Loading...
RES 2018-0719 - PO to Superior Industrial Equipment for vertical flow pump rebuild services oleANHU� �'se RECEIVE 0Public Works Department ��`�r k1 n Omaha/Douglas Civic Center z �J h `� 7 A Pm 1819 Farnam Street,Suite 601 n® „r,*4 MG r 201`� 27F"i7 Omaha,Nebraska 68183-0601 O F 7 ar�ecw+• p q� (402)444-5220 �0o apDro Fax(402)444-5248 City of Omaha ti. r Robert G.Stubbe,P.E. Jean Stothert,Mayor N' �� iscsM1, Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Superior Industrial Equipment for Vertical Flow Pump Rebuild services to be utilized by the Papillion Creek Water Resource Recovery Facility. The Papillion Water Resource Recovery Facility has recommended the award to Superior Industrial Equipment based on a bid submitted to Douglas County Purchasing for the bid named City of Omaha Vertical Flow Pump Rebuild on June 06, 2018 in the amount of$29,877.57. Thee Finance Department is authorized to pay the cost of this purchase from the Sewer Revenue Fund 21121, Papio Creek Plant Mtce Organization 116614, year 2018 expenditure. Superior Industrial Equipment has filed the required Contract Compliance Report, Form CC-1, as determined by the Human Rights and Relations Department. The Public Works Department requests your consideration and approval of the attached Resolution. Respectfully submitt d, Approved: Cote C `Zs-i ►M 1 t-gA) 7—W . -- R Rob rt G. Stubbe; P.E. Date Franklin T. Thompson / Date Public Works Director Human Rights and Relations Director Approved as to Funding: Referred to City Council for Consideration: 4- 4 Ct ._- ____*1/d__ --__ Litt ... {.0 btboL Z Step en B. Curtiss Ivisql Date Mayor's Office Dare Finance Director 2159Cgrp City Clerk Office Use Only: l Publication Date (if applicable): RESOLUTION NO.. 1 Agenda '' I' Date: Department: 1°11/j(!Wb kS CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Papillion Creek Water Resource Recovery Facility of the Public Works • Department is in need of a Vertical Flow Pump Rebuild; and, WHEREAS, bids were received on April 25, 2018 for Vertical Flow Pump Rebuild services to be utilized by the Papillion Creek Water Resource Recovery Facility; and, WHEREAS, Superior Industrial Equipment submitted the sole bid to Douglas County Purchasing for the bid named City of Omaha Vertical Flow Pump Rebuild. A detailed bid tabulation is attached. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent is authorized to issue a Purchase Order to Superior Industrial Equipment in the total amount of$29,877.57 for Vertical Flow Pump Rebuild services to be utilized by the Papillion Creek Water Resource Recovery Facility; and that, the Finance Department is authorized to pay the cost of this equipment from the Sewer Revenue Fund 21121, Papio Creek Plant Maintenance Organization 116614, year 2018 expenditure. 2159grp APPROVED AS TO FORM CITY ATTORNEY DATE Adopted: AUG 0 7 2018 Attest: City Clerk Approved: �.J iL— Mayor BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Vertical Flow Pump Rebuild• Superior Industrial Date of Opening Page 1 Equipment April 25, 2018 Department As Read in Bid Committee PAPILLION CREEK WRRF UNIT UNIT UNIT UNIT UNIT UNIT Quantity DESCRIPTION PRICE B PRICE • PRICE PRICE PRICE PRICE Byron Jackson Model 35 PMR 1 Stage Vertical Flow Pump Rebuild TOTAL BID: $29,877.57 • ADDENDUM#1 ACKNOWLEDGED YES Bid Bond Received: YES Terms: 100%/Net 30 Delivery: 42 days - 1 • RS • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON:CITY OF OMAHA Vertical Flow Pump Rebuild RETURN BIDS TO: Published: April 11,2018 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,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,April25,2018 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 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 Vertical Flow Pump Rebuild 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 at bids in their entirety and the bidders shall 7. if you do not bid,return streets 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 www.douolascountvourchasino.