Active SLED Opportunity · NEBRASKA · CITY OF PAPILLION

    Custom Pump System for Tara Hills Golf Course

    Issued by City of Papillion
    cityRFQCity of PapillionSol. 255548
    Open · 22d remaining
    DAYS TO CLOSE
    22
    due May 15, 2026
    PUBLISHED
    Apr 16, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    333911
    AI-classified industry

    AI Summary

    The City of Papillion seeks bids for a factory-assembled irrigation pump station for Tara Hills Golf Course, delivering 1,500 GPM at 120-125 PSI. The system includes VFD-controlled pumps, PLC controls, and compatibility with major irrigation platforms. Bids due May 15, 2026.

    Opportunity details

    Solicitation No.
    255548
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 16, 2026
    Due Date
    May 15, 2026
    NAICS Code
    333911AI guide
    Jurisdiction
    City of Papillion
    Agency
    City of Papillion

    Description

    The City of Papillion is requesting bids for a factory-assembled irrigation pump station designed to support a golf course irrigation system with a capacity of 1,500 GPM at a controlled discharge pressure of 120–125 PSI.

    Background

    The project is intended to modernize and improve the reliability and performance of an existing golf course irrigation system, where consistent pressure and dependable operation are critical to maintaining turf quality and playability. Irrigation demand varies significantly throughout operation as zones cycle on and off, creating fluctuating flow requirements that the pump station must respond to seamlessly. Maintaining a tight pressure band of 120–125 PSI is essential to ensure uniform sprinkler performance, avoid over- or under-watering, and protect downstream piping and components.

    The site presents typical challenges associated with golf irrigation systems, including variable demand profiles, the need for energy-efficient operation, and coordination with an existing central control platform. The 17-foot wet well depth and unknown final pump configuration require the contractor to carefully evaluate pump selection, suction conditions, and overall system hydraulics to prevent issues such as cavitation, inefficient operation, or excessive wear. Additionally, the system must be robust enough to handle continuous seasonal use with minimal downtime, as irrigation reliability directly impacts course conditions and revenue.

     

    Project Details

    • Reference ID: 2026-REQ-059
    • Department: Golf
    • Department Head: Rob Spomer (Golf General Manager)

    Important Dates

    • Questions Due: 2026-04-22T15:00:00.000Z
    • Answers Posted By: 2026-04-23T15:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-20T16:19:13.682Z) —

      Additional scope required for project bid. 

    Evaluation Criteria

    • Summary

      The City of Papillion is requesting bids for a factory-assembled irrigation pump station designed to support a golf course irrigation system with a capacity of 1,500 GPM at a controlled discharge pressure of 120–125 PSI.

    • Introduction

      This section describes the evaluation process that will be used to determine how the Bid will be awarded.   When making this determination, the contract shall be awarded to the lowest responsible bidder. The City intends to conduct a comprehensive, fair and impartial evaluation of the Bid received in response to this Solicitation

    • Issuing Officer

      The Issuing Officer is the sole point of contact regarding the solicitation from the date of issuance until selection of the successful bidder.  The Issuing Officer for this solicitation is:

      Terri Valquier
      122 East Third Street
      Papillion, Nebraska 68046
      Phone: (402) 502-9667
      E-Mail: tvalquier@papillion.org

    • Background

      The City of Papillion is a municipal corporation incorporated in the State of Nebraska as a first class city.  The services requested and any obligations or responsibilities of the City pursuant to this Request for Solicitation or any subsequent contract(s) entered into shall be subject to any requirements or limitations on a City of the First Class.

      The project is intended to modernize and improve the reliability and performance of an existing golf course irrigation system, where consistent pressure and dependable operation are critical to maintaining turf quality and playability. Irrigation demand varies significantly throughout operation as zones cycle on and off, creating fluctuating flow requirements that the pump station must respond to seamlessly. Maintaining a tight pressure band of 120–125 PSI is essential to ensure uniform sprinkler performance, avoid over- or under-watering, and protect downstream piping and components.

      The site presents typical challenges associated with golf irrigation systems, including variable demand profiles, the need for energy-efficient operation, and coordination with an existing central control platform. The 17-foot wet well depth and unknown final pump configuration require the contractor to carefully evaluate pump selection, suction conditions, and overall system hydraulics to prevent issues such as cavitation, inefficient operation, or excessive wear. Additionally, the system must be robust enough to handle continuous seasonal use with minimal downtime, as irrigation reliability directly impacts course conditions and revenue.

