Loading...
ORD 40570 - PO to JCI Industries Inc for maintenance on motors at wastewater treatment plants A,"A,N OF..� ;� Fg� F rl r i r_ r :� , iTt, ' '' ' L ! 'V , C jPublic Works Department V 7 �,��•, Omaha/Douglas Civic Center or,,, � � November 3, 2015 LP,P r.r j ^ p,r x tt 1819 f�arnam Street Suite 601 o s" '�^" Z.j r:. ; f J Omaha,Nebraska 68183-0601 o ��- —'t (402)444-5220 �4rBD FeaR� 4 12 �,; 12F _ Fax(402)444-5248 City of Omaha f; Robert G. Stubbe,P.E. JeanStothert,Mayor ,' a r ft Public Works Director Honorable President and Members of the City Council, Transmitted herewith is an Ordinance authorizing the issuance of a purchase order to JCI Industries, Inc. for a 12-month open order price agreement in the amount of $51,000.00 for electrical maintenance on motors and controls at the wastewater treatment plants and sewage lift stations; to provide for payments from appropriations of more than one year in accordance with Section 5.17 of the Home Rule Charter of 1956, as amended; to provide for payments from a specific account; and, to provide an effective date hereof. The bid specifications provide a price agreement that will be in effect for a period of 12 months with two one-year extension options. A copy of the bid documents is on file and available for inspection and review in the City Clerk's office. The contractor has a current Contract Compliance Report Form (CC-1) on file in the Human Rights and Relations Department. The Finance Department is authorized to pay the cost of electrical maintenance on motors and controls at the wastewater treatment plants and sewage lift stations in the amount of$51,000.00. These costs will be paid from the Sewer Revenue Fund 21121, Missouri River Plant Maintenance Organization 116613 and Papillion Creek Plant Maintenance Organization 116614, according to actual usage. The Public Works Department requests your consideration and approval of the attached Ordinance. Respectfully submitted, Referred to City Council for Consideration: 7 -- / -s- /s_ 114 -6U- /0 i Ro ert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: //e(/ -,-,/,_..... /4 4......, I 0/ 3— /1 ' _ : 1 Stephe B. Curtiss Date Spencer K. Danner Jr. ate Finance Director Human Rights and Relations Director 999bd ORDINANCE NO. 51a_<gD AN ORDINANCE authorizing the Purchasing Agent to issue a purchase order to JCI Industries, Inc. for a 12-month open order price agreement in the amount of$51,000.00 for electrical maintenance on motors and controls at the wastewater treatment plants and sewage lift stations with two one-year extension options; to provide for payments from appropriations of more than one year in accordance with Section 5.17 of the Home Rule Charter of 1956, as amended; to provide for payments from a specific account; and to provide an effective date hereof. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF OMAHA: Section 1. A bid was received from JCI Industries, Inc. on August 26, 2015 for a 12 month open order price agreement in the amount of $51,000.00 for electrical maintenance on motors and controls at the wastewater treatment plants and sewage lift stations with two one year extension options, being the lowest and best bid, and is approved. Section 2. That payments for the 12-month open order price agreement for electrical maintenance on motors and controls at the wastewater treatment plants and sewage lift stations with two one-year extension options, involving appropriations of more than one year, are authorized in accord with Section 5.17 of the Home Rule Charter of 1956, as amended. Section 3. That the Finance Department is authorized to pay for electrical maintenance on motors and controls at the wastewater treatment plants and sewage lift stations with two one-year extension options from the Sewer Revenue Fund 21121, Missouri River Plant Maintenance Organization 116613 and Papillion Creek Plant Maintenance Organization 116614, according to actual usage. Ordinance No. 4 (5 61 Page 2 Section 4. That this Ordinance, being administrative in nature, shall take effect and be in full force upon date of its passage. INTRODUCED BY COUNCILMEMBER , jAC4 APPROVED BY: M YOR OF THE CITY OF OMAHA D L� PASSED NOV 2 4 ZO15 /-o ATTEST: tier. CI CLERK OF THE CITY OF OMAHA A APPROVED AS TO FORM: a ITY ATTORNEY DATE 1000bd BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON:CITY OF OMAHA Electric Maintenance on Motors and Motor Controls JCI Industries, Malloy Northwest Date of Opening Page 1 Inc. Electric Electric, LLC September 16,2015 Department IAs Read in Bid Committee Public Works-Mo WWTP&PC WWTP Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE B PRICE C PRICE B PRICE PRICE PRICE Hourly charge-out labor rate (hours per year): (Inside shop work): 750 7:30 A.M.to 3:30 P.M. BID/hour: $34.50 $35.00 $34.00 Total: $25,875.00 $26,250.00 $25,500.00 40 3:30 P.M.to midnight&Saturday BID/hour: $51.00 $45.00 $50.00 Total: $2,040.00 $1,800.00 $2,000.00 40 Midnight to 7:30 A.M.&Holidays&Sunday BID/hour: $60.00 $57.00 $50.00 Total: $2,400.00 $2,280.00 $2,000.00 Hourly charge-out labor rate (hours per year): (Outside field service): 150 7:30 A.M.to 3:30 P.M. BID/hour: $50.00 $49.00 $50.00 Total: $7,500.00 $7,350.00 $7,500.00 40 3:30 P.M. to midnight&Saturday BID/hour: $60.00 $57.00 $50.00 Total: $2,400.00 $2,280.00 $2,000.00 40 Midnight to 7:30 A.M.&Holidays&Sunday BID/hour: $60.00 $60.00 $50.00 Total: $2,400.00 $2,400.00 $2,000.00 Douglas County Purchasing TABULATION OF BIDS ON:CITY OF OMAHA Electric Maintenance on Motors and Motor Controls JCI Industries, Malloy Northwest Date of Opening Page 2 Inc. Electric Electric, LLC September 16,2015 Department IAs Read in Bid Committee Public Works-Mo WWTP&PC WWTP Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE PRICE PRICE PRICE PRICE PRICE TOTAL: (based upon estimated 1,060 hours per year) $42,615.00 $42,360.00 $41,000.00 LUMP SUM: (for vibration analysis,including initial set up, overhead crane inspection,balancing,as specified) $8,385.00 $9,175.00 $12,895.00 ALL OR NONE TOTAL: (total per estimated 1,060 hours/year,vibration analysis,&fan balancing) $51,000.00 $51,535.00 $53,895.00 Terms: 100%/Net 30 Net 30 30%/Net Delivery(calendar days following award): T.B.D. On Call N/A DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET H.H. ON: CITY OF OMAHA Electric Maintenance on Motors& Motor Controls RETURN BIDS TO: Published: August 26,2015 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,September 16,2015 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates will be furnished. Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Electric Maintenance on Motors&Motor Controls 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on Items listed,bidder may on a separate sheet make Bid bond or certified check shall be made payable to'City of Omaha" suggestions covering redudion in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of materiel 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 bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Coundl. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS acceptor reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.doualascountwourchasing.orq. 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 Electrical Maintenance on Motors and Motor Control Centers-- Contract and Price Agreement for a 12-month terms with two(2) one(1)year extension options per the attached eleven(11) pages of specifications. Subject to City Council approval. Bid evaluation will be based on estimated 1,060 hours per year. The hourly rate will be multiplied by the estimated hours for each category and totaled. The contractor shall maintain a list of emergency contacts for use by plant personnel. ALL OR NONE TOTAL BID(from Page 2): $ 51,000.00 This is an All or None bid. Vendors must bid on every item listed (5%Bid Bond is to be based in the bid sheets or it will be cause for rejection of bid upon this amount,if over $20,000.00) Questions regarding this bid should be directed to: Mike Arends, Plant Manager, Missouri River Wastewater Treatment Plant at(402)444-3915,ext. 203 Joe Dabbs, Plant Manager, Papillion Creek Wastewater Treatment Plant at(402)444-3922,ext. 202 REQUIREMENTS 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. 