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 belowr QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is requesting bids for the rebuild of a vertical flow pump per the attached specifications dated April 4, 2018. • TOTAL BID: $ 2R,877, 7 • (5%Bid Bond is to be based upon this amount,if over $20,000.00) Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title and opening date in the subject line. The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date. Answers to questions will be posted via an addendum at www.douglascountypurchasing.org under Current Bids and Proposals for your specific bid, not later than the • Friday prior to bid opening. All bidders awarded a contract in the amount of$10,000 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) To" SL4�2Pior E1dasiriAI ,c1o17A14M 'Incorporated in: St.c�MCra Payment Terms I % d`is Firm: ` tQo e/ Delivery(or completion) t6A/4r�n 'Signature: 04,057 Name: 4 2 calendar days following Title:fV-.,( S0.l2SeAgrati 'Phone:f Sift 986.3323 IFa" PSIS) AU 3166 award Address: (1.325 SE gti5ce r • Street/P.O.Box City(tirkrtAS State TA Zip CO 41 Email Address: frbsar a SLrptClbr pt.onfg,ton& • Superior Industrial Equipment 4325 SE Beisser Drive Superior strial Equipment Phone: 515-986-3323 Fax: 515-986-3868 • TO: City of Omaha FROM: Superior Industrial Equipment PHONE: DATE: April 24th,2018 CC: SUBJECT: City of Omaha Vertical Flow Pump Rebuild Comments and Clarifications For the City of Omaha's Vertical Flow Pump Rebuild we are offering the repair per the specifications with the following comments to"Specifications for Byron Jackson Model 35 PMR 1 Stage Vertical Flow Pump Rebuild". Section III Start-Up and Warranty-Exception; Superior Industrial Equipment would assume responsibility for only the troubleshooting costs associated with any warranty work.All costs for the removal and reinstallation would be covered by others. Superior personal will assist as much as practical should any warranty work be needed. • Sincerely, • Dalton Royer,Municipal Sales Engineer Superior Industrial Equipment 4325 SE Beisser Drive Grimes, IA 50111 Ph: (515)986-3323 Cell: (515)777-8422 Fax: (515)986-3868 Email: droyer@superiorpumps.com www.superiorpumps.com Superior Industrial Equipment, LLC Terms and Conditions • A. Shipment: Manufacturers Standard B. Price(FOB Point): FOB point of shipment with freight included to the jobsite. C. Terms of Payment: 100%Net 30 days with approved Credit D. Service/Start Up Start up and service time is included in the base price of units. E. Warranty Superior Industrial Equipment Company warrants the pump package for one(1) year from start-up All warranties intended by major or sub—components suppliers are included. We do not warrant for corrosion,erosion or normal wear - and tear;or fitness for a purpose or merchantability. F. Limitation of Liability The total liability of the Company with respect to this contract or the equipment or services furnished hereunder,in connection with the performance or breech thereof,or from the manufacture,sale,delivery,installation,repair or technical direction whether based on contract,negligence,indemnity,strict liability or otherwise shall not exceed the purchase price of the unit of equipment upon which such liability is based. The Company shall in no event be liable to the Purchaser,any successors in interest or any beneficiary or assignee of this contract for any consequential, incidental,indirect,special or punitive damages arising out of this contract or any breach thereof,or any defect in,or failure of,or malfunction of the Equipment hereunder,whether based upon lost goodwill,lost profits or revenue,interest, work stoppage,impairment of other goods,loss by reason of shutdown or non- operation,increased expenses of operation of the Equipment,loss of use of power system,cost of purchase of replacement power or claims of Purchaser or customers of Purchaser for service interruption whether or not such loss or damage is based on contract,warranty,negligence,indemnity,strict liability or otherwise. G. Miscellaneous No taxes are included in the base price. Cancellation charges are at cost plus expenses and pro-rata profit. DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Vertical Flow Pump Rebuild • NOT AN ORDER Page 2 BID CLAUSES-TERMS AND CONDITIONS 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. Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the contractor,contact regarding this project between potential consultants/vendors/contractors and individuals employed by the City of Omaha(Omaha)is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor is preliminarily selected,that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate,discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition. Conflict of Interest:Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules,CONTRACTOR assures City of Omaha(CITY)that no elected Official or any officer or CITY employee shall have a financial interest,direct or indirect, in any CITY agreement. In the performance of this agreement,CONTRACTOR will avoid all conflicts of interests or _ appearances of conflict of interest. CONTRACTOR wilt report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of, facilitation of,and execution of or during the duration of this Agreement. Drug Free Policy:CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha(CITY),State and/or Federal appropriations,the CITY cannot guarantee the continued availability of funding for this Agreement,notwithstanding the consideration stated in this Agreement. in the event funds to finance this Agreement become unavailable either in full or In part due to such reduction in appropriations,the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail,return receipt requested,or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY,State and/or Federal funding reduction,whichever is later. Provided,that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration,Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. PAYMENT TERMS:Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. • • SIGN ALL COPIES Firm Sufi lar SnduciWa( G2uipni if By Jr ictr / /1 60V— Title Saks inana9er CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID ON:CITY OF OMAHA-Vertical Flow Pump Rebuild NOT AN ORDER Page 3 BlD CLAUSES-TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000.00,it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1)adequate workers'compensation (statutory);(2)commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than $500,000 for all claims arising out of a single occurrence:and (3)property damage insurance in an amount not less than$500,000; and naming CITY OF OMAHA as an additional Insured,except for Workers'Compensation policies/certificates,for the term of the agreement Certificates of Insurance are required before service begins. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed$200,000.00,it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance: (1)adequate workers'compensation(statutory);(2)commercial general'liability in an amount not less than $1,000,000 for any person for any number of claims arising out of a single occurrence and not less than$5,000,000 for all claims'arising out of a single occurrence;and(3)property damage insurance in an amount not less than $500,000;and naming CITY OF OMAHA as an additional insured,except for Workers'Compensatibn policies/certificates.for the term of the agreement.Certificates of Insurance are reauired before service beains. INDEPENDENT VENDOR: Both parties understand and agree that(vendor)is an independent vendor under the provisions of this Agreement and not employed by or otherwise affiliated with Douglas County(COUNTY)or the City of Omaha(CITY). Employees of vendor(if any)are not employees of COUNTY/CITY. Each Party shall pay all wages,salaries and other amounts due its employees and shall be responsible for all reports, obligations,and payments pertaining to social security taxation,income tax withholding,workers'compensation, unemployment compensation,group insurance coverage,collective bargaining agreements or any other such similar matters. Both parties understand and agree that vendor is solely responsible for acquiring and maintaining,for the term of this Agreement, adequate general and special liability insurance,including but not limited to workers'compensation insurance,sufficient to protect vendor's ability to complete performance-under this Agreement. Neither Party shall have any authority to bind the other by or with any contract or agreement,nor to impose any liability upon the other.All acts and contracts of each shall be in its own name and not in the name of the other. SIGN ALL COPIES Firm SuDQfldrTA:kr, yuyncvi+- Title S liQs /1(anA jet CONTINUATION SHEET • • DOUGLAS COUNTY REQUEST FOR BID ON:CITY OF OMAHA-Vertical Flow Pump Rebuild NOT AN ORDER Page 4 BID CLAUSES-TERMS AND CONDITIONS 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 the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996,8 U.S.C. 1324a, known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies:. ., __.. . ....... .. _. _. ... .. ...... . ... 