RES 1997-0901 - PO to Total Security Services for slide gate operators &
ED+. 4 F° ly-ttr.HA•Nea,,s ( Public Works Department
u*�!..i1 ; Omaha/Douglas Civic Center
100* April 8, 1997 +� 1819 Farnam Street,Suite 601
g1 27Omaha,Nebraska 68183 0601
� ; ti
(402)444-5220
Telefax(402)444-5248
��TFo FEB�°`' C 1 I Y CLERK
F,:,• id ' • Don W.Elliott,P.E.
City of Omaha (?. 1'; Public Works Director
Hal Daub,Mayor
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 Total Security Services on the bid for the installation of two slide gate operators
at the Missouri River Wastewater Treatment Plant.
The following bids were received on February 14, 1997.
Contractor Total Bid
TOTAL SECURITY SERVICES,ALTERNATE BID $20,950.00 (LOW BID)
Total Security Services $22,407.00
S&W $23,716.00
Total Security Services' alternate bid is to provide sliding gate operators rather than swing gate
operators. The Public Works Department has reviewed the alternate bid and recommends award to
Total Security Services for the installation of two sliding gate openers. - 1
A copy of the bid documents is on file and available for inspection and review in the City Clerk's
Office.
- The contractor has on file a current Annual Contract Compliance Report Form (CC-1). 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 of the installation of two slide gate operators
from the Missouri River Wastewater Treatment Plant Maintenance Organization 1472,Fund 541.
* .
• 1
, Honorable President
and Members of the City Council
Page 2
The Public Works Department recommends the acceptance of the bid from Total Security Services,
in the amount of$20,950.00,being the lowest and best bid received, and requests your consideration
and approval of this Resolution.
Respectfully submitted, Referred to City Council for Consideration:
-//
Don W. Elliott, P.E. Date Mayor's Office/Title Date
Director
oved: pro ed:
7
Louis A. D'Ercole g
Date George L. D vis ,r. ate
rnn
Acting Finance Director Acting Hu n Relations Director
P:\PWI\5842.SKZ
O o o o Z. D .
c
�. -' (D 8 o D C
r» � b rr-
f ; r
CA = v m o `CI Q D " 13
coo = a -O '1 O C
2 * n m mpZ . C0
c.) =: o' Z O ? 'y:.
o C • C o CO o z o N O 71 N `C N m o p O `n co
C 0 CT 0 " -'co
3 v, 73
a C N ( p
o C o v 2 = x w Z 0 D
a %U o v co' .n O Z <. S
0
m m
o — m c
v •
:' m -
. a — m 3
m
•
'�
CD 0 0
9 -s 7 •
C
/J
i12:
• Z
C---J
n
m
•
e- `Jsk :..,..„„..„:„.„.........:i.....*:.?„,,,„„„,,,,:::::„..:::20,iiiii:.iiiim„,„„„:„,,...iiiim„,„„:...„„„„.
C `
4 • Z
D
• . E„. 0 :-.:1 .......:::::::;:in::::: :g .:.:-:ffei ....:.:......:..g;i:. :::•igi. ::::MI:Ei.•••:::: ::::::..
„,„,......:.....m,„.„,„:.......ymi„„„..„.....:,........:„.i.::::.:„.:„„„„,,„„.......m.„,„„„„,„„i.. ..m..:,„„:
o-
0
�v
O
.r9s
-0
,,r11
r , f
Q
�p . „, . „,„„„„„„,„„, „„„„„,„„„,,,„,:„„„„„„„,„„,„,„„„,,„,„„„„,„„„„„„,,,: :
r — Z
4 0 . , ..) C�
rn
•
. ,„,
....................................................................,...........................
.. ................................ .............,.............,...............................,
, •,....:....:.:„..........a.:„„„„„,„:„.........:.:ii:.......iii.:„.„:••••:.,.............„............",::::....:,....„.:...„......i.•:„.: ...„.„.,..........:•ii.........i:.:::„„„„„„„,„:
........................,......................,................................,..............................................,....
•
•
. . . ..........................................................,.............................................