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 Rights&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&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 100 % net 30 Firm:JCI Industries, Inc. 'incorporated In:Missouri Delivery(or completion) Name: Tom Rogge Signature: . Plat. Z IL O. calendar days following Title: Vice President-Service Phone: 816-525-3320 Fax: 816-525-5881 award Address: 1161 SE Hamblen Rd. Lee's Summit MO 64081 Street/P.O.Box City State Zip Email Address:trogge@jciind.com DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Electric Maintenance on Motors & Motor Controls NOT AN ORDER Page 2 QTY. DESCRIPTION UNIT PRICE EXTENSION Hourly Rate (Estimated Hourly charge-out labor rate hours/year) Inside shop work 7:30 A.M. to 3:30 P.M. $ 34.50 /hour x 750 hours/year $ 25,875.00 Inside shop work 3:30 P.M. to midnight& Saturday $ 51.00 /hour x 40 hours/year $ 2,040.00 Inside shop work midnight to 7:30 A.M. & Holidays& Sunday $ 60.00 /hour x 40 hours/year $ 2,400.00 Outside field service 7:30 A.M. to 3:30 P.M. $ 50.00 /hour x 150 hours/year $ 7,500.00 Outside field service 3:30 P.M. to midnight& Saturday $ 60.00 /hour x 40 hours/year $ 2,400.00 Outside field service midnight to 7:30 A.M. & Holidays &Sunday $ 60.00 /hour x 40 hours/year $ 2,400.00 TOTAL -based upon estimated 1,060 hours per year: $ 42.615.00 LUMP SUM: $ 8,385.00 (for vibration analysis, including initial set up,overhead crane inspection, and for balancing,as specified) NOTE: The above sum is for all vibration services specified in this contract. The sum submitted cannot be exceeded on an annual basis. If there is repair work required,a separate bid will be submitted and not put under this lump sum amount. ALL OR NONE TOTAL: $ 51,000.00 (total per estimated 1,060 hours/year,vibration analysis,&fan balancing) (5%Bid Bond is based upon this amount,if over $20,000) SIGN ALL COPIES Firm JCI Industries, Inc. BY Title Vice President Service CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Electric Maintenance on Motors & Motor Controls NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS 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 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. 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 Douglas County. 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. SIGN ALL COPIES Firm JCI Industries, Inc. By Title Vice President-Service CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 "Al ah I P.A r 3x� 1,1C.ii ri'�S''''a oF I. Regulation: 9�4421A FE9W,a,ro 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 X authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. X Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). X Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards .Law(Neb.Rev.Stat.Section 73-104 et seq.). © Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health X 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. X 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. f�-- - t5 Sap 20kr 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. JCIINDU-02 GGOLDEN ACORL7' DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 9/14/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: The Robert E Miller Group PHONE 616 3333000 FAX (816)822-1641 6363 College Blvd.,Suite 400 I - me,Ext):( C,No): Overland Park,KS 66211 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC S INSURER A:Travelers insurance(AC) 19046 INSURED INSURER B: JCI Industries,Inc. INSURER C: 1161 S.E.Hamblen Road INSURER D: Lee's Summit,MO 64081 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRR TYPE OF INSURANCE INSDSR D W VD POLICY NUMBER POUCY€FF MM/13 POLICY EXP OMITS (MMlDD/YYYY) (MMA1DlYYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE X OCCUR Y630941X1131COF14 10106/2014 10/06/2015 DAM TO(E RENIbDeoccurre ) $ 1,000,000 nce MED EXP(Any one person) $ 6,000 PERSONAL&ADV INJURY $ 1,000,000 GENt AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X SEC LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER:XCV $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1 000 000 (Ea accident) > > A X ANY AUTO Y8103962A041C0F14 10/06/2014 10/06/2015 BODILY INJURY(Per person) I ALL OWNED j SCHEDULED L_ AUTOS AUTOS BODILY INJURY(Per accident) I X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE - AUTOS (Per accident) S X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESS LIAB CLAIMS-MADE YSMCUP3982A121T1L14 10/06/2014 10/06/2015 AGGREGATE $ DED RETENTIONS S 2,000,000 WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'UABILITY _ STATUTE ER A ANY PROPRIETOR/PARTNER/EXECUTIVE Y1 N YKUB3912A37614 10106/2014 10/06/2015 E.L.EACH ACCIDENT a 1,000,000 OFFICER/MEMBER EXCLUDED? I N 1 N I A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) City of Omaha,NE is included as an additional insured as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Omaha,Attn City Clerk THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1819 Farnam Street,LC-1 Omaha-Douglas Civic Center Omaha,NE 68183 AUTHORIZED REPRESENTAIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD July 2015 SPECIFICATIONS FOR PREDICTIVE MAINTENANCE SERVICES AND INSPECTION, MAINTENANCE AND REPAIR OF ELECTRICAL MOTORS, MOTOR CONTROLS, AND ASOCIATED ELECTRICAL SERVICES At the City of Omaha, Nebraska Missouri River and Papillion Creek Wastewater Treatment Plants Michael Arends,Missouri River Plant Manager Telephone: (402) 444-3915 x203; Fax: (402) 444-3904 E-mail: Mike.ArendsPcityofomaha.org Joe Dabbs,Papillion Creek Plant Manager Telephone: (402) 444-3922 x2200; Fax: (402)444-3921 E-mail: Joseph.Dabbs@)ci.omaha.ne.us I) GENERAL The City of Omaha has a significant number of electrical motors,motor control and associated electrical components at its wastewater treatment facilities. This specification covers the routine,predictive/preventive and corrective maintenance for all that equipment at both plants. The work in this contract takes place in wastewater treatment facilities and all perspective contractors must be aware of the precautions necessary to limit exposure to odors associated with wastewater treatment processes. Employee safety is the sole responsibility of the contractor. II) SCOPE OF WORK 1) The Contractor shall perform inspection, maintenance,and repair services on various electrical equipment for the following City of Omaha installations: • Papillion Creek Wastewater Treatment Plant • Missouri River Wastewater Treatment Plant • Elkhorn Wastewater Treatment Plant • Approximately 70 Pump Stations and Grit Removal Facilities 2) Predictive maintenance services will consist of vibration monitoring and annual balancing of various ventilation fans. T.R. 3) It shall be the responsibility of the Contractors to familiarize themselves with the equipment,services to be performed,and the environment prior to submitting a bid. Lack of knowledge concerning any or all parts of the work shall not be accepted after the bid opening as a reason fro withdrawing the bid or failing to perform the work. III) SERVICES TO BE PERFORMED 1) The following is a list of anticipated equipment and devices to be serviced,or repaired but not limited to: • Electric Motors • Electric Motor