       

    • Custom Irrigation Pump System

      This project consists of providing a complete, factory-assembled irrigation pump station designed to support a golf course irrigation system with a capacity of 1,500 GPM at a controlled discharge pressure of 120–125 PSI. The system will operate automatically using VFD-controlled pumps and a PLC-based control system to maintain consistent pressure across varying irrigation demands. The pump station will be powered by a 480V, 3-phase electrical service and designed specifically for reliable, continuous golf irrigation use.

      The scope includes dual main pumps with variable speed control, an auxiliary pump for low-flow and system support functions, and a fully integrated control package with touchscreen HMI, pressure and flow monitoring, and compatibility with leading irrigation control platforms such as Toro, Rain Bird, and Hunter Industries. The system will incorporate automatic pump staging, lead/lag rotation, and comprehensive safety protections to ensure efficient and dependable operation.

      Vendors are expected to deliver a high-quality, fully tested system including all piping, controls, and electrical components, along with startup, commissioning, and training services. Emphasis is placed on performance, reliability, and energy efficiency, and vendors are encouraged to provide optimized designs supported by pump curves, system curves, and a clearly defined control strategy.

      A successful solution will go beyond simply meeting flow and pressure requirements by delivering a well-integrated, intelligently controlled system that optimizes performance across all operating conditions. Vendors that clearly demonstrate strong hydraulic design, provide transparent performance data (pump and system curves), and offer a thoughtful control strategy with efficient pump staging and redundancy will stand out. High-quality construction, ease of maintenance, and long-term operational efficiency will be key factors in achieving a best-in-class installation.

    • Restrictions on Bidder Communications

      From the issue date of this solicitation until announcement of the successful bidder, the Issuing Officer is the point of contact regarding the solicitation.  There may be no communication regarding this solicitation with any City employee other than the Issuing Officer, except at the direction of the Issuing Officer or as otherwise noted in the solicitation.  The Issuing Officer will respond only to questions regarding the procurement process.

    • Required Coverage

      The Supplier shall purchase and maintain insurance which will protect the Supplier from the following type of claims; and which shall name City as an additional insured. 

      1. For all contracts:
        1. Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees including any claims under workers’ compensation, disability benefit, or other similar employee benefit acts;
        2. Claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees;
        3. Claims for damages because of bodily injury or death of any person or property damage arising out of the Supplier's ownership, maintenance, or use of any motor vehicle;
        4. Protection shall be provided whether the claim results from operations of the Supplier, employees of any of them, or anyone for whose acts any of them may be liable.
      2. For contracts related to the purhcase of goods:
        1. Claims for property damage or personal injury or death to any product created, manufactured, distributed, sold or otherwise provided by the Supplier;
      3. For contracts related to services:
        1. Claims for damages, insured by usual personal injury liability coverage, which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Supplier, or (2) by any other person;
        2. Claims for damages, other than to the work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom;
    • Online Resources

      The solicitation and any related documents, such as amendments or attachments, responses to questions, and other resources, will be posted on the City of Papillion’s eProcurement Portal.  Bidders should check this website periodically for any amendments to this solicitation.  The posted version of the solicitation is the official version. The City will only be bound by the official version of the solicitation.  Bidders should ensure that they are referencing the most up-to-date version.

    • Limits of Liability

      Policies for the insurance required shall be written for the limits of liability specified as follows:

      1. General Liability (including contractual, independent Suppliers, broad form property damage, personal injury underground explosion and collapse hazards):
        1. Listing Owner as Additional Insured on a primary and non-contributory basis.
        2. $1,000,000 Each Occurrence
        3. $2,000,000 Aggregate
      1. Automobile Liability (including all owned, non-owned, and hired automobiles): $1,000,000 Combined Single Limit.
      2. Workers' Compensation Coverage B — Statutory Benefits: $100,000/$500,000/$100,000.
      3. Umbrella Liability (applying directly in excess of above liability coverages): $1,000,000 Aggregate; $1,000,000 Combined Single Limit.
    • Contact Information

      Project Contact

      Jason Cox
      Golf Course Superintendent
      jcox@papillion.org
      (712) 308-6754

      Procurement Contact

      Terri Valquier
      Contract Manager
      tvalquier@papillion.org
      (402) 502-9667

    • General

      Contractor shall provide a complete, factory-assembled irrigation pump station capable of delivering:

      • 1,500 GPM total system flow
      • Operating pressure range: 120–125 PSI at pump discharge
      • Power supply: 480Y/277V, 3-phase, 60 Hz
      • Minimum panel rating: 35 kA SCCR
      • Wet well depth: 17 feet

      System shall be designed for golf course irrigation service, continuous duty, and fully automatic operation.