Z
0m
,...„..„:„.......:iiim.:„„„„„„.:„......m,;,„„,„„„:.„........im.:„„,„„,„„„,maili„,„„„„,„„,ilima„„.
•
0.iii„„„„„„„„„...0.:ii......i...„„•:„„„„„:...........iiiii:ii...„,„„„„„„.„.i:K:...:...:m:.::.::.::::::::.:,::.::*m...:*„.::.:,..,:::::::::,..:::::::
.:*:.
. •
ii` �:
.
. .
. ,
_ •
. ,
. ............... ...... .....
.................................................................,...............................
.•...
. • • , :ri „,::::.„„....m.:•::.:.„„„„.:„:„..:i...m,„:„„„„„,„....0„:„„„„„*::•::•:*i*:....f.,:::::::::::::i*:::::::::::::::::::::::::::::.:::::::.
V -
TT C
• N
Z
n _ ii l
m
V
•
. rn
c
c
z
'
m
-{
CITY OF OMAHA J.T.L
REQUEST FOR BID AND BID SHEET •
ON INSTALLATION OF SWING GATE OPERATORS
FROM:P.M.Burke Published January 24, 199
• City Purchasing Agent
1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1
18191~arnam Street
Omaha,Nebraska 68183-0011
Bid Closing Date February 04, 1997
11:00 A.M.
IMPORTANT 4.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
1. Bid must be in the office of the CITY PURCHASING AGENT,1003 5.When submitting bid on items listed,bidder may on a separate sheet,
OMAHA-DOUGLAS CIVIC CENTER, 1819 Famam Street,Omaha,NE make suggestions covering reduction in costs wherever this is
68183-0011 by closing date and time indicated,in sealed envelope possible through redesign,change of material or utilization of standard
marked BID ON items or quantity change.
INSTALLATION OF SWING GATE OPERATORS
2. Right is reserved to accept or reject any or all bids in their entirety.Right 6.If you desire a copy of tabulation check[ ].
is also reserved to accept or reject any part of your bid unless otherwise Please do not call for this information.
indicated by you.
7.If you do not desire to bid,return sheets with reasons for declining.
3.If Federal Excise Tax applies,show amount of same and deduct. Failure to do so will indicate your desire to be removed from our
Exemption certificates will he furnished. Do not include tax in bid. mailing list.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the items(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Contractor will furnish all materials, labor and equipment necessary
to install two (2)swing gate operators with loop detection wiring
in accordance with specifications (2 pages)and 2 pages of
drawings at the Missouri River Wastewater Treatment Plant.
•
•
LUMP SUM BID $
•
•
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 Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the
Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita
Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or
SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid.
(Please Print Legibly or Type)
Payment Terms Firm Incorporated in
Delivery(or completion) Name Signature
calendar days following award Title Phone Fax
Address
HP-8B1 (94) • .. Street/P.O.Box City State • Zip
•
°µAHA NF6 City of f Omaha - Public Works
"®Pal � SPECIFICATION FOR: INSTALLATION OF SWING GATE OPERATORS WITH
otr ��-qZ=•
,,Eo FEBOQ{ LOOP DETECTION WIRING AT MISSOURI RIVER WASTEWATER TREATMENT
PLANT
I. GENERAL
The successful bidder shall furnish all materials, labor and equipment necessary to install two (2) swing gate
operators with loop detection wiring at South Inlet and Monroe Street Facility and to relocate one (1) card
reader,one(1)control box and one(1)modem from In-plant Lift Station to Monroe Street Facility. All work
shall be at the following address:
Missouri River Wastewater Treatment Plant
5600 South 10th Street
Omaha,NE 68107
H. SCOPE
See attached DWGS#1  for details.
III. MATERIAL
A. Swing Gate Operators
1. • Swing gate operator, for heavy duty commercial/industrial application,shall have a minimum of 1/2
H.P., 460 volt and 3 phase high starting torque motor with external overload protection. Acceptable
manufacturers are Stanley Swing Gate Operator, Model #490, Link Controls Swing Gate Operator,
Model HSW,or City of Omaha approved equal.
