Loading...
RES 2015-0164 - PO to Seiler Instrument & Manufacturing CO Inc for GPS �PIAH A./y yt�} , C. � 1 y0, ?9 t'; E 1, L IA. s; Public Works Department tr �� Omaha/Douglas Civic Center t � ^ February 10, 2015 AM 11' I+6 ns -- t ill v ��� 30 1819 Farnam Street,Suite 601 a Omaha,Nebraska 68183-0601 AUk- -,: *- (402)444-5220 eT.Ea FEE.1 CITY CLERK Fax (402)444-5248 City of Omaha "'i r! t V� R ASK Robert G. Stubbe,P.E. Jean Stothert,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Seiler Instrument & Manufacturing Co., Inc. on the bid for the purchase of a Trimble R10 GPS to be utilized by the Construction Division. The Construction Division has recommended award be made to Seiler Instrument & Manufacturing Co., Inc. based on a bid submitted to the State of Nebraska per Contract No. 13693 OC in the amount of$25,145.00 as detailed in the attached communication dated January 14, 2015. The contractor has a current Contract Compliance Report Form (CC-1) on file. As is City policy, the Human Rights and Relations Department will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of a Trimble R10 GPS to be utilized by the Construction Division from the Street and Highway Allocation Fund 12131, Construction Survey and Inspection Organization 116121, year 2015 expenditures. The Public Works Department recommends the acceptance of the bid from Seiler Instrument & Manufacturing Co., Inc. and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: ' , /-2e ..1- . ,p 1 JZ0/ 15 Ro rt G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: raj_ ,:44444, c, /-.0)3-4s- -:____:is-‘i- ''' ,.ka_c,' ,k,- I) feral& Stephen B. Curtiss Date