RES 2004-0440 - PO to DPC Industries Inc for sodium hypochlorite p AHA, _ '"'
64 � � t Public Works Department
0 j�r� �t 1 R —2 Omaha/Douglas Civic Center
1rX �1 N 1819 Farnam Street,Suite 601
°A y -'.• 'ry7 April 13, 2004 ..•s rs..'
y1 , Omaha,Nebraska 68183-0601
°�r o�� �i , R E'+S'1�'a (402)444-5220
ED FEBR R 'i
Telefax(402)444-5248
City of Omaha Norm Jackman,P.E.
Mike Fahey,Mayor Acting Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to
issue a Purchase Order to DPC Industries, Inc. for the purchase of 350,000 gallons of sodium
hypochlorite to be utilized for odor control at the Missouri River Wastewater Treatment Plant.
The following bids were received on February 25th, 2004. A detailed bid tabulation is attached.
Contractor Total Bid
DPC Industries, Inc. $ 163,800.00 (LOW BID)
K.A. Steel Chemicals $ 182,000.00
Vertex Chemical Corporation $ 199,500.00
A copy of the bid documents is on file and available for inspection and review in the City Clerk's
office.
The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City
policy, the Human Relations Director will review the contractor to ensure compliance with the
Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of the purchase of 350,000 gallons of
sodium hypochlorite from the Missouri River Wastewater Treatment Plant Operations Fund
21121, Organization 116612.
The Public Work Department requests your consideration and acceptance of the bid from DPC
Industries, Inc. in the amount of $ 163,800.00, being the lowest and best bid received, and
requests your approval of this Resolution.
Respectfully mitted, Referred to City Council for Consideration:
3-2�"���
orm Jackman, P.E. /�I Date Mayor's ffice/Title Date
Acting Public Works Director �D
Approved as to Funding: Aprdve d:
trTh 4/5-4 3/2-Y/D
Stanley P. Ti m Date 'Gail Kinsey T13ompso Date
Finance Directol���� Human Relations Director
P:\PW2\14198ma£doc
.
Inter-Office Communication
To: Harald Flatoen, Public Works
From: Michael Mends, Missouri River WWTP Manager
Date: March 9, 2004
Subject: Missouri River WWTP Sodium Hypochlorite Contract
The low price agreement of$0.468 per gallon for 10-12% Sodium Hypochlorite solution
per the bid specifications from DPC Industries, Inc. is acceptable. The estimated 350,000
gallons of solution at this price gives a total of$163,800 and requires City Council
approval. Funds for this contract should come from cost center 21121-116612-43235.
Please prepare the appropriate paperwork to award this contract as soon as possible.
If you have any questions,please contact me at 444-3915 x203.
Thanks,
MTA
Z
- U
D CC
F— W
• ? a
!— W '
D IX
... 1..V
H W .Q J
- U �
D CC
6
W
&)' ' .
I-- W Q,.. z- —
CC
a a "sr ,
H W
_.,,:::%.
p c
0
w
To"
°' o rn
o c3 o
1111%1160;._,Irm > m
W = 0. c c
n 0 . m
C m Z o m m co) >
-, O w F- Cl) Q
O 0Ugh. . N .3 U o
.0 .411 •N 2 lk_ a, c CO a c
UO a" y T v
U 01 L U)
O M OZ COi o 1))
44.= C = W o _0 0
o 'N N cc c ' 0
CI G a) i3 o
CO = N 6 d
✓• i O O I- w I
co
m zi Q E o
a. Z a) to
O co o
i- 0 o Cl- 0- co �o cn r
N
W O N .t > co
N o. cO = N ip
Q y
F... 0 LL 0 /'Y w M
•
t,i 1 r ur uivifrlM
REQUEST FOR BID AND BID SHEET C '> _
ON: SODIUM HYPOCHLORITE
FROM: P.M. Burke Published February 4, 2004
City Purchasing Agent NOT AN ORDER Page 1
1003 Omaha-Douglas Civic Center
1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT
Omaha,Nebraska 68183-0011 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM
OFFERED IS$20,000 OR MORE.
Bid Closing Date
11:00 A.M. February 25,2004
IMPORTANT 4. If Federal Excise Tax applies, show amount of same and deduct.
Exemption certificates will be furnished. Do not include tax in bid.
1.Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER,
1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated.
in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
SODIUM HYPOCHLORITE
6. When submitting bid on items listed,bidder may on a separate sheet,make
2.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change.
3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,return sheets with reasons for declining. Failure to do so
have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of
accept or reject any part of your bid unless otherwise indicated by you. tabulation,check( j.
