RES 2013-0370 - PO to Northwest Electric for pump AHA
°�o NE°*9 E `�` Public Works Department
�.,.. rCia� Omaha/Douglas Civic Center
��,t,, t n ' 1819 Farnam Street,Suite 601
'6®, ti tr March 19, 2013 `"'' -"
oys. Omaha,Nebraska 68183-0601
�'A 4• (402)444 5220
0t,TED FEBR�t4 CITY ' ;j', Fax(402)444-5248
City of Omaha l M r,r , '., r LI,f ,r ' F Robert G. Stubbe,P.E.
Jim Suttle,Mayor Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to
issue a Purchase Order to Northwest Electric on the bid for the rebuild of a vertical flow pump at
the Papillion Creek Wastewater Treatment Plant.
The following bids were received on January 30, 2013. A detailed hid tabulation is attached.
Contractor Total Bid
NORTHWEST ELECTRIC $39,750.00 (LOW BID)
Bert Gurney & Associates $52,900.00
The Contractor has a current Contract Compliance Report Form (CC-1) on file. As is City
policy, the Human Rights and Relations Department will review the contractor to ensure
compliance with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost for the rebuild of a vertical flow pump at
the Papillion Creek Wastewater Treatment Plant from the Sewer Revenue Fund 21121, Papillion
Creek Plant Maintenance Organization 116614, year 2013 expenditures.
The Public Works Department recommends the acceptance of the bid from Northwest Electric in
the amount of$39,750.00 and requests your consideration and approval of this Resolution.
Respectfully submitted, Referred to City Council i)r Consideration:
n .
,_ °-- L.cl p .„11‘ke ..2671L3 (--_:://, ‘ _3. c-, ( 9
Tor Robert G. Stubb:, P 4 Date Mayor's G flee Date
Public Works Di -etc-
Approved as to Funding: Approved'
1,'ki-C)..r,A IN\z-t-c - d---(9 5- l'. 3 II, /i -1
Lc ) J ,
-"D Leslie A. Schaefer Date Human Rights and Relations Date
Interim Finance Director Department
209313scp
BID BOND: 5%
County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Vertical Row Pump Rebuild Bert Gurney
Northwest
Date of Opening Page 1 Associates Electric
January 30, 2013
Department As Read in Bid Committee
Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
PRICE PRICE PRICE PRICE PRICE PRICE
Vertical Flow Pump Rebuild
TOTAL BID: $52,900.00 $39,750.00
" _ 1
- i
Terms: - 0INet30
Delivery(calendar days): 80 45
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Vertical Flow Pump Rebuild
RETURN BIDS TO: Published: January 16,2013 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 on Wednesday,January 30,2013
IMPORTANT
1. Bid must be in the office of the CITY CLERK.1819 Farnam 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 lime indicated in a sealed envelope marked:
BID ON:CITY OF OMAHA Vertical Flow Pump Rebuild 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
2 As evidence or 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
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 will 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
_r_. DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
The City of Omaha is requesting bids for the rebuild of a
Vertical Flow pump, as per attached four (4) pages of
specifications dated January 7, 2013
TOTAL BID: $ 39, 750.00
(5%Bid Bond is to be based
upon this amount)
e,.`
J4N
Questions regarding this bid should be directed to:
Joe Dabbs by phone at (402)444-3922 or by email at
ioseohdaubs@ca omarsa ne.us
REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State ofNiiriaska 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 cashiers
check drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States,
or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements.
Alf 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 0 % NET 30 Firm: Northwest Electric
Incorporated In:
Delivery(or completion) Name: Randy Willoughby [Signature:
45 calendar days following Title: Service Coordinato�ihone: 402-464-7954 !Fax: 402-325-9412
award Address: 5800 N. 58th street
Lincoln, NE 68507
Street/P.O.Box City State Zip
Email Address: rwilloughby@nwelectric.com
Responsible Contractor Compliance Form
RC-1
0„.,,1A ,
ti
\\l�/rat
{. =,fib r. .,~�
•
v ,
n. i• •b
1. r r''_Y,` K•
w
1. Regulation: '''►"u'roe'R
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-I). An incomplete or unsigned RC-I 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
ellauthorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
MIContractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb. Rev. Stat. Section 48-2901 et seq.).
Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Mil
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
I 1170
IW three years from the date this bid is submitted.
Contractor has not,upon final determination by the Occupational Safety and Health
RWI 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.
Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project
MI
comply with the provisions of the Responsible Contractor Compliance Form RC-1.
lA"3 1 —3 0-1 3
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.
DOUGLAS COUNTY
REQUEST FOR BID
• ON: CITY OF OMAHA Vertical Flow Pump Rebuild
NOT AN ORDER Page 2
DESCRIPTION
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 lvnrthwest Electric, LLC
BY Randy Willoughby
Title Service Coordinator
CONTINUATION SHEET
January 7, 2013
SPECIFICATIONS FOR
BYRON JACKSON MODEL 35 PMR 1 STAGE
VERTICAL FLOW PUMP REBUILD
At the City of Omaha, Nebraska
Papillion Creek Wastewater Treatment Plant
15705 Harlan Lewis Road
Bellevue, Nebraska 68123
Attn: Joe Dabbs, Papillion Creek Plant Manager
Telephone: (402) 444-3922; Fax: (402) 444-3921
E-mail: joseph.Dabbs@ci.omaha.ne.us
I) GENERAL
City of Omaha Responsibilities:
• Wiring and un-wiring of motor.