Controls • Underground and Overhead High voltage Service Cables • Tap Fuses • Transformers • Insulators • Switch Gear • Generator and Synchronization Gear • Compressors • Blowers • Pumps • Overhead Cranes 2) Vibration analysis shall be performed on a semi-annual basis on the following equipment: Missouri River WWTP: a) Transfer Lift Pump Station. Four(4)Allis Chalmers centrifugal pumps. Vibration measurements to be taken at the motor and pump bearing housings. b) Trickling Filter Pump Station. Three(3)Worthington centrifugal pumps. Vibration measurements to be taken at the motor and pump bearing housings. c) Energy Recovery Facility. Two (2) Fuller sliding vane gas compressors. Vibration measurements to be taken at all bearing locations on the compressors and the drives. d) Monroe Street Pump Station. One (1) Fairbanks Morse centrifugal pump. Vibration measurements to be taken at the motor and pump bearing housings. Papillion Creek WWTP: 2 a) Trickling Filter Pump Station. Five (5) Byron Jackson vertical propeller pumps. Vibration measurements to be taken at the top of the pump and at both motor bearing locations. b) Non-potable Pump Station. Three (3) Fairbanks Morse vertical turbine pumps. Vibration readings to be taken at the top of the pump and at both motor bearing locations. c) Secondary Pump Station. Four(4) Lamson blowers. Vibration measurements to be taken at motor bearing locations. d) Secondary Pump Station, Four (4) Fairbanks Morse recirculation pumps. Vibration measurements to be taken at the motors and pump bearing locations. e) 900 Gas Room (2) Hoffman Biogas Blowers, Elkhorn WWTP: a) Oxidation Ditch Treatment System. Six(6)Aerotor mixers. Vibration measurements to be taken on motor bearings. Levee Pump Stations; a) Burt Izard Pump Station. Three (3) Fairbanks Morse centrifugal pumps.Vibration measurements to be taken at the pump bearings and at both motor bearing locations. b) Leavenworth Pump Station. Three (3) Fairbanks Morse centrifugal pumps.Vibration measurements to be taken at the pump bearings and at both motor bearing locations. Frequency spectrums for all readings shall be delivered to the City along with interpretation of any abnormal readings or readings approaching limit values. 3) Fan Balancing At the Missouri River WWTP,the following ventilation fans shall be balanced once per year prior to seasonal start-up. • Two (2)fans for the Calvert scrubbers • One (1) fan for the Quad Scrubber • One(1) fan for the Duall scrubber • One(1)fan and one(1) 15 Horsepower fan for the Beardsley Piper scrubbers • Four(4)fans for the Rosswood scrubbers • One (1) fan for the Monroe Biofilter • Two (2) SOIA Headworks Odor Control Biofilter Fans • Municipal Headworks Odor Control Fan .0 ..A Q. 3 At the Papillion Creek WWTP,the following ventilation fans shall be balanced once per year prior to seasonal start-up. • One (1) fan for the Dissolved Air Flotation Thickener • One (1) fan for the Gravity Thickener • Eight(8) Primary Clarifier Fans • Six(6) Raw Sewage Exhaust Fans At the Burt Izard Station,the following ventilation fans shall be balanced once per year prior to seasonal start-up • Four(4) fans for the Barneby-Sutcliffe carbon scrubbers At the South Omaha Industrial Area Lift Station,the following ventilation fan shall be balanced once per year prior to seasonal start-up • One (1) fan for the SOIA Lift Station Biofilter 4) Thermographic Inspections Thermographic inspections of motor control centers and other electrical equipment shall be performed when requested by the facility maintenance supervisor. Record of inspections shall be copies of actual infrared photographs of the equipment including descriptions of any problems found. 5) Overhead Crane Inspections Inspections of overhead cranes shall be performed once per year and repaired when requested by the facility maintenance supervisor. • Three(3) overhead cranes at the Burt-Izard Facility • One (1) overhead crane at the Minne-Lusa Grit Facility • One (1) overhead crane at the Dupont Grit Facility • One(1) overhead crane at the Hickory Grit Facility • One(1) overhead crane at the Pierce Grit Facility • One(1) overhead crane at the Riverview Grit Facility • One (1) overhead crane at the Ohern Grit Facility • One (1) overhead crane at the 6th and Leavenworth Grit Facility • One (1) overhead crane at the 1st and Leavenworth Lift Station • One (1) overhead crane at the Storz Expressway Facility • One (1) overhead crane at the Bay Shores Lift Station • Seven (7) Overhead Cranes at the Papillion Creek WWTP 4 6) High Voltage Equipment The Contractor shall provide repair or replacement service for high voltage equipment(in excess of 480 volts)as requested by the City. The Contractor is responsible for personnel safety,equipment,and high-reach equipment needed to perform this work. The Contractor must also provide emergency contact information for personnel and sub-contracted personnel performing these services to the City. IV) QUALIFICATIONS 1) Two (2)years minimum experience in commercial/industrial electrical maintenance services shall be required for all personnel on the job. 2) All vibration analysis inspections shall be performed by trained and qualified technicians. 3) All overhead crane inspections shall be performed by trained and qualified technicians. 4) The Contractor shall submit to the City,short experience resumes for the personnel proposed to work on the City's equipment 5) The Contractor must provide high reach equipment for overhead line work. V) PARTS/CONSUMABLE SERVICE REPLACEMENTS 1) All parts,components,or devices for the equipment being serviced that are worn or are not in proper operational condition, shall be repaired and/or replaced with parts, components, or devices of the same manufacturer or a City approved equal. 2) When equipment or parts are replaced in their entirety,and a newer design of this device/part is available,the device/part of the new design shall be used as the replacement if approved by the City. 3) All repair and replacement parts,components,and devices for the equipment shall be supplied by the Contractor at cost plus percentage mark-up as bid except when parts are available from City stock. VI) EMERGENCY SERVICE AND ADDITIONAL WORK 1) The Contractor shall provide on-call emergency services as needed. All labor costs expended on such a call shall be provided by the Contractor and shall be at the hourly rate as indicated on the bid sheet. These emergency services shall be provided as often as needed,weekends and legal holidays included. 5 • '' Two The Contractor shall respond to an emergency call within two (2) hours during normal working hours,and within four (4) hours during evenings, nights,weekends,and holidays. 2) Additional services and repairs shall be provided upon request by the City. VII) SERVICE PERFORMANCE GUARANTEES 1) Warranty: The Contractor shall provide a one-year warranty covering all workmanship, parts,materials,and services as outlined within the specifications,and as provided by the Contractor or his subcontractors during the course of the contract. This guarantee shall include all labor(whether it be preventive, repair,breakdown,overhaul,emergency,or other type of labor),all parts and materials(as outlined in the section titled PARTS REPLACEMENT),AND related for all equipment and services as described in this specification. 