      The pump station shall be designed to operate efficiently across a variable flow range typical of irrigation demand and maintain constant discharge pressure within the specified range.

    • Bid Scoring and Evaluation Criteria

      Lowest Acceptable Bid means the most cost efficient and effective bid and shall be the sum of all costs, including but not limited to, purchase price, all taxes (if applicable), delivery, installation, warranty, life cycle cost, operating and disposal costs incurred for determining the lowest acceptable bid meeting the specifications.

      1. Scoring Guide: Points will be assigned as follows: 
        1. The lowest Cost Proposal shall be assigned 100 points.
        2. All remaining Cost Proposals shall be assigned points calculated as follows: (price of lowest Cost Proposal/price of subject Bid Cost Proposal) x 100  
    • Cost for Responding to this Solicitation

      This solicitation does not obligate the City to award a contract, to pay the costs incurred in preparing any bid/proposal, or to procure the services described herein. Bids are submitted at the sole cost and expense of the Bidders. The City shall incur no liability or obligation to Bidders except pursuant to a written contract for services, duly executed by the Bidders and an authorized signatory for the City.

    • Procurement Timetable
      City Issues Solicitation:April 16, 2026
      Bidder Written Questions Due Date:April 22, 2026, 10:00am
      Final Date for City Responses to Questions:April 23, 2026, 10:00am
      Bids /Proposals and any Amendments Due Date:May 15, 2026, 10:00am
      Notice of Intent to Award :May 18, 2026
      Final approval by City Council :June 3, 2026
    • Pumps

      Provide:

      • Two (2) main pumps, nominally 75 HP each
      • 480V, 3-phase motors
      • VFD-controlled operation

      Performance Requirements 

      • Combined system shall deliver 1,500 GPM at 120–125 PSI
      • Pumps shall be selected such that:
        • One pump can operate efficiently at partial demand. Two pumps operating together meet peak demand

      Redundancy Requirement

      • System shall provide partial redundancy
      • With one pump out of service, remaining pump shall deliver minimum 60% of peak flow at reduced but usable pressure

      Pump Type

      • Contractor shall determine appropriate pump type (vertical turbine, horizontal centrifugal, or submersible) based on:
        • Wet well configuration
        • Manufacturer best practices 

      Auxiliary Pump

      Provide:

      • One (1) – 5 HP auxiliary (SUS/jockey) pump
      • 480V, 3-phase

      Pump shall be used for: 

      • System pressurization at low flow
      • Surge control and/or priming (as required by system design)

      Contractor shall clearly define auxiliary pump function in submittals. 

    • Contractor's Liability Insurance

      The Supplier's shall maintain insurance to cover all loss or damage to any tools, machinery, equipment, or motor vehicles, used for the manufacture, delivery or installation of goods on behalf of City, by the Supplier's, material men or employees of any of them.  City shall have no liability for any such loss or damage. 

    • Variable Frequency Drives (VFDs)
      • Provide one VFD per main pump 
      • Rated for 480V operation
      • Sized for motor horsepower and application 

      VFD Functions

      • Constant pressure control
      • Soft start/stop
      • Energy optimization

      Protections

      • Overload protection
      • Phase loss / voltage imbalance
      • Over/under voltage
      • Overtemperature 
    • Questions, Requests for Clarification and Suggestions for Changes

      Bidders who have provided their intent to bid on the solicitation are invited to submit written questions, requests for clarifications, and/or suggestions for changes to the specifications of this solicitation (hereafter “Questions”) by the due date and time provided in the Procurement Timetable.  Bidders are not permitted to include assumptions in their Bids.  Instead, bidders shall address any perceived ambiguity regarding this solicitation through the question-and-answer process.  If the Questions pertain to a specific section of the solicitation, the page and section number(s) must be referenced.  The City requires to receive Questions through the eProcurement portal.  The bidder may wish to request confirmation of receipt from the Issuing Officer to ensure delivery.