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev. Stat.§4-108. SIGN ALL COPIES Firm By St.r e,,ri or a1 aI FlUip nen4 Title Saki Mawr/ CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 {04 GNAHA,hi, i,B� 7 � rr ti t fc®Lr.x' df'n . G : G 4 1. Regulation: R.Ten rtig4`* • 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 em iloyee.not lawfully ' . authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). IAj Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards I I 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 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. Fr< 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. a V241i8 Signature • Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. • • EMPLOYEE CLASSIFICATION ACT: Each contractor who performs construction or delivery service pursuant to this contract shall submit with their bid submission an affidavit attesting that (1) each individual performing services for such contractor is properly classified under the Nebraska Employee Classification Act, 2010 LB 563 ("the Act"); (2)such contractor has completed a Federal I-9 Immigration form and has such form on file for each employee performing services; (3) such contractor has complied with Neb. Rev. Stat. Section 4-114 (Federal Immigration Verification System--E- Verify); (4) such contractor has no reasonable basis to believe that any individual performing services for such contractor is an undocumented worker; and (5)as of the time of the contract, such contractor is not barred from contracting with the state or any political subdivision pursuant to the Act. The contractor shall follow the provisions of the Act. A violation of the Act by a contractor is grounds for rescission of the contract by City of Omaha/Douglas County. CONTRACTOR shall follow the provisions of the Employee Classification Act (Act). A violation of the Act will be a material breach and, in addition to any other remedies,be grounds for immediate contract rescission. If CONTRACTOR is performing construction or providing delivery service, CONTRACTOR shall submit an affidavit that complies with the Act. CONTRACTOR will also ensure that all subcontractors performing services for Contractor will also complete affidavits that comply with the Act. Contractor may submit the affidavit(s) with their bid submission. In all circumstances, Contractor shall provide the affidavits before work or services are undertaken pursuant to this Agreement. Following award, if CONTRACTOR changes or adds additional subcontractors, CONTRACTOR shall ensure that the subcontractor provides an Employee Classification Act affidavit to Douglas County Purchasing Department before that subcontractor begins work or services. All Employee Classification Act affidavits shall be sent to: Douglas County Purchasing Agent, 1819 Famam Street,Room 902,Omaha NE 68183. FAIR LABOR STANDARDS: CONTRACTOR agrees to maintain FAIR LABOR STANDARDS as defined in Neb.Rev Stat§ 73-104. CONTRACTOR has filed with Douglas County(City/County Purchasing) a statement that it is complying with and will continue to comply with, fair labor standards as provided in Neb. Rev. Stat. §§73-102 & 73-104. In addition,CONTRACTOR assures County that it will continue to comply with statutory fair labor standards throughout its performance under this contract. AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT&FAIR LABOR STANDARDS I 6a Itb/1 Aye/ , being first duly sworn under oath, state and depose as follows: 1. I am competent to testify to,and have personal knowledge of,the matters stated in this affidavit. 