2) Performance Review: The City may,at any time,review 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 by the City for correction. Problems or deficiencies of significant importance or of a continual nature,or failure of the Contractor to correct deficiencies within the time period agreed upon shall constitute cause for termination of the services upon thirty(30) days written notice. VIII) CONTRACT PERIOD AND PRICE ADJUSTMENT 1) The initial term of this agreement shall be for a period of one year from date of contract award. The City may,at its own option,renew terms of this contract for two additional one-year periods beyond the original contract year. If the City exercises the option to renew the contract on an annual basis a written notice of intent will be sent to the Contractor 60 days before the agreement expires. Extension of the contract shall be the option of the City of Omaha exercised by the Director of Public Works or his authorized representative. 2) At the end of each contract year,this contract shall be reviewed. The unit prices may be revised for the next year up to 75 percent of the difference of 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 contract year. The revised price will be negotiated with the ''�'�'tg. 6 Contractor. Revised prices cannot exceed limits calculated using the following formulas: The Consumer Price Index (Urban) obtained from the US Department of Labor, Bureau of Labor Statistics,will be used in the formulas below to determine the price revision factor. New upper limit unit prices shall be computed to the nearest cent. CPI-U for the anniversary month minus the CPI-U for the previous year's anniversary month equals the Difference. Difference times 0.75 equals the Adjusted CPI-U. Adjusted CPI-U/ Last year's anniversary month CPI-U equals the Price Revision Factor. Price Revision Factor x Previous year's unit prices- New upper limit unit price for the next year's agreement. 3) The escalator clause for anniversary date increase or decrease will remain continuously in effect during any contract extension. The price revision factor shall also be applied to hourly rates on extra,emergency,and overtime services. Markup for subcontractor work shall not exceed 5%. Payments shall be made monthly for preventive maintenance work and additional emergency services upon submittal of a written service report detailing all work performed. Tag number for each individual electrical motor repaired shall be put on the invoice. Payments for additional or emergency services shall be based on each job being itemized and invoiced as an individual item, with sufficient detail to define the scope of work performed. Cost of labor and parts shall be billed according to bid prices. IX)BONDS AND INSURANCE 1) The Contractor shall submit a bid bond or certified check in the amount required on the bid sheet. 2) The Contractor shall carry workmen's compensation insurance in accordance with the laws of the State of Nebraska to protect himself and the City of Omaha against liability under the workmen's compensation and occupational disease statutes of the State of Nebraska. 3) The Contractor shall carry in its or its company's name a policy or policies under a comprehensive form to insure contractual and automobile liability as well as operations other than automobile with coverage of not less that $300,000 each person,$500,000 each occurrence bodily injury liability,and $300,000 each accident for property damage. This policy shall also protect the City of Omaha, its officers,agents,and employees,AS ADDITIONAL 7 Tw(2. � •• INSURED,and shall be in a form approved by the Public Works Department. Duplicate copy of each policy shall be filed with the Public Works Department. 8 X) SPECIAL CONDITIONS 1) Contractor shall conform with all ordinances,law rules,and regulations, applicable to this agreement,and its'operations shall be in accordance therewith. 2) The Contractor shall indemnify and save harmless the City of Omaha, its officers,employees,and agents from all claims,lawsuits or actions of every kind and character made upon or brought against the said City of Omaha, its officers, employees and agents,for or on account of any injuries or damages received or sustained by any party or parties by or from acts of the said contractor or its servants,agents and subcontractors, in doing the work and rendering the services herein contracted for,or by or in consequence of any negligence in operations or any improper material or equipment used,or by or on account of an act or omission of said Contractor or his or its servants, agents and subcontractors,and also from all claims or damage or infringements of any patent in fulfilling this contract. This indemnity shall include attorney's fees and costs and all other expenses incurred in the defense of any suit. 3) Contractor shall pay all just claims due for the payment of all employees and mechanics for labor performed,for the payment of all material and equipment rental which is actually used in the performance of this agreement. 4) Contractor shall not be permitted to assign this agreement to another party, company, partnership or corporation without specific approval in writing from the City. 5) The right is reserved to accept or reject any or all proposals to consider the competency and responsibility of all bidders,and to use any information deemed necessary to establish the ability of any bidder to perform all conditions of the contract in order to avoid awarding a contract to a firm unable to produce the quality of service required and intended by this specification. 6) Subcontracting portions of the services to be provided shall not exceed 50% in the total work for the year. The Contractor shall assume all the responsibility and liability for any and all sub-contractors which it uses. 7) The contractor's responsibility for injury to persons or property that may be caused by or arise through the maintenance,service, functioning or use of the equipment shall be limited to injury caused directly by the negligence of the contractor in performing the obligations as set forth in these specifications. Tw 2 9 • 8) The contractor shall not be made responsible for payment of any present and future taxes or any other governmental charge hereafter imposed by existing or future laws with respect to transfer,use of ownership or possession of the equipment to which these specifications relate. 9) The contractor shall not be free from assuming all responsibility for properly estimating the difficulties and the cost of performing the services required within these specifications because of failure to investigate the conditions or become acquainted with all the information concerning the services to be performed. 10) The contractor must adhere to all City Spill Prevention requirements as set forth by the State of Nebraska and the US Environmental Protection Agency (EPA). XI)BID EVALUATION 1) Bids will be evaluated and low bid will be determined by the following method: Inside shop work (8:00 AM to 4:30 PM) Bid/hour x 750 hours= Inside shop work(4:30 PM to Midnight and Saturday) Bid/hour x 40 hours= Inside shop work(Midnight to 8:00 AM and Holidays and Sunday) Bid/hour x 40 hours = Outside field service (8:00 AM to 4:30 PM) Bid/hour x 150 hours Outside field service (4:30 PM to Midnight and Saturday) Bid/hour x 40 hours = Outside field service (Midnight to 8:00 AM and Holidays and Sunday) Bid/hour x 40 hours = TOTAL based upon estimated 1,060 hours per year=$ LUMP SUM for vibration analysis (including initial setup), overhead crane inspection,and for fan balancing as specified =$ ALL OR NONE TOTAL (total per estimated 1,060 hours per year+ vibration analysis and fan balancing) = $_ 10 XII) QUESTIONS All questions should be directed to: • Mike Arends, Missouri River Plant Manager(402) 444-3915 x203 • Joe Dabbs,Papillion Creek Plant Manager(402) 444-3922 x2200 R. 11 DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET H.H. ON: CITY OF OMAHA Electric Maintenance on Motors &Motor Controls RETURN BIDS TO: Published: August 26,2015 Page 1 CITY CLERK 1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,September 16,2015 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates wit be furnished. Do not Include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Electric Maintenance on Motors&Motor Controls 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or certified check shall be made payable to'City of Omaha' 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 bid,return sheets with reason for declining. Failure to do so MI indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountvourchasino.orq. 