      Written responses to questions will be posted to the eProcurement Portal by the date provided in the Procurement Timetable.  

      The City assumes no responsibility for verbal representations made by its officers or employees unless such representations are confirmed in writing and incorporated into the solicitation.  In addition, the City’s written responses to Questions will not be considered part of the solicitation.  If the City decides to change the solicitation, the City will issue an amendment.      

    • Proof of Insurance

      The Supplier's shall provide to City a Certificate(s) of Insurance evidencing all required insurance coverage above utilizing the latest version of the ACORD form.

    • Recommendation for the Evaluation

      The evaluation shall be a review each Bid to confirm that it complies with the necessary requirements.  Any discrepancies in the service(s) or product(s) to be provided shall be noted.  Any Bid that is determined to not meet the City’s expectations regarding the service(s) or product(s) requested in the Solicitation shall be eliminated.  All remaining bids shall be ranked by overall cost as described in above section, and the highest scored bid shall be recommended as the apparent successful bidder.

    • Waiver of Subrogation

      Waiver of subrogation by Contractor's carriers is required.

    • Controls

      Provide a PLC-based control system with touchscreen HMI.

      Control Philosophy

      System shall operate on a constant pressure basis:

      • Maintain discharge pressure between 120–125 PSI
      • One pump shall act as lead (VFD-controlled)
      • Additional pump shall stage automatically when demand exceeds lead pump capacity
      • Pumps shall modulate speed to match system demand

      Pump Sequencing

      • Automatic lead/lag rotation (time-based or run-time-based)
      • Automatic staging and de-staging based on:
        • Pressure setpoint
        • Flow demand 

      Instrumentation

      Provide:

      • Pressure transducers (suction and discharge)
      • Pressure gauges
      • Flow meter (required)

      Safeties

      System shall include, at minimum:

      • Low suction pressure shutdown
      • High discharge pressure shutdown
      • No-flow / deadhead protection
      • Motor overload protection
      • Well level protection (if applicable)

      Integration

      System shall be compatible with golf irrigation central control systems, including:

      • Toro
      • Rain Bird
      • Hunter Industries 
    • Bidders’ Conference

      A bidders’ conference will be conducted at the City of Papillion location identified at the date and time listed in the Procurement Timetable.  The purpose of the bidders’ conference is to inform prospective bidders about the work to be performed and to provide prospective bidders an opportunity to ask questions regarding the solicitation.  Verbal discussions at the conference shall not be considered part of the solicitation unless incorporated into the solicitation by amendment.  Questions asked at the conference that cannot be adequately answered during the conference may be deferred and responded to in writing.  Attendance at this bidders’ conference is NO VALUE

    • Indemnity Provisions

      The Contract between the City and the Supplier shall include the following:

      1. An agreement that the Supplier will assume full responsibility for any and all damages or injuries which may result to persons or property by Supplier’s negligent acts, errors, or omissions in connection with the work to be performed pursuant to the Contract.
      2. An agreement that all activities performed by Supplier pursuant to the Contract will be performed and supervised by adequately trained and qualified personnel, and Supplier will cause all persons working or affiliated with Supplier to observe all applicable safety rules.
      3. An agreement that Supplier will defend, indemnify, and hold harmless the City against all claims, demands, suits, losses or damages arising out of or resulting from Supplier’s negligent acts, error, or omissions in connection with the work to be performed pursuant to the Contract.
    • Electrical Panel

      Provide factory-wired control panel:

      • 480Y/277V, 3-phase
      • Minimum 35 kA SCCR
      • Main disconnect
      • Branch circuit protection
      • Surge protection

      Additional Requirements

      • UL-listed panel (preferred)
      • Cooling/ventilation as required
      • Arc flash labeling 
    • Submission of Bid/Proposal

      The Bid/Proposal shall be received by the Issuing Officer by the time and date specified in the Procurement Timetable. The City will not waive this mandatory requirement.  Any Bid/Proposal received after this deadline will be rejected and will not be evaluated.  

      Bid/Proposals are to be submitted in accordance with the Bid/Proposals Formatting section of this solicitation.