PLEASE DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Price Agreement for 12 months from time of award. Price
agreement may be extended for one additional year with
the approval of both parties.
Estimated
350,000 Gal. Sodium Hypochlorite with 10-12% by weight available chlorine
delivered in bulk, 2500-5000 gallon truck loads as called for in
accordance with specifications.
Per attached specifications, dated January 29, 2004.
Total iron content must be less than 0.5 mg/L.
Total copper content must be less than 0.5 mg/L.
Total nickel content must be less than 0.5 mg/L. �• c
BID/gallon $ a'65G7 $ tf b.r '. b
Quantities are estimated and constitute no commitment on
the part of the City.
All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBEIDBE)listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RELATIONS";Click on"PBEIDBE CERTIFIED LISTINGS".
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the
Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the
Contract Compliance Ordinance or PBEIDBE Listings should be directed to the Human Relations Department at(402)444-5055.
* Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE) •
Payment Terms 0 % Ri T"'1 3 L Firm D C' 'i a `Inc9 porated in
Delivery(or completion) Name Le.."L"` Sig nature- (z-7y /-(�,e��
�r3 /�` Jet hone r'7 <) Fax ?3 '-%E' `/ 7
/-Z calendar days following award Title Or it L' � n / �t'^�'`" 1 `=-//k
Address //1..0 ' �� l l/ 'e;ofir� f
Street/P.O. Box City State Zip !
Email Address -71-` �� f' d,1/' < c
11
1
. • . CITY OF OMAHA
REQUEST FOR BIDS
ON: SODIUM HYPOCHLORITE
NOT AN ORDER Page 2
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Delivered on 2-day notice to:
Missouri River Wastewater Treatment Plant
5600 South 10th Street
Omaha, Nebraska
Phone: (402) 444-3911 Fax: (402) 444-3904
The bidder will be responsible for the personal safety of their
employees during chemical unloading. The bidder must supply
20 ft. of 1.5 inch hose with a 1.5 inch female cam and groove
connection. The bidder shall comply with all.Federal and State
regulations concerning transport of the chemical.
The bidder is to comply with the Spill Control Requirements
for Chemical Delivery by Truck to the Omaha Wastewater
Treatment Plants, attached.
The supplier will be responsible for furnishing equipment to transfer
the chemical from tank truck to storage tanks.
PRICE TO BE FIRM FOR 24 MONTHS.
NOTE: REQUIREMENTS FOR BID OR PERFORMANCE BOND
The surety company issuing the bid bond or the performance
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, or
lawful money of the United States, or a United States
Government Bond (negotiable) are acceptable substitutes for
bond requirements.
Questions regarding this bid may be directed to Joe Dabbs
at (402)444-3911.
SIGN ALL COPIES Firm C. _2/4;;71/7 -
By iZ.iy �
Title �'� ��.� Sa 5• ///r',a am
PH-8C (91) CONTINUATION SHEET
• CITY OF OMAHA
REQUEST FOR BIDS
ON: SODIUM HYPOCHLORITE
NOT AN ORDER Page 3
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
INSURANCE
For City projects where the scope of work will be less than
$200,000.00,the following levels of insurance will be required:
The successful contractor shall provide a certificate of insurance indicating
(1)adequate workers'compensation;(2)public liability in an amount not less
than$250,000 for injuries including accidental death to any person and subject
to the same limit to each person in an amount of not less than$500,000 where
more than one person is involved in any one accident;and(3)property
damage insurance in an amount not less than$500,000;and naming the City
of Omaha an additional insured.
For City projects where the scope of work will exceed$200,000.00,the
following levels of insurance will be required:
The successful contractor shall provide a certificate of insurance indicating
(1)adequate workers'compensation;(2)public liability in an amount not less
than$1,000,000 for injuries including accidental death to any person and
subject to the same limit to each person in an amount of not less than
$5,000,000 where more than one person is involved in any one accident;and
(3)property damage insurance in an amount not less than$500,000;and
naming the City of Omaha an additional insured.
SIGN ALL COPIES Firm L, P c�. Tp( %si2r);_,j
Bye/ l�l cY
Title R J �.�1� G le> /-eR, Q�
PH-8C (91) CONTINUATION SHEET
Protected and/or Disadvantaged Business Checklist
Items Listed Below must be submitted with Bid:
1. Exhibit A -completed Protected and/or Disadvantaged Business Disclosure Participation Form.
All PBE/DBE Subcontractors submitted on Exhibit A must be certified with the City of Omaha Human
Relations Department prior to the time of the bid opening. A current list is available on the City of
Omaha's web site,www.ci.omaha.ne.us/Departments/Human Relations or can be requested through the
Human Relations Department at 402-444-5055.