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 Electrical Maintenance on Motors and Motor Control Centers-- Contract and Price Agreement for a 12-month terms with two(2) one(1)year extension options per the attached eleven(11) pages of specifications. Subject to City Council approval. Bid evaluation will be based on estimated 1,060 hours per year. The hourly rate will be multiplied by the estimated hours for each category and totaled. The contractor shall maintain a list of emergency contacts for use by plant personnel. r ALL OR NONE TOTAL BID(from Page 2): $ 5 17 5 35 This is an All or None bid. Vendors must bid on every item listed (5%Bid Bond is to be based in the bid sheets or it will be cause for rejection of bid upon this amount,if over $20,000.00) Questions regarding this bid should be directed to: Mike Arends, Plant Manager, Missouri River Wastewater Treatment Plant at (402)444-3915, ext. 203 Joe Dabbs, Plant Manager, Papillion Creek Wastewater Treatment Plant at(402)444-3922,ext.202 REQUIREMENTS 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. 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 Rights&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&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_gic. 30 Firm: 4( I 1JLtr Incorporatedl mov t5 / In: S x F1t 5 b Delivery(or completion) Name: IPJb '�A{� Signature: .1� / ]. �4 On/alLcalendar days following Title: 1D981-11.�—fie 0�"S ,Phone:i/ nq _Lrc'/ Fax: 4104'I .—J1?� award Address: g770 St). 1g2ND3H- S1L4t! A/L toss (Z Street/P.O.Box City f State Zip Email Address: l.LdeViQai € iYe)intato ied...T)C. eCU/r? DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Electric Maintenance on Motors &Motor Controls NOT AN ORDER Page 2 QTY. DESCRIPTION UNIT PRICE EXTENSION Hourly Rate (Estimated Hourly charge-out labor rate hours/year) Inside shop work 7:30 A.M.to 3:30 P.M. $ 35 /hour nn// ��vV x 750 hours/year $ oG(aro^50 Inside shop work 3:30 P.M.to midnight&Saturday $ 4c /hour Qv x 40 hours/year $ I FiCIO� Inside shop work midnight to 7:30 A.M. & Holidays &Sunday $ 57 /hour �y� l�� x 40 hours/year $. o�(�C!"7V Outside field service 7:30 A.M.to 3:30 P.M. $ LICI /hour -7 �-r - x 150 hours/year $ Outside field service 3:30 P.M.to midnight& Saturday $ 6 7 /hour x 40 hours/year $ 0-04112.) Outside field service midnight to 7:30 A.M. & Holidays & Sunday $ 420 /hour ^��J (117 x 40 hours/year $ OWN �� If TOTAL-based upon estimated 1,060 hours per year: $ T(2j3 ti0 00 LUMP SUM: $41. _i r75 (for vibration analysis,including initial set up,overhead crane Inspection, and for balancing,as specified) NOTE: The above sum is for all vibration services specified in this contract. The sum submitted cannot be exceeded on an annual basis. If there is repair work required,a separate bid will be submitted and not put under this lump sum amount. OP 1 ALL OR NONE TOTAL: $5 )53 (total per estimated 1,060 hours/year,vibration analysis,&fan balancing) (5%Bid Bond is based upon this amount,if over $20,000) SIGN ALL COPIES FirmgliOuq,,Iferi By , O, yrTitle ('a j i OYl CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Electric Maintenance on Nbtors &Motor Controls NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS 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 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. 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 Douglas County. 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. lithe 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. SIGN ALL COPIES FirBmy Istidt�� >,,r f 1 frir; Title �1p - V 4 rCt ►r»/11 CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 ;��pv,AH&Aj y� h .r, cif , _ �� _ti Regulation: oR*en Ftina`'°�, 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 1��tI' authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. 11' Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). 7r, Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat. Section 73-104 et seq.). F • 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 ors 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. rT� 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. D.A.; -9-1 Si ature 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. July 2015 SPECIFICATIONS FOR PREDICTIVE MAINTENANCE SERVICES AND INSPECTION, MAINTENANCE AND REPAIR OF ELECTRICAL MOTORS, MOTOR CONTROLS, AND ASOCIATED ELECTRICAL SERVICES At the City of Omaha, Nebraska Missouri River and Papillion Creek Wastewater Treatment Plants Michael Arends,Missouri River Plant Manager Telephone: (402) 444-3915 x203;Fax: (402) 444-3904 E-mail: Mike.Arends@icityofomaha.org Joe Dabbs,Papillion Creek Plant Manager Telephone: (402) 444-3922 x2200; Fax: (402) 444-3921 E-mail: Joseph.DabbsPci.omaha.ne,us I) GENERAL The City of Omaha has a significant number of electrical motors,motor control and associated electrical components at its wastewater treatment facilities. This specification covers the routine, predictive/preventive and corrective maintenance for all that equipment at both plants. The work in this contract takes place in wastewater treatment facilities and all perspective contractors must be aware of the precautions necessary to limit exposure to odors associated with wastewater treatment processes. Employee safety is the sole responsibility of the contractor. II) SCOPE OF WORT{ 1) The Contractor shall perform inspection, maintenance,and repair services on various electrical equipment for the following City of Omaha installations: • Papillion Creek Wastewater Treatment Plant • Missouri River Wastewater Treatment PIant • Elkhorn Wastewater Treatment Plant • Approximately 70 Pump Stations and Grit Removal Facilities 2) Predictive maintenance services will consist of vibration monitoring and annual balancing of various ventilation fans. 3) It shall be the responsibility of the Contractors to familiarize themselves with the equipment,services to be performed,and the environment prior to submitting a bid. Lack of knowledge concerning any or all parts of the work shall not be accepted after the bid opening as a reason fro withdrawing the bid or failing to perform the work. III) SERVICES TO BE PERFORMED 1) The following is a list of anticipated equipment and devices to be serviced, or repaired but not limited to: • Electric Motors • Electric Motor Controls • Underground and Overhead High voltage Service Cables • Tap Fuses • Transformers • Insulators • Switch Gear • Generator and Synchronization Gear • Compressors • Blowers • Pumps • Overhead Cranes 2) Vibration analysis shall be performed on a semi-annual basis on the following equipment: Missouri River WWTP: a) Transfer Lift Pump Station. Four(4)Allis Chalmers centrifugal pumps. Vibration measurements to be taken at the motor and pump bearing housings. b) Trickling Filter Pump Station. Three (3) Worthington centrifugal pumps. Vibration measurements to be taken at the motor and pump bearing housings. c) Energy Recovery Facility. Two (2) Fuller sliding vane gas compressors. Vibration measurements to be taken at all bearing locations on the compressors and the drives. d) Monroe Street Pump Station. One(1) Fairbanks