2. I am (a contractor) or (the authorized agent of the contractor) for Sub,efror iiikAS*'t4( rpm DUO f Company, (hereinafter "Contractor"). I attest to the following: (a) each individual performing services for Contractor is properly classified under the Nebraska Employee Classification Act, ("the Act"),(b) Contractor has completed a federal.I- 9 immigration form and has such form on file for each employee performing services, (c) Contractor has complied with Neb. Rev. Stat._§4-114 (use of federal immigration verification system), (d) Contractor has no reasonable basis to believe that any individual performing services for Contractor is an undocumented worker,(e)as of the time of the contract,Contractor is not barred from contracting with the state or any political subdivision pursuant to the Act, and (f) Contractor is complying with and will continue to comply with, fair labor standards as provided in Neb.Rev.Stat. §§73-102 & 73-104, as applicable and as amended hereinafter. Contractor will also ensure that all subcontractors execute affidavits in compliance with the Act. FURTHER AFFIANT SAYETH NAUGHT. agelfil "r` Af lant(Contracto SUBSCRIBED AND SWORN TO before me this Ziff day of l ,20/6 • MEtJSSA A YANPEB9T6 k}.-'\ �cecs. Ili:Commission Number 793 My Commissi4 Expires Notary Public April 4,2018 SPECIFICATIONS FOR BYRON JACKSON MODEL 35 PMR 1 STAGE VERTICAL FLOW PUMP REBUILD At the City of Omaha,Nebraska Papillion Creek Water Resource Recovery Facility 15705 Harlan Lewis Road Bellevue,NE 68123 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. • 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. Page 1of3 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. 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. Page 2 of 3 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. Page 3 of 3 • SUPER-3 OP ID:LW V ��� DATE tMMloomrvYl A R� CERTIFICATE OF LIABILITY INSURANCE 08(01/2017 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 have ADDITIONAL INSURED provisions or 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). 262-781.4000 , T Linda Wren • ZinngDen&Braun Ins.Agency PHONE 262-781-4000 I FAX Non P.O.Box 443 EW a lindawren©zingenbraun.com 3235 N.124th Street :Wham Brookfield,WI 53008-0443 INSURfRISI AFFORDING COVERAGE NAICR INSURER A:Acuity James G.Rebholz Insurance INSURED Superior Industrial Equipment INSURER e: LLC • IxstrlR c: — 1609 Afton Rd Sycamore,IL 60178 INSURERD: • INSURERS: 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. MISR ADDL SUER POLICY EFP POLICY EXP UNITS LTR TYPE OP INSURANCE NPR l lr), POLICY NUMBER ijIMWDD/YYYYI IMMID0 YYYI 1,000,000 A X COMMERCIAL GENERAL LIABILITY 'EACH OCCURRENCE $ 07/01/2017" 07/0112018 -DcAcMAGETORENTED. . . 260,000 • . . - CLAIMS-MADE OCCUR X4649O • `•`FMIRFS lFa mrdarracnf $ MED EXP(NW one parson) S 10,000 PERSONAL a ABV INJURY $ 1,OOO,000 GENERAL AGGREGATE $ 3,000,000 GEN'LAGGR E LIMIT APf LIES PER 3,000,000 POLICY I I,Pi� I I LOC PRODUCTS-COMP/OP AGC $ OTHER: POMB INED SINGLE LIMIT $ 1,000,000 A AUTOMOBILE LIABILITY X ANY AUTO X48490 07/01/2017 0710112015 BODILY INJURY(Par Meson) $ OWNED —SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per gloom} S AIMS ONLY NOpSpp IP DAMAGE $ a EACH OCCURRENCE s 6,000,000 A X UMBRELLA LIAR X OCCUR EXCESS LIAR CLAIMS-MADE X48490 07/01/2017 07/01/2018 AGGREGATE i 6,000,000 DED I I RETENTION$ S A WORKERS COMPENSATION X _STATUTE EFL AND EMPLOYERS'Lasanv r 1I t� X48490 07/01/2017 07101/2018 E.L.EACH ACCIDENT $ 600,000 ANYICREROPAEMBER EXCLUDED/ECUTNE I !I I NIA 500,000 Q}F I �� 1 E.L.DISEASE-EA EMPLOYEE S ndatory In NH) 500,000 ' If yes,deer lbe under EL.DISEASE•POLICY LIMA' S. DESCRIPTION OF OPERATIONS below DESCRIPTION OP OPERATIONS 1 LOCATIONS/VEHICLES.IACORO/D1,Addlaonal Ramarka Schedule,may Ifa attanMd It more apses Is required) • • 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. Superior Industrial Equipment 1609 Afton Rd AUTHORIZED REPRESENTATIVE Sycamore,IL 60178-3253 '1-1°— / ACORD 26(2016/03) 01988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD . NO. 114 Item Submitted By: Gary Pech Department: Public Works Council Meeting Date: August 7, 2018 Res. that, as recommended by the Mayor, the Purchasing Agent is authorized to issue a Purchase Order to Superior Industrial Equipment in the total amount of $29,877.57 for Vertical Flow Pump Rebuild services to be utilized by the Papillion Creek Water Resource Recovery Facility. (The Finance Department is authorized to pay the cost of this equipment from the Sewer Revenue Fund 21121, Papio Creek Plant Maintenance Organization 116614, year 2018 expenditure.) V 3 Presented to City Council August 7, 2018 APPROVED 7-0 8l<zabetll Nutlet. City Clerk