      • The City prefers electronic submission of Bid, Proposals. Please submit electronic responses via the City e-Procurement Portal: https://procurement.opengov.com/portal/papillion. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes.
      • Mail-in responses will be accepted and must contain one (1) hard copy and be accompanied by an electronic copy on a USB key included in the response envelope. 

      City of Papillion
      Attn: Terri Valquier
      Contract Manager
      122 E 3rd St. 
      Papillion, NE 68046

    • Piping & Appurtenances

      Provide complete station piping, including:

      • Suction and discharge headers
      • Check valves
      • Isolation valves
      • Pressure gauges
      • Pressure transducers

      Design Requirements

      • Pipe sizing based on 1,500 GPM design flow @120-125 PSI
      • Maximum velocity
      • Layout shall minimize head loss and turbulence 
    • Submission of Bid/Proposal

      The Bid/Proposal shall be received by the Issuing Officer by the time and date specified in the Procurement Timetable. The City will not waive this mandatory requirement.  Any Bid/Proposal received after this deadline will be rejected and will not be evaluated.  

      Bid/Proposal are to be submitted in accordance with the Bid/Proposal Formatting section of this solicitation.

      • The City prefers electronic submission of Bid, Proposals. Please submit electronic responses via the City e-Procurement Portal: https://procurement.opengov.com/portal/papillion. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes.
      • Mail-in responses will be accepted and must contain one (1) hard copy and be accompanied by an electronic copy on a USB key included in the response envelope. 

      City of Papillion
      Attn: Terri Valquier
      Contract Manager
      9909 Portal Rd
      Papillion, NE 68128

    • Submittals (Required)

      Contractor shall provide:

      • Pump curves for each pump
      • System curve
      • Combined pump + system curve plot showing operating points (If necessary, manufacturer/contractor to decide)
      • Motor and VFD data sheets
      • Electrical schematics
      • Control sequence narrative 
    • Submission of Bid

      Bid shall be received by the Issuing Officer by the time and date specified in the Procurement Timetable. The City will not waive this mandatory requirement. 

      Any Bid received after this deadline will be rejected and will not be evaluated.  

      Bids are to be submitted in accordance with the Bid/Proposal Formatting section of this solicitation.

      The City requires electronic submission of Proposals. Please submit electronic responses via the City e-Procurement Portal: https://procurement.opengov.com/portal/papillion. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes.

      NO MAIL-IN RESPONSES, FAXED OR HAND DELIVERED WILL BE ACCEPTED

    • Amendments to the Solicitation

      The City reserves the right to amend or provide clarifications to the solicitation at any time.  Amendments or clarifications to the solicitation will be posted to the City’s eProcurement Portal.  In the event of an amendment to the solicitation, the City may, in its sole discretion, extend the deadline for receipt of Bid.  

      Bidders may amend their Bid at any time until the deadline for receipt of Bid through the eProcurement portal. 

    • Services and Time Frame

      Include:

      • Factory testing
      • Delivery to site
      • Startup and commissioning
      • Operator training
      • O&M manuals 
      • Requested delivery, 20 weeks following award.  Vendor to specify time frame delivery with bid. 
    • Standard Equipment Features

      Include all equipment, controls, and appurtenances required for a fully functional, manufacturer-standard pump station, even if not explicitly listed.

    • Withdrawal of Bid

      The bidder may withdraw its Bid prior to the closing date for receipt of Bid through the eProcurement portal.   

    • Mandatory Requirements and Disqualification of Bid

      Bidders must meet these mandatory requirements or will be disqualified and not considered for award of a contract:  The Issuing Officer must receive the Bid, and any amendments thereof, prior to or on the due date and time.

      • The bidder is not presently debarred, suspended, proposed for debarment, or declared ineligible. 

      • The bidder attended the bidders’ conference "if mandatory". 

      • Bidder must not have defaulted on any contracts or other Agreements for services within the twelve-month period immediately preceding the deadline for submittal of Bid.

      It is important to maintain fairness to all bidders in the procurement process.  Therefore, bidders are expected to follow the specifications set forth in this solicitation. Bid may be disqualified for reasons that include, but may not be limited to, the following: 

      • Bidder initiates unauthorized contact regarding this solicitation with employees other than the Issuing Officer;

      • Bidder fails to comply with the solicitation formatting specifications so that the Bid cannot be fairly compared to other bids;

      • Bidder fails, in the City’s opinion, to include the content required for the solicitation;

      • Bidder’s response materially changes Scope of Goods specifications; 

      • Bidder fails to submit the solicitation attachments containing all signatures;

      • Bidder includes assumptions in its Bid; or

      • Bidder fails to respond to the City's request for clarifications, information, documents, or references that the City may make at any point in the solicitation process.