Morse centrifugal pump. Vibration measurements to be taken at the motor and pump bearing housings. Papillion Creek WWTP: 2 a) Trickling Filter Pump Station. Five (5) Byron Jackson vertical propeller pumps. Vibration measurements to be taken at the top of the pump and at both motor bearing locations. b) Non-potable Pump Station. Three (3) Fairbanks Morse vertical turbine pumps. Vibration readings to be taken at the top of the pump and at both motor bearing locations. c) Secondary Pump Station. Four(4) Lamson blowers. Vibration measurements to be taken at motor bearing locations. d) Secondary Pump Station, Four(4) Fairbanks Morse recirculation pumps. Vibration measurements to be taken at the motors and pump bearing locations. e) 900 Gas Room (2) Hoffman Biogas Blowers. Elkhorn WWTP: a) Oxidation Ditch Treatment System. Six(6)Aerotor mixers. Vibration measurements to be taken on motor bearings, Levee Pump Stations: a) Burt Izard Pump Station. Three (3) Fairbanks Morse centrifugal pumps.Vibration measurements to be taken at the pump bearings and at both motor bearing locations. b) Leavenworth Pump Station. Three(3) Fairbanks Morse centrifugal pumps.Vibration measurements to be taken at the pump bearings and at both motor bearing locations. Frequency spectrums for all readings shall be delivered to the City along with interpretation of any abnormal readings or readings approaching limit values. 3) Fan Balancing At the Missouri River WWTP,the following ventilation fans shall be balanced once per year prior to seasonal start-up. • Two (2) fans for the Calvert scrubbers • One(1) fan for the Quad Scrubber • One(1) fan for the Duall scrubber • One(1) fan and one(1) 15 Horsepower fan for the Beardsley Piper scrubbers • Four(4) fans for the Rosswood scrubbers • One(1)fan for the Monroe Biofilter • Two (2) SOIA Headworks Odor Control Biofilter Fans • Municipal Headworks Odor Control Fan 3 At the Papillion Creek WWTP,the following ventilation fans shall be balanced once per year prior to seasonal start-up. • One (1) fan for the Dissolved Air Flotation Thickener • One (1) fan for the Gravity Thickener • Eight(8) Primary Clarifier Fans • Six (6) Raw Sewage Exhaust Fans At the Burt Izard Station,the following ventilation fans shall be balanced once per year prior to seasonal start-up • Four (4) fans for the Barneby-Sutcliffe carbon scrubbers At the South Omaha industrial Area Lift Station,the following ventilation fan shall be balanced once per year prior to seasonal start-up • One (1) fan for the SOIA Lift Station Biofilter 4) Thermographic Inspections Thermographic inspections of motor control centers and other electrical equipment shall be performed when requested by the facility maintenance supervisor. Record of inspections shall be copies of actual infrared photographs of the equipment including descriptions of any problems found. 5) Overhead Crane Inspections Inspections of overhead cranes shall be performed once per year and repaired when requested by the facility maintenance supervisor. • Three(3) overhead cranes at the Burt-Izard Facility • One (1) overhead crane at the Minne-Lusa Grit Facility • One (1) overhead crane at the Dupont Grit Facility • One(1) overhead crane at the Hickory Grit Facility • One(1) overhead crane at the Pierce Grit Facility • One(1) overhead crane at the Riverview Grit Facility • One (1) overhead crane at the Ohern Grit Facility • One (1) overhead crane at the 6th and Leavenworth Grit Facility • One (1) overhead crane at the 1st and Leavenworth Lift Station • One(1) overhead crane at the Storz Expressway Facility • One(1) overhead crane at the Bay Shores Lift Station • Seven(7) Overhead Cranes at the Papillion Creek WWTP 4 6) High Voltage Equipment The Contractor shall provide repair or replacement service for high voltage equipment(in excess of 480 volts)as requested by the City. The Contractor is responsible for personnel safety,equipment,and high-reach equipment needed to perform this work. The Contractor must also provide emergency contact information for personnel and sub-contracted personnel performing these services to the City. IV) QUALIFICATIONS 1) Two (2) years minimum experience in commercial/industrial electrical maintenance services shall be required for all personnel on the job. 2) All vibration analysis inspections shall be performed by trained and qualified technicians. 3) All overhead crane inspections shall be performed by trained and qualified technicians. 4) The Contractor shall submit to the City,short experience resumes for the personnel proposed to work on the City's equipment 5) The Contractor must provide high reach equipment for overhead line work. V) PARTS/CONSUMABLE SERVICE REPLACEMENTS 1) All parts,components,or devices for the equipment being serviced that are worn or are not in proper operational condition,shall be repaired and/or replaced with parts,components, or devices of the same manufacturer or a City approved equal. 2) When equipment or parts are replaced in their entirety,and a newer design of this device/part is available,the device/part of the new design shall be used as the replacement if approved by the City. 3) All repair and replacement parts,components, and devices for the equipment shall be supplied by the Contractor at cost plus percentage mark-up as bid except when parts are available from City stock. VI) EMERGENCY SERVICE AND ADDITIONAL WORK 1) The Contractor shall provide on-call emergency services as needed. All labor costs expended on such a call shall be provided by the Contractor and shall be at the hourly rate as indicated on the bid sheet. These emergency services shall be provided as often as needed,weekends and legal holidays included. 5 The Contractor shall respond to an emergency call within two (2) hours during normal working hours,and within four(4) hours during evenings, nights,weekends,and holidays. 2) Additional services and repairs shall be provided upon request by the City. VII) SERVICE PERFORMANCE GUARANTEES 1) Warranty: The Contractor shall provide a one-year warranty covering all workmanship, parts,materials,and services as outlined within the specifications, and as provided by the Contractor or his subcontractors during the course of the contract. This guarantee shall include all labor(whether it be preventive, repair,breakdown, overhaul,emergency,or other type of labor),all parts and materials(as outlined in the section titled PARTS REPLACEMENT),AND related for all equipment and services as described in this specification. 2) Performance Review: The City may,at any time, review 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 by the City for correction. Problems or deficiencies of significant importance or of a continual nature, or failure of the Contractor to correct deficiencies within the time period agreed upon shall constitute cause for termination of the services upon thirty (30) days written notice. VIII) CONTRACT PERIOD AND PRICE ADJUSTMENT 1) The initial term of this agreement shall be for a period of one year from date of contract award. The City may,at its own option,renew terms of this contract for two additional one-year periods beyond the original contract year. If the City exercises the option to renew the contract on an annual basis a written notice of intent will be sent to the Contractor 60 days before the agreement expires. Extension of the contract shall be the option of the City of Omaha exercised by the Director of Public Works or his authorized representative. 