2. ] Verification in writing from each PBE/DBE Subcontractor showing that the PBE/DBE Subcontractor
has agreed to perform the work identified on Exhibit A,Protected and/or Disadvantaged Business
Disclosure Participation Form. Telephonic verifications will not be accepted.
3. If you have not met the PBE/DBE goal established for this project,evidence ofgood faith efforts must be
submitted with your bid. (If you have questions regarding what constitutes good faith efforts please see
the Protected and/or Disadvantaged Business Enterprise Participation contract specifications or contact the
Human Relations Department).
4. NJ Exhibit B—completed Contractor Employment Data Form.
• Should the bidder fail to comply with the above,its bid will be subject to rejection.
• In Addition please review all the specifications and bid enclosures to be certain of a complete and
compliant bid.
Protected and Disadvantaged Business Enterprise Programs
Who Qualifies as a Protected /Disadvantaged Business Enterprise?
The term"Protected Business Enterprises" (PBE) is defined to be a business at least 51 percent of which is owned,
controlled,and actively managed by protected class members(Black,Hispanic, Asian,or Pacific Islander,American
Indian or Alaskan Native or Female).
The term "Disadvantaged Business Enterprise" (DBE) is defined to be a small business that has been in existence for
at least one year and has annual gross receipts of$150,000 or less. A DBE may include,but not limited to a business
owned by a Protected class, but such business must meet two or other ccnditions set forth in the City of Omaha
Contract Compliance Ordinance, Section 10-191,
M (1)through (5).
What are the benefits of becoming certified as a PBE/DBE?
Certification as a PBE or DBE provides greater exposure for work opportunities on City of Omaha projects.The
names of all certified PBE/DBE'S appear in the PBE/DBE directory, which is disseminated to local government
agencies, contractors and theto public.City
of Omaha contractors will use the PBE/DBE directory as a basic resource
for soliciting Minority/Women/Small Business participation on City of Omaha Projects. The City of Omaha shall
make every good
-faith effort to award City contracts and City-assisted construction contracts to Disadvantaged
Business Enterprises in amounts no less than 10% of the dollar volume of the applicable contracts awarded by the
Other benefits include the authority, (but not a requirement),of the City Council to award a contract to a DBE
city. the Cityto be an
that is not the lowest bidder. A contract or subcontract can be awarded to a DBE if determined by
acceptable cost higher than a competing lower bid except for specially assessed Projects. A DBE company may be
awarded the contract over the lowest bidder as long as the cost differential does not exceed 3%.
If your business is not certified with the City of Omaha and you are interested in becoming certified as a
Protected and/or Disadvantaged Business Enterprise please contact the Human Relations Department at 402-
444-5055. The PBE/DBE applications, Contract Compliance Report Form CC-1 and a current PBE/DBE City
of Omaha certified directory are located on the City of Omaha website,www.ci.omaha.ne.us. Click on
departments.Click on Human Relations.
•
EXHIBIT "A"
PROTECTED AND/OR DISADVANTAGED BUSINESS
DISCLOSURE PARTICIPATION FORM
THIS FORM MUST BE SUBMITTED WITH THE BID
In the performance of this contract, the contractor proposes and agrees to make good faith efforts to
contract with eligible City of Omaha certified PBE and/or DBEs. Should the below listed PBE and/or DBE
subcontractor be determined to be unable to perform successfully or is not performing satisfactorily, the
Contractor shall obtain prior approval from the Human Relations Department Director or a designee, for
substitution of the below listed subcontractor with a City of Omaha certified PBE and/or DBE. In submitting
this form, the Bidder is certifying that it has contacted City of Omaha Human Relations Department prior to
bid opening regarding this project and has afforded subcontractors participating in the program the
opportunity to submit bids on this project.
Type of work and Projected I
contract item or commencement I
Name of PBE parts thereof to be and completion 'Agreed price with
and/or DBE Address performed date of work PBE/DBEs Percentage (%) j
I I 1
t
I
I
1
J
i
Totals
*Dollar value of each PBE/DBE agreement must be listed in the "Agreed Price"column;total in this column must
equal the PBE/DBE goals.