• Check motor direction before pump is coupled to the motor.
• Isolate the pump before work is started.
• Remove the existing skylight and provide a crane for removal of the pump
and the motor out of the building.
• Remove and install any instrumentation that goes with the pump and motor.
• Electricity and air will be provided.
Contractor Responsibilities:
• Uncoupling of motor from pump.
• Disconnecting all bolts required for removal of pump, including all bolts to
remove pump from the motor.
• Rigging the pump and the motor to be removed by the City provided crane.
• All tools and rigging required to remove pump and motor, as well as
unrigging pump when placed on truck.
1
• All safety equipment and procedures to complete the above tasks.
• It is the contractor's responsibility to follow Standard Specifications for
Public Works Construction 2003 3rd Edition.
II) SCOPE OF WORK
1) Furnish the following items new to OEM specifications:
• Tension bearing
• Intermediate bearing
• Transition bearing
• Suction bell bearing
• Impeller wear ring
• Coupling nuts
• All gaskets and fasteners
• All proper bearings
• Provide all required fittings and hardware
2) Transportation to the rebuild facility and back to the City site for installation is the
contractor's responsibility.
3) Disassemble pump completely, clean and bead blast all components and inspect
pump.
4) Remove the existing stainless steel suction bell. Inspect for wear and ensure it is
fabricated the same way to existing bell standards. Remove bearing and inspect
bearing seat, ensure it is to OEM standards, install new bearing that is to OEM
standards or better. Machine bearing bore and bell seat so they are within
acceptable OEM tolerance if necessary. Replace any parts that are not to OEM
specifications.
5) Remove bowl assembly, remove all bearings and bowl ring. Clean and inspect, chase
treaded location. Install new bearing that fits OEM specifications or better. Set up
and machine new bearing bore to OEM specifications. Machine new and replace
bowl wear ring to OEM specifications. Replace any items that are not to OEM
specifications.
6) Clean and inspect all columns, discharge head, enclosed tubes, head nipple, tension
nut, coupling, adjusting nut, and split rings. Replace if any items are not to OEM
specification.
7) Remove impeller; clean and inspect, re-work to build vane tips back up. Inform
owner if impeller cannot meet OEM specifications and needs to be replaced.
Remove impeller wear ring and replace with new one in stainless steel, check seat
section of impeller and machine if necessary.
2
8) Balance pump shaft and intermediate shaft to OEM specifications; replace all
bearings in line shaft to OEM specifications, replace all parts that are not to OEM
specifications.
9) Clean and inspect head shaft, replace if not to OEM specifications.
10)Assemble rotating element assembly and balance to OEM specifications.
11)Completely assemble impeller, balance to OEM specifications, disassemble impeller
and assemble pump complete, paint all components.
12)Provide City with a balance report, and shaft run out report. Pump and shaft must
meet OEM specification on balance and shaft run out before pump is returned for
installation.
13)Coat the outside of bowl assembly, inside and outside of the column pipe and the
bottom of the discharge head with Tnemec Pot-a-pox epoxy paint.
14)Coat the outside of discharge head with Tnemec epoxy to match existing.
15)Deliver pump to site, rig pump for City provided crane, install pump,witness motor
direction done by City before pump is coupled to motor, perform balance alignment
per OEM specifications between pump and motor, and verify pump is ready for
service.
III) START-UP AND WARRANTY
The repair contractor shall be on site to check out the installation and supervise the
start-up of the rebuilt pump. A signed start-up check list shall be provided to City.
The rebuild shall be warranted for a period of one year parts and labor after the
start-up of the pump. The contractor shall repair or correct at their expense all or
any defects to the pump for that time period. This warranty shall include all
troubleshooting, travel costs, and cost for removing and reinstalling the pump and
motor if necessary.
IV) QUESTIONS
All questions or arrangements for site visits should be directed to:
• Dave Sykora, City Maintenance Superintendent (402) 444-3922 x2301
• Ray Hutzell, Maintenance Foreman (402) 444-3922 x2302
3
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on January 30, 2013 for the rebuild of a vertical flow
pump at the Papillion Creek Wastewater Treatment Plant; and,
WHEREAS,Northwest Electric submitted a bid of$39,750.00, being the lowest and best
bid received within the bid specifications, for the rebuild of a vertical flow pump at the Papillion
Creek Wastewater Treatment Plant.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a
Purchase Order to Northwest Electric for the rebuild of a vertical flow pump at the Papillion
Creek Wastewater Treatment Plant in the amount of $39,750.00; and, that the Finance
Department is authorized to pay this cost from the Sewer Revenue Fund 21121, Papillion Creek
Plant Maintenance Organization 116614, year 2013 expenditures.
209413 APPROVED AS TO FORM:
r 2- ' 7)
CITY ATTORNEY DATE
By
14 ilmember
Adopted (Jo MAR 1 9 2013 /��-p
City Clerk
Approved.... ,
Mayor
�Lc/
NO. 3
Resolution by
Res. that, as recommended by the Mayor, the
Purchasing Agent be authorized to issue a
Purchase Order to Northwest Electric for the
rebuild of a vertical flow pump at the
Papillion Creek Wastewater Treatment Plant
in the amount of $39,750.00; and, that the
Finance Department is authorized to pay this
cost from the Sewer Revenue Fund 21121,
Papillion Creek Plant Maintenance
Organization 116614, year 2013 expenditures.
209413Ascp
Presented to City Council
MAR 1 9 2013
Adopted �_a
ettiter e wn
City Clerk