2) At the end of each contract year,this contract shall be reviewed. The unit prices may be revised for the next year up to 75 percent of the difference of 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 contract year. The revised price will be negotiated with the 6 Contractor. Revised prices cannot exceed limits calculated using the following formulas: The Consumer Price Index (Urban) obtained from the US Department of Labor, Bureau of Labor Statistics,will be used in the formulas below to determine the price revision factor. New upper limit unit prices shall be computed to the nearest cent. CPI-U for the anniversary month minus the CPI-U for the previous year's anniversary month equals the Difference. Difference times 0.75 equals the Adjusted CPI-U. Adjusted CPI-U/ Last year's anniversary month CPI-U equals the Price Revision Factor. Price Revision Factor x Previous year's unit prices---- New upper limit unit price for the next year's agreement. 3) The escalator clause for anniversary date increase or decrease will remain continuously in effect during any contract extension. The price revision factor shall also be applied to hourly rates on extra, emergency, and overtime services. Markup for subcontractor work shall not exceed 5%. Payments shall be made monthly for preventive maintenance work and additional emergency services upon submittal of a written service report detailing all work performed. Tag number for each individual electrical motor repaired shall be put on the invoice. Payments for additional or emergency services shall be based on each job being itemized and invoiced as an individual item, with sufficient detail to define the scope of work performed. Cost of labor and parts shall be billed according to bid prices. IX)BONDS AND INSURANCE 1) The Contractor shall submit a bid bond or certified check in the amount required on the bid sheet. 2) The Contractor shall carry workmen's compensation insurance in accordance with the laws of the State of Nebraska to protect himself and the City of Omaha against liability under the workmen's compensation and occupational disease statutes of the State of Nebraska. 3) The Contractor shall carry in its or its company's name a policy or policies under a comprehensive form to insure contractual and automobile liability as well as operations other than automobile with coverage of not less that $300,000 each person, $500,000 each occurrence bodily injury liability,and $300,000 each accident for property damage. This policy shall also protect the City of Omaha,its officers,agents, and employees,AS ADDITIONAL 7 INSURED,and shall be in a form approved by the Public Works Department. Duplicate copy of each policy shall be filed with the Public Works Department. 8 X) SPECIAL CONDITIONS 1) Contractor shall conform with all ordinances, law rules,and regulations, applicable to this agreement,and its'operations shall be in accordance therewith. 2) The Contractor shall indemnify and save harmless the City of Omaha,its officers, employees, and agents from all claims, lawsuits or actions of every kind and character made upon or brought against the said City of Omaha, its officers,employees and agents,for or on account of any injuries or damages received or sustained by any party or parties by or from acts of the said contractor or its servants,agents and subcontractors,in doing the work and rendering the services herein contracted for, or by or in consequence of any negligence in operations or any improper material or equipment used,or by or on account of an act or omission of said Contractor or his or its servants, agents and subcontractors, and also from all claims or damage or infringements of any patent in fulfilling this contract, This indemnity shall include attorney's fees and costs and all other expenses incurred in the defense of any suit. 3) Contractor shall pay all just claims due for the payment of all employees and mechanics for labor performed,for the payment of all material and equipment rental which is actually used in the performance of this agreement. 4) Contractor shall not be permitted to assign this agreement to another party, company,partnership or corporation without specific approval in writing from the City. 5) The right is reserved to accept or reject any or all proposals to consider the competency and responsibility of all bidders,and to use any information deemed necessary to establish the ability of any bidder to perform all conditions of the contract in order to avoid awarding a contract to a firm unable to produce the quality of service required and intended by this specification. 6) Subcontracting portions of the services to be provided shall not exceed 50% in the total work for the year. The Contractor shall assume all the responsibility and liability for any and all sub-contractors which it uses. 7) The contractor's responsibility for injury to persons or property that may be caused by or arise through the maintenance,service,functioning or use of the equipment shall be limited to injury caused directly by the negligence of the contractor in performing the obligations as set forth in these specifications. 9 8) The contractor shall not be made responsible for payment of any present and future taxes or any other governmental charge hereafter imposed by existing or future laws with respect to transfer, use of ownership or possession of the equipment to which these specifications relate. 9) The contractor shall not be free from assuming all responsibility for properly estimating the difficulties and the cost of performing the services required within these specifications because of failure to investigate the conditions or become acquainted with all the information concerning the services to be performed. 10) The contractor must adhere to all City Spill Prevention requirements as set forth by the State of Nebraska and the US Environmental Protection Agency (EPA). XI)BID EVALUATION 1) Bids will be evaluated and low bid will be determined by the following method: Inside shop work(8:00 AM to 4:30 PM) Bid/hour x 750 hours ---- Inside shop work(4:30 PM to Midnight and Saturday) Bid/hour x 40 hours= Inside shop work(Midnight to 8:00 AM and Holidays and Sunday) Bid/hour x 40 hours = Outside field service (8:00 AM to 4:30 PM) Bid/hour x 150 hours= Outside field service(4:30 PM to Midnight and Saturday) Bid/hour x 40 hours= Outside field service (Midnight to 8:00 AM and Holidays and Sunday) Bid/hour x 40 hours = TOTAL based upon estimated 1,060 hours per year=$ LUMP SUM for vibration analysis(including initial setup),overhead crane inspection,and for fan balancing as specified =$ ALL OR NONE TOTAL(total per estimated 1,060 hours per year+ vibration analysis and fan balancing) =$ 10 XII) QUESTIONS All questions should be directed to: • Mike Arends, Missouri River Plant Manager(402) 444-3915 x203 • Joe Dabbs,Papillion Creek Plant Manager(402) 444-3922 x2200 11 DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET H.H. ON: CITY OF OMAHA Electric Maintenance on Motors&Motor Controls RETURN BIDS TO: Published: August 26,2015 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5°/, LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:D0 a.m.CST or Wednesday,September 16,2015 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates wit be furnished. Do not include tax in bid. by the opening date and lime indicated in a sealed envelope marked: BID ON:ern'OF OMAHA Electric Maintenance on Motors&Motor Controls 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES, 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or certified check shall be made payable to'City of Omaha" 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 bid,return sheets with reason for declining. Failure to do so wit indicate have the light to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing fist.