARM TESTING SECTION 1- GENERAL REQUIREMENTS 1.1 SUMMARY OF WORK A. The work covered by this specification consists of furnishing all labor, equipment, supplies and materials to provide semi-annual and annual fire protection system testing for the attached City of Omaha "Facilities List" including additional time for service calls, as needed. B. The City of Omaha recommends that all contractors visit each facility to familiarize themselves with each fire protection system included in the bid package. C. It shall be the responsibility of the bidders to familiarize themselves with the services to be performed and the environment in which the work is to be performed prior to submitting a bid. Lack of knowledge concerning any or all parts of the work shall not be considered after bid opening. 1.2 REPAIR LIMITATIONS A. The contractor shall make any necessary repairs in order to leave the fire control system in working order when finished. These repairs at each site shall not exceed a total of$500.00, without prior authorization. B. If repair costs will exceed $500.00 the contractor must call for authorization from the city representative and may be required to submit a proposal. The proposal will be reviewed by the city representative and the contractor may be given verbal approval and/or notified in writing if approved. 1.3 CARRYING ON WORK A. The Contractor may be required to start work immediately after notification to proceed. B. The City of Omaha will require the contractor to provide a schedule listing of all upcoming inspections at least two (2) weeks prior to inspections. C. The contractor will be responsible for submitting a report for each inspection performed along with invoices associated with inspections. The report can be on Page 1 of 7 the contractor's standard report form. Submit a report to FMD within 48 hours of completion of the inspection along with the invoice for that inspection report. D. Systems that have an automatic dialer for monitoring shall be tested. Such testing shall include the following at a minimum: 1. Testing of dialer for operation of hardware. 2. Verification of receipt of signal at reporting station. 3. Confirmation of code readout at the reporting station. Contractor shall submit written documentation certifying the completion of the above procedure, along with detailed problem or other issue descriptions should there be any non-operational components of the system. Submit a report to FMD within 48 hours of completion of the testing. E. The contractor will also be responsible for submitting a one-time detailed report on each facility's fire alarm system. This report is to be done on each facility and should include a detailed list of all specific components of each system by make, model, and serial number. This can be developed once a contract has been awarded. • F. Contractor will provide a report showing the completion list of all inspections/service work performed on a bi-monthly basis. All sites will be compiled into one master spreadsheet. 1.3 SAFETY A. All work and materials shall be in accordance with local, state, and federal building codes and local rules and regulations. Any known violations of codes shall be reported to the City of Omaha representative. 1.4 RESPONSE A. Contractor shall be available for emergency system repairs at all times. Contractor shall provide regular business phone contact information (during regular business hours) and an emergency phone contact for any issues which develop after regular business hours. The contractor shall provide a response time of two (2) hours maximum for emergency calls, measured from the time of the first report to the contractor. B. Informational requests shall be responded to within 24 hours of the request. Such response shall either answer the informational request or provide information as to the date when the request shall be answered. C. When a request for a specific inspection is made, the Contractor shall respond by email or fax confirming the request within 24 hours of such request. Page 2 of 7 D. The contractor shall notify FMD when the work has been completed, and\submit copies of any service notices or other pertinent paperwork related to the request for service as well as the invoice at the same time as service/inspection reports. 1.5 PERFORMANCE REVIEW A. The City of Omaha may review, at any time, the services provided and reports submitted to verify that the service is, in fact, being properly and adequately performed. Any lack of service, complaints, or deficiencies in the performance of the contractor shall be submitted to the contractor in writing for correction. B. Problems or deficiencies of significant importance or of a continual nature, or failure of the contractor to correct deficiencies within 30 days shall constitute cause for termination-of contract services, upon seven (7) days written notice. 1.6 PAY REQUEST A. Payments due to the contractor shall be made once a month based on each job being listed and invoiced. Reports should be submitted with each invoice. Invoices for: Police Facilities Omaha Public Safety Training Facility Library Facilities Fire Facilities Public Works Facilities Parking Garages Shall be sent to: Facilities Management, 1523 South 24th St. Omaha, NE 68108. Email: Facilities.ManagementAcitvofomaha.orq Invoices for: Recreation Facilities Parks & Pavilions_ Golf Facilities Shall be sent to: Parks and Recreation, 1819 Farnam St., Suite 701, Omaha, NE 68183. Email: Brian.Hartlevacitvofomaha.orq, 1.7 CONTRACT TIME A. The term of this contract shall be for a period of one (1) year. At the sole option of the City of Omaha, this agreement and its provisions thereof may be extended for up to five (5) one-year terms. Extensions of the contract shall be at the option of the City of Omaha, exercised by the Director of Public Works or his designated representative. Page 3 of 7 B. At the end of each contract year, the contract maybe reviewed and the unit price revised as appropriate for the next year, up to seventy-five (75) percent of the difference between the US Labor Department's Consumer price index for all urban consumers (CPI-U) for the Anniversary month of the contract and the initial month of the current contact year. The revised price will be negotiated with the contractor. Revised prices cannot exceed the limits calculated by the following formulas. The index obtained from the Region VII US Department of Labor, Bureau of Labor Statistics, will be used in the formula below to the nearest cent. CPI for the anniversary month — CPI for the last anniversary month=difference. Difference x .75 = Adjusted Difference Last years anniversary month CPI + adjusted difference =Adjusted CPI Adjusted C.P.I. = PRF = Price Revision Factor Last year's anniversary month CPI PRF x (Original or adjusted Unit Price) = New unit price for next year's agreement Escalator Clause for Anniversary Date Increase or Decrease will remain continuously in effect during any contract extensions. The price revisions factor shall also be applied to hourly rates for extra work or overtime services. Contractor must notify the City of Omaha in writing and receive approval before changing pricing. 