CERTIFICATION
The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or 1
good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to he bound
by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits, regarding PBE/DBE_ and the other
terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder
to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and
representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal
agreement(s) with Protected and/or Disadvantaged business enterprise(s)(which are otherwise deemed by the City of Omaha to
be technically responsible to perform the work) listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit A
conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if
any of the PBE/DBE Specification representations are made by the bidder knowing.them to be false,or if there is a failure by the
successful bidder(i.e. the Contractor) to implement the stated agreements, intentions,objectives, goals. and comments set forth
herein without prior approval of the Director of the Human Relations Department, such action shall constitute a material breach
of the contract.entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so
terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults
under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally, the
Undersigned/Contract will be bje to the terms of any future Contract Awards.
Signature �(�/. l'(�
Title �ie i 1e 5 1€S Mao l3 7�1 '1 es .-
P. Date of Signing
d — r. v Sif,/t. -
Firm or Corporate Name 0. • G' '�N
Address WO A, Sc J f7 ,' /0 itier 6�'/2J'elephone Number va2. Z 1 3-//Yj
EXHIBIT "B"
CONTRACTOR EMPLOYMENT DATA
BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING WORK FORCE DATA WITH EACH BID
(Protected Class is defined as Black, Hispanic, Asian and Pacific Islander, American Indian or Alaskan Native, Female.)
Total Employees Protected Class Males Protected Class Females
American American
Total Total Asian or Indian or Asian or Indian or
Work Protected Pacific Alaskan Pacific Alaskan
Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native White
b --n-o-t I' S 3 5
NPfer an auestiQns regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021 444- 4Q0 pr as shown
on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance
and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1). This report shall be in
effect for 24 months from the date received by the Human Relations Department. Any Questions regarding the Contract
Compliance Ordinance should be directed to the Human Relations Department at(402)444-5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Firm's Name: a 1'.0 Z-/9` '/
(Date of Signing)
Signature: / ;1. 1-61°6. t ni1/lT►, 5 4 � (na0 { -`
(Print Name) (Title) (Sig ature)
6
DPC INDUSTRIES, INC.
CIF)C 11202 S. 25th St.
Omaha, Nebraska 68123
(402)293-1185
Fax(402)293-9647
2-19-04
P.M. Burke
City Purchasing Agent
1003 Omaha-Douglas Civic Center
1819 Farnam Street
Omaha Nebraska 68183-0011
Dear Mr. Burke,
This letter is to explain your request in bid package for Exhibit "A" and Exhibit"C".
DPC produces sodium hypochlorite on site. The chemicals used to produce sodium
hypochlorite are chlorine and sodium hydroxide. These 2 chemicals are produced only
by large corporations, which are not protected or disadvantaged. DPC Industries does not
subcontract deliveries because the equipment used to deliver the product is owned by
DPC Industries and is very specialized. Therefore we have very little means to utilize
protected or disadvantaged businesses.
Sincerely,
Tony Leach
Regional Sales Manager
DPC Industries Inc.
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on February 25th, 2004, for the purchase of
350,000 gallons of sodium hypochlorite to be utilized for odor control at the Missouri River
Wastewater Treatment Plant; and,
WHEREAS, DPC Industries, Inc. submitted a bid of $163,800.00 being the
lowest and best bid received for the purchase of 350,000 gallons of sodium hypochlorite.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the bid of $163,800.00 from DPC Industries, Inc., for the purchase of
350,000 gallons of sodium hypochlorite to be utilized for odor control at the Missouri River
Wastewater Treatment Plant, a copy of the bid document is attached and by this reference made
a part hereof being the lowest and best bid received, be accepted.
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay the cost of purchase of
350,000 gallons of sodium hypochlorite from the Missouri River Wastewater Treatment Plant
Operations Fund 21121, Organization 116612, year 2004 funding.
APPROVED AS TO FORM:
'
CITY ATTORNEY DATE
-ef/
P:\PW2\14199maf.doc ,�
By Os .
\ , • Councilmember
Adopted --A" 1 3 2004 -�
_ •• City Clerk
Approved.' VA—A,/
- _ Mayor
/
b O O O �" O
41 CAD C c CD CD P+ P) t Q
N N �. p: CAD )11 CA Or CD v, �_ J' O
0Hwy.
N O 171 Cp ��
".3" P c) Q. ,C
CD V p O C v, CD S0 �-h CI,O
0
h� 0 ght p� rps OO CD �'
[J r P> n
CS `C :s' b9
Mt N O CD a5 0 n n b O0 0 +�
C7
•CD ThID E W
O i H C `.-" CD CD n ?
P n , O Uii �' CD P. -' •
O
AD
o
(-) 6 . ci,ci CD 2zsto 0 O
' ,—. c4 O CD r CD K Q., O n
•
f' LN
1