2. Motor contactor meets NEMA size"0"specifications.
3. Motor speed shall be single-belt,driven worm gear speed reducer with chain and sprocket final drive.
4. Operator shall have open override circuitry to provide complete control of gate while closing, and an
adjustable friction clutch for mechanical overload protection.
5. Heavy duty crank arm.
6. Weatherproof of cover shall be 11-gauge painted galvanized steel.
IV. SUBMITTALS
Bidders shall be required to submit a catalogue cut sheet on swing gate operator.
1/9/97 Pg. 1
•
V. MODE OF OPERATION
South Inlet Gates:
Provide an open-close-auto switch to operate the gate. In auto the gate shall operate upon signal by the loop
detection. Loop detection shall be installed to function as desired in this section. Once a vehicle passes over
the detection system the gate shall open. Upon passing through the gate a second loop shall initiate the
closure of the gate.This operation shall occur for a vehicle approaching from either direction. Control switch
shall be located within the MCC room of the South Inlet Grit Station.
Monroe Grit Station Gates:
The card reader system and controls that are removed from the Inplant Lift Station shall be installed to
operate gates. A card will be run through the card reader which will acknowledge the card and open the gate
for entry. Once through, the gate loop detection shall close the gate. To exit the facility the loop detector the
gates shall open the gate.A loop detector shall also be placed to close the gate upon exit.
VI. SITE INSPECTION
Bidders are encouraged to inspect the project site and verify dimension and quantities and site conditions prior to
bidding. Any questions pertaining to the project shall be directed to Michael Merriex, Project Engineer, at
(402)444-3903 or 3911.
VII. SAFETY
Contractor shall be responsible for all safety related aspects of this project in accordance with local, state and
federal regulations.
VIII. CONTRACT TIME
All items within the scope of this project shall be completed within 30 calendar days from notice to proceed
unless otherwise agreed upon in writing with the Owner.
IX. INSURANCE AND BOND
A. The successful bidder shall furnish a certificate of public liability insurance to indemnify the public for
injuries sustained by reason of carrying on the work and shall carry workperson's compensation insurance in
accordance with the statutory requirements of the State of Nebraska. The City of Omaha shall be named
as additional insured with the Contractor. Coverage shall be in the following minimum amounts:
Bodily Injury $300,000 each person
$500,000 each occurrence
Property Damage $300,000 each occurrence
X. WARRANTY
Contractor shall provide one(1)year warranty on all materials and labor.
1/9/97 Pg. 2
•
sA CITY OF OMAHA
LEGISLATIVE CHAMBER
•Omaha,Nebr April 8, 19 97
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
f `t
do
s .
WHEREAS,bids were received on February 4, 1997 for the installation of two slide
gate operators at the Missouri River Wastewater Treatment; and, i 4-
•
WHEREAS,Total Security Services submitted a bid of$20,950.00,being the lowest
• and best bid received for the installation of two slide gate operators.
NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT,the bid of$20,950.00 from Total Security Services for the installation of two
slide gate operators 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 be
accepted and the purchase order be issued.
BE IT FURTHER RESOLVED:
THAT,the Purchasing Agent be authorized to issue a purchase order to Total Security
Services for the installation of two slide gate operators.
BE IT ALSO FURTHER RESOLVED:
THAT,the Finance Department is authorized to pay the cost of the installation of two
slide gate operators from the Missouri River Wastewater Treatment Plant Maintenance Organization
1472, Fund 541.
APPROVED AS TO FORM:
IST T TY ATTORNEY DATE
P:\PW1\5843.SKZ
By.... . - J
Councilmember
Adopted .7 R - 8 1997
it C k,
Approved. 1//
Mayor y�
.ti N ►t m ., r.t rb 2 -
(!4cn E• to O
N.
O �, rrCT' En
v� cn p `C CD O
(D OO N
•
�' 1 F*D v \ �1 �D r� O CD .
'lb, OT.1 ► O rh O rtj S.
gn
o i \n
O N ~ � BCD
O.p O
C
• in'
7C p ri OO (OD
1 • r+, CD ►t r+ cn cn CD