1.8 INSURANCE A. 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. 1.9 CONTRACT METHOD A. The contractor is to prepare his bid on this contract based on all required annual and semi-annual testing at each of the locations shown on the attached "Facility List" for the entire year, plus 100 hours for regular service calls, 50 hours for after hour service calls, and 20 hours for holiday service calls. See BASE BID EXAMPLE (estimated Service Call Hours are being included only for bid Page 4 of 7 calculations). Payment will be made on actual work expended in each category throughout the year. For example: REGULAR SERVICE CALL AFTER HOURS SERVICE HOLIDAY SERVICE 7:00 AM -4:30 PM CALL CALL 4:30 PM—7:00 AM 1 MAN CREW 1 MAN CREW 1 MAN CREW $ 40 /hr. $ 50 /hr. $ 60 /hr. Semi-Annual Testing from Facilities list for the year $10,000 Annual Testing from Facilities list $10,000 Regular Service $40 x 100 estimated crew hours = $ 4,000 After Hours Service $50 x 50 estimated crew hours = $ 2,500 Holiday Service $60 x 20 estimated crew hours= $ 1,200 Total $27,700 EXAMPLE BASE BID $27,700 1.10 POINT OF CONTACT A. Questions regarding this bid should be directed to bidquestions@douglascounty- ne.gov. B. During Contract Operations all questions pertaining to the fire alarm system testing shall be directed to the city representative to be named after the contract award. C. If unable to complete all work at each facility upon the initial visit the contractor must report job status to the city representative, the contact person listed above and/or the facility manager on site; before leaving the facility. SECTION 2 — FIRE ALARM TESTING PART 1 - GENERAL 2.1 SUBMITTALS A. Company profile including years of service with Fire Alarm Systems. Page 5 of 7 B. Qualifications of key individuals. C. Provide experience resumes for all personnel to be used under this contract. D. References E. Provide a cost breakdown for each facility for the annual and semi-annual testing. 2.2 QUALITY ASSURANCE A. Contractor must be certified to test, repair, and install fire alarm and sprinkler systems. B. Three (3) years' experience in fire alarm protection system testing shall be required of all personnel on the job. C. Must be certified to test backflow devices for the fire sprinkler system. D. Services shall be provided by qualified and trained personnel. E. Perform the semi-annual and an annual test of the fire alarm and sprinkler system, in accordance with all city and state codes, contractor must also provide and submit paperwork to the proper agencies after testing. F. A background check will be completed by the Omaha Police Department on all service employees for appropriate clearance to secure areas. G. All materials and labor will have a one year warranty. 2.3 EQUIPMENT AND SUPPLIES A. The successful bidder shall furnish all equipment and routine supplies necessary to fulfill the requirements of this contract. B. Contractor shall supply up to three (3) sprinkler heads and the required wrench for the sprinkler head box at each facility. If more than three per year are required for replacements and/or repairs, the City of Omaha will then pay materials cost only for the replacement sprinkler head and/or wrench thereafter. If the contractor uses a head for an emergency repair then they will note it on the invoice and a replacement head will be returned to the box material charge only for the head. Page6of7 PART 3—PRODUCTS 3.1 MANUFACTURERS A. The contractor must be authorized to do work on the systems listed on the facilities list. 3.2 MATERIALS A. When making repairs, the repair materials shall be of like material of the existing fire alarm system. C. The successful contractor must have the equipment, materials, and personnel to perform repairs. D. Material prices will be paid on a cost plus 10%. PART 4— EXECUTION 4.1 REPAIR A. Make repairs as outlined in this specification. B. The contractor will be required to clean up all debris generated by the repair. C. All non-emergency repair work should be completed within a two (2) week period. All paperwork of repairs should be sent along with an invoice. This paperwork should be sent to Facilities.Managementna cityofomaha.orq or Brian.HartleyOcityofomaha.orq depending on the location of the inspection and/or repairs. Page 7 of 7 City of Omaha Attachment 1: Fire Alarm System Testing Bidders must input pricing in the Unit Price column. Note that the Extended Price is formatted to auto-calculate based on Unit Price entered by bidder. Item bid must meet or exceed the specifications of the item listed. Bidder must not alter or revise this spreadsheet or format. Doing so will result in your bid being deemed non-responsive. A hard copy of Attachment 1 must be included with the bidder's submitted bid. Name&Title of person completing this form: Sean Albrecht-Director of Account Management • Bidder Company Name: General Fire and Safety Equipment Co.of Omaha Line Part Description and Number Quantity UOM (1) Unit Extended Price (estimated) Price 1 Semi-annual testing from facility list for the year 1 lump sum 1,500.00 $1,500.00 2 Annual testing from facility list 1 lump sum $16,500.00 $16,500.00 3 Regular service call(based on one-person crew) 100 hours $85.00 $8,500.00 4 After-hours service call (based on one-person crew) 50 hours $85.00. $4,250.00 .5 Holiday service call(based on one-person crew) 20 hours $85.00 $1,700.00 6 Fire Marshal&admin fee per inspection 200 lump sum $50.00 $10,000.00 7 $0.00 - 8 $0.00 9 $0.00 10 $0.00 }� # r t4r1 , ALL OR NONE TOTAL BIDjPleaseput this amounton Page 1�: o $42,450.00 !YL�� Y.tar�7f�•n¢kof5'r�r..�k::7.'�Y,��'�,�i��1:Sf_.�T.C���;F�`j�X kLti:$T<.r..� �.(kdYA;S°;'.�.r}}.�we�� 4.�'rB4.�..V�..��S��'�i.r4�.'�FPS`}�t{�.j����;+�ih�'c(h��J,'r�FS t,'��. ������N ,�'�MORM