    • Bid Clarification Process

      The City may request clarifications from bidders for the purpose of resolving ambiguities or questioning information presented in the Bid.  Clarifications may occur throughout the Bid evaluation process.  Clarification responses shall be in writing and shall address only the information requested.  Responses shall be submitted to the City within the time stipulated at the occasion of the request.

    • Use of Subcontractors

      The City reserves the right to require prior approval for the use by the selected bidder of any subcontractor used to perform services under any contract that may result from this solicitation.

    • Verification of Bid Content and Reference Checks

      The contents of a Bid are subject to verification.  The City reserves the right to contact any reference to verify information contained in the Bid, to discuss the Bidder’s qualifications, and/or to discuss the qualifications of any subcontractor identified in the Bid.  The City further reserves the right to obtain and consider information from other sources concerning a Bidder or the contents of a Bid.  This information includes, but is not limited to, the Bidder’s capability and performance under other contracts, the Bidder’s authority to enter into a contract or to conduct business in the State of Nebraska, or the reasonableness of the Bidder’s proposal.  Such other sources may include subject matter experts.

    • Criminal History and Background Investigations

      The City reserves the right to conduct criminal history and other background investigations of the Contractor, its officers, directors, shareholders, or partners and personnel retained by the Contractor for performance of resulting contract.  The City reserves the right to conduct criminal history and other background investigation of the Contractor’s staff and subcontractors providing services under the resulting contract.

    • Rejection of Bid

      The City reserves the right to reject any or all Bid, in whole and in part, and to cancel this solicitation at any time prior to the execution of a written contract.  Issuance of this solicitation in no way constitutes a commitment by the City to enter into a contract.

    • Notice of Intent to Award

      Notice of Intent to Award will be sent to all Bidders that submitted a Bid by the due date and time.  The Notice of Intent to Award does not constitute the formation of a contract between the City and the apparent successful bidder.

    • Acceptance Period

      The City shall make a good faith effort to negotiate and execute a contract for the provision of the deliverables described herein, provided, however, that no contract resulting from this solicitation will be an exclusive contract.  If the apparent successful bidder fails to negotiate and execute a contract within the time frame set by the City in the Procurement Timetable, the City may, in its sole discretion, revoke the Notice of Intent to Award and negotiate a contract with another bidder or withdraw the solicitation.  The City further reserves the right to cancel the Notice of Intent to Award at any time prior to the execution of a written contract.   Neither the Notice of Intent to Award nor any contract executed between the City and the apparent successful bidder shall create a guarantee of any minimum compensation to be paid to the bidder.  No Bidder shall acquire any legal or equitable rights relative to the contract services until the contract has been fully executed by the apparent successful bidder and the City.

    • Review of Notice of Disqualification or Notice of Intent to Award Decision

      Bidders may request a reconsideration of either a Notice of Disqualification or Notice of Intent to Award decision by submitting a written request to the City.  The City must receive the written request for reconsideration within three (3) days from the date of the Notice of Disqualification or Notice of Intent to Award.   The request may be mailed, emailed, or hand delivered.  It is the Bidder’s responsibility to assure timely delivery of the request for reconsideration.  The request shall clearly and fully identify all issues being contested by reference to the page and section number of the solicitation  If a Bidder submitted multiple Bid/Proposals and request that the City reconsider a Notice of Disqualification or Notice of Intent to Award for more than one Bid, a separate written request shall be submitted for each.  At the City’s discretion, requests for reconsideration from the same bidder may be reviewed separately or combined into one response.

    • Public Records

      Original information submitted by a Bidder may be treated as public information by the City for purposes of responding to a public records request.  Any Bidder who believes that information contained in its Bid is confidential and not subject to a public records request may mark such information “Confidential” and provide its rationale for why such information is excepted from public inspection.  The City will, in its sole discretion, determine whether such information should be withheld from public inspection.  By marking information as confidential Bidder agrees to indemnify City from any claims, actions, or damages, including fees and costs, incurred by City as a result of withholding such information from public inspection.