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountvourchasino.orq. 00 NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.OB.delivery point on the Rem(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Electrical Maintenance on Motors and Motor Control Centers-- Contract and Price Agreement for a 12-month terms with two(2) one (1)year extension options per the attached eleven(11) pages of specifications. Subject to City Council approval. Bid evaluation will be based on estimated 1,060 hours per year. The hourly rate will be multiplied by the estimated hours for each category and totaled. The contractor shall maintain a list of emergency contacts for use by plant personnel. ALL OR NONE TOTAL BID(from Page 2): $ 53 9q— This is an All or None bid. Vendors must bid on every item listed (5%Bid Bond is to be based in the bid sheets or it will be cause for rejection of bid upon this amount,if over $20,000.00) Questions regarding this bid should be directed to: Mike Arends, Plant Manager, Missouri River Wastewater Treatment Plant at(402)444-3915,ext. 203 Joe Dabbs, Plant Manager, Papillion Creek Wastewater Treatment Plant at(402)444-3922,ext. 202 REQUIREMENTS 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. 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 Rights&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&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_S,Q% /4E f Firm:IstO c est. E%IA ■t. I Q ,j Incorporated In: Delivery(or completion) Name: ,Mtv), Signature: "V calendar days following Titte: ,auk ykdon .ur. IPhonego2._yj,y 7 Fax:4 o2,-32S-0 y/z award Address: 4 Q A/ said., 5_+ -7.441 LilJle%r1 /✓6' 4I5-67 Street/P.O-Box Ilkit tCity State Zip Email Address: rt[.1k ( µ,10 s.• • •tyr..aIrv► DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Electric Maintenance on Motors&Motor Controls NOT AN ORDER Page 2 QTY. DESCRIPTION UNIT PRICE EXTENSION Hourly Rate (Estimated Hourly charge-out labor rate hours/year) Inside shop work 7:30 A.M. to 3:30 P.M. $ /hour x 750 hours/year $01462.1f?rt9l) Inside shop work 3:30 P.M. to midnight& Saturday $ /hour x 40 hours/year $ cl.* ton.nn Inside shop work midnight to 7:30 A.M. & Holidays & Sunday $ 50 /hour x 40 hours/year $ 66640 Outside field service 7:30 A.M.to 3:30 P.M. $ 60 /hour x 150 hours/year $12,41.603 Outside field service 3:30 P.M.to midnight& Saturday $ 673 /hour x40 hours/year $ o'I,t U .& Outside field service midnight to 7:30 A.M. & Holidays&Sunday $ SO /hour x 40 hours/year $ oke,pp TOTAL - based upon estimated 1,060 hours per year: $ LUMP SUM: $Ia�B5iS:QO (for vibration analysis, including initial set up,overhead crane inspection, and for balancing,as specified) NOTE: The above sum is for all vibration services specified in this contract. The sum submitted cannot be exceeded on an annual basis. If there is repair work required,a separate bid will be submitted and not put under this lump sum amount. ALL OR NONE TOTAL: $ (total per estimated 1,060 hours/year,vibration analysis,&fan balancing) (5%Bid Bond is based upon this amount,if over $20,000) SIGN ALL COPIES Firm 14 Or t wk&LE se0p4../ BY ry�� ` • Title r ti. I'H Ai Er CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Electric Maintenance on Motors & Motor Controls NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS 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 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. 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 Douglas County. 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. SIGN ALL COPIES Firm M51-1-k -(.- 4c BY .i' 'Pr;}}cE �-�l�C� Title c h /n alit" CONTINUATION SHEET �` 7 Responsible Contractor Compliance Form RC-1 O01.1AflA,44 eftyr l-' ,r.MI ",11 A ,,,v. 1+1111.11110 1. Regulation: 0R4rer,Ftac•�''4 A.Article IV,Division 1 of Chapter 10 of the Omaha Municipal Code thereon require: I.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 .treP authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. t 7I Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of N �" Employee law(Neb. Rev. Stat. Section 48-2901 et seq.). �,.r" 1 Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards i �� Law(Neb.Rev. Stat. Section 73-104 et seq.). 147_0 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 . 51 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. us Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project •1� comply with the provisions of the Responsible Contractor Compliance Form RC-1. Signatu 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. • Acoe CERTIFICATE OF LIABILITY INSURANCE DATE(MMVDDIYYYY) ‘1..•� 2/25/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Danielle Conkel NAME: UNICO Group of Columbus PHONE FAX WC.No.EMI: IA/C.No): 2457 33rd Avenue, Suite A q-j 55.dconkel@unicogroup.com INSURER(S)AFFORDING COVERAGE NAIC# Columbus NE 68600 _INSURER A Cincinnati Insurance Co. 10677 INSURED INSURER B:SFM Mutual Insurance Company Northwest Electric,LLC INSURERC: Dynamic Growth Management, LLC INSURER°: 1414 E 23 St INSURERE: Columbus NE 68601 INSURER F: COVERAGES CERTIFICATE NUMBER:15/16 All Lines REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WSR LTR TYPE OF INSURANCE ADDL I o- POLICY EFF POLICY EXP LIMITS MR WYD POLICY NUMBER IMMJDDIYYYY1 (MWDDIYYYY), GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PRREEMG£TO RENTED PMISES(Ea occurrence) $ 500,000 A CLAIMS-MADE X OCCUR EPP0179942/2016 3/1/2015 3/1/2016 MED EXP(Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY t E I 787 IT LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED EPP0179942/2016 3/1/2015 3/1/2016 BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) Uninsured motorist combined $ 1,000,000 X UMBRELLA LIAB ^OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 .DED X RETENTIONS 0 RPP0179942/2016 3/1/2015 3/1/2016 $ B WORKERS COMPENSATION 1 WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN X TORY LIMITS ER ANY PROPRIETORJPARTNERIEXECUTIVE E.L.EACH ACCIDENT $ 500,000 OFFICER/MEMBER EXCLUDED? N IA (Mandatory In NH) 60604.201 3/1/2015 3/1/2016 E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $ S00,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) The general liability policy includes blanket automatic additional insured and waiver of subrogation endorsements that provide additional insured status and waivers only when there is a written contract between the named insured and the certificate holder that requires them. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Omaha 1819 Farnam Street AUTHORIZED REPRESENTATIVE Omaha, NE 68183-0902 Robert Wick/JZODCH /Co a_. /- ),w _ r ACORD 25(2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025r?ntnn5r nt The anno l nama and Innn ara ronicforcrt mark¢of e(`nPf Additional Named Insureds Other Named Insureds Caol-Lorcan, Inc Corporation, Additional Named Insured Keamky LLC Additional Named Insured Larry & Sheri Fritz Individual, Insured Multiple Names Larry & Sheri Fritz Doing Business As OFAPPINF(02/2007) COPYRIGHT 2007,AMS SERVICES INC /yam ORDINANCE NO. 5100°70 AN ORDINANCE authorizing the Purchasing Agent to issue a purchase order to JCI Industries, Inc. for a 12-month open order price agreement in the amount of $51,000.00 for electrical maintenance on motors and controls at the wastewater treatment plants and sewage lift stations with two one-year extension options; to provide for payments from appropriations of more than one-year in accordance with Section 5.17 of the Home Rule Charter of 1956, as amended; to provide for payments from a specific account; and to provide an effective date hereof. 1000Abd PRESENTED TO COUNCIL 1stR �ad�ig NOV - 32015 - ' PUBLICATIONS Hear g NOV 1 7 2015 —©v&' z�v // �/s PUBLICATION OF HEARING Date Final Reading NOV 2 4 2015 I I6, Passed PUBLICATION OF ORDINANCE Date A? BUSTER BROWN City Clerk