    • Copyrights

      By submitting a Bid, the bidder agrees that the City may copy the Bid for purposes of facilitating the evaluation of the Bid or to respond to requests for public records.  By submitting a Bid, the bidder acknowledges that additional copies may be produced and distributed and represents and warrants that such copying does not violate the rights of any third party.  The City shall have the right to use ideas or adaptations of ideas that are presented in the Bid.  

    • Release of Claims

      By submitting a Bid, the bidder agrees that it shall not bring any claim or cause of action against the City based on any misunderstanding concerning the information provided herein or concerning the City's failure, negligent or otherwise, to provide the bidder with pertinent information as intended by this solicitation.

    • Choice of Law and Forum

      This solicitation and the resulting contract are to be governed by the laws of the State of Nebraska and the ordinances of the City of Papillion.  Any and all litigation or actions commenced in connection with this solicitation shall be brought and maintained in the Federal, State or County courts of Sarpy County, Nebraska.

    Submission Requirements

    • Pricing Sheet

      Upload Pricing Sheet

    • RELEASE OF INFORMATION (required)

      I hereby authorizes any person or entity, public or private, having any information concerning the bidder’s background, including but not limited to its performance history regarding its prior rendering of services similar to those detailed in this solicitation, to release such information to the City.    

      The bidder acknowledges that it may not agree with the information and opinions given by such person or entity in response to a reference request.  The bidder acknowledges that the information and opinions given by such person or entity may hurt its chances to receive contract awards from the City or may otherwise hurt its reputation or operations.  The bidder is willing to take that risk.  The bidder agrees to release all persons, entities, the City, and the State of Nebraska from any liability whatsoever that may be incurred in releasing this information or using this information.

    • W-9 (required)
    • What is the State of Incorporation/organization? (required)
    • Number of employees? (required)
    • Number of Years in Business (required)
    • If Bidder is currently registered to do business in Nebraska, provide the Date of Registration. (required)
    • Do you plan on using subcontractors if awarded this Contract? (required)
    • Subcontractor Disclosure Form (required)

      Please download the below documens, complete, and upload for each Subcontractor.

    • BID PROPOSAL CERTIFICATIONS (required)
      1. Bidder specifically stipulates that the Bid/Proposal is predicated upon the acceptance of all terms and conditions stated in the solicitation without change except as otherwise expressly stated in the Primary Bidder Detail & Certification Form.  Objections or responses shall not materially alter the solicitation.  All changes to proposed contract language, including deletions, additions, and substitutions of language, must be addressed in the Bid/Proposal.  The bidder accepts and shall comply with all Contract Terms and Conditions.

      2. Bidder has reviewed the Additional Certifications, which are incorporated herein by reference, and by signing below represents that Bidder agrees to be bound by the obligations included therein;

      3. Bidder has received any amendments to this solicitation issued by the City; 

      4. The person signing this Bid/Proposal certifies that he/she is the person in the Bidder’s organization responsible for or authorized to make decisions regarding the prices quoted and, Bidder guarantees the availability of the services offered and that all Bid/Proposal terms, including price, will remain firm until a contract has been executed for the services contemplated by this solicitation or (90) ninety days from the issuance of this solicitation, whichever is earlier.

    • SERVICE AND REGISTRATION CERTIFICATIONS (required)
      1. Bidder certifies that the Bidder organization has sufficient personnel resources available to provide all services proposed by the Bid/Proposal, and such resources will be available on the date the solicitation states services are to begin.  Bidder guarantees personnel proposed to provide services will be the personnel providing the services unless prior approval is received from the City to substitute staff;

      2. Bidder certifies that if the Bidder is awarded the contract and plans to utilize subcontractors at any point to perform any obligations under the contract, the Bidder will (1) notify the City in writing prior to use of the subcontractor, and (2) apply all restrictions, obligations, and responsibilities of the resulting contract between the City and contractor to the subcontractors through a subcontract.  The contractor will remain responsible for all Deliverables provided under this contract;

      3. Bidder either is currently registered to do business in Nebraska or agrees to register if Bidder is awarded a Contract pursuant to this solicitation. Bidders may register with the Secretary of State at:  sos.nebraska.gov and the Department of Labor at:  dol.nebraksa.gov/conreg

      4. Bidder certifies it is either a) registered or will become registered with the Nebraska Department of Revenue to collect and remit Nebraska sales and use taxes as required by Neb.Rev.Stat 77-2705; or b) not a “retailer” as that term is defined in Neb. Rev. Stat. §77-2701.32.  Bidders may register with the Department of Revenue online at:  https://revenue.nebraska.gov 

      5. The Bidder acknowledges that the City may declare the bid void if the above certifications are false. 

       

    • EXECUTION CONFIRMATION (required)

      By signing below, I certify that I have the authority to bind the Bidder to the specific terms, conditions and technical specifications required in the City’s Solicitation request and offered in the Bidder’s Proposal.  I understand that by submitting this Bid/Proposal, the Bidder agrees to provide services described herein which meet or exceed the specifications of the City’s solicitation unless noted in the Bid/Proposal and at the prices quoted by the Bidder. The Bidder has not participated, and will not participate, in any action contrary to the anti-competitive obligations outlined in the Additional Certifications.  I certify that the contents of the Bid Proposal are true and accurate, and that the Bidder has not made any knowingly false statements in the Bid/Proposal. 

    • Foreign Adversary Contracting Prohibition Act (required)

      In accordance with the Foreign Adversary Contracting Prohibition Act, as found in Neb. Rev. Stat. §73-901 to §73-907, a public entity shall require every company that submits a bid or proposal, or enters into any contract or contract renewal with any public entity for the provision of any technology-related product or service, to certify that the company is not a scrutinized company and will not subcontract with any scrutinized company for any aspect of performance of the contemplated contract; and that any products or services to be provided do not originate with a scrutinized company.  For purposes of this section “scrutinized company” means: (a) any company organized under the laws of a foreign adversary or having its principal place of business within a foreign adversary, and any subsidiary of any such company; (b) any company owned in whole or in part or operated by the government of a foreign adversary, an entity controlled by the government of a foreign adversary, or any subsidiary or parent of any such company; or (c) any company that sells to a public entity a final technology-related product or service that originates with a company described in (a) or (b) without incorporating that product or service into another final product or service.  “Technology-related product or service” means a product or service used for information systems, surveillance, light detection and ranging, or communications.

      Option 1 full detail: I am not submitting a bid or proposal for a technology-related product or service, as defined in the Foreign Adversary Contracting Prohibition Act. 

      Option 2 full detail: I am submitting a bid or proposal for a technology-related product or service, as defined in the Foreign Adversary Contracting Prohibition Act; and I further certify that:

      1. I am not a scrutinized company as defined in Neb. Rev. Stat. §73-903;

      2. I will not subcontract with any scrutinized company for any aspect of performance of the Contract; and

      3. No products or services to be provided pursuant to this Bid/Proposal originate with a scrutinized company. 

    • Will a Bidder's Conference be held? (required)
    • Pricing (required)

      Choose Option 1 when you have set line items, for example:

      • This is a quote for goods/commodities
      • This is a pricing table that can be uploaded into OpenGov from an Excel spreadsheet
      • Seeking services for an hourly rate

      Choose Option 2 when you need vendors to provide you with the line items within an attachment.

    • Select the applicable sections for this solicitation: (required)
    • Would hard copies be accepted as a form of submission? (required)

      If you select yes, then the vendors can choose to submit via the eProcurement portal or by paper. 

    • Mailing Address (required)

      Select where the hard copies will be mailed or hand-delivered to. 

    • Are there any Bond Requirements for this Solicitation? (required)

    Questions & Answers

    Q (Control system specifications in Addendum #1): Addendum #1 describes several very specific control system features, including: Electronic Butterfly Valve back-up pressure regulation fully integrated into the pump station controller An HMI built natively into the controller and accessible via QR code. A cloud monitoring platform that does not rely on any third-party SCADA system. A factory-integrated RTU with automatic reconnection after power or communication loss. These requirements appear to describe a specific product architecture. Will the City accept alternative control system designs that deliver the same functionality through different technical approaches, or must the system be implemented exactly as described in Addendum #1? A clear answer will help us decide whether to propose our standard product or pursue a different solution.

    A: The City will accept alternative control system designs that deliver the same functionality through different technical approaches.


    Key dates

    1. April 16, 2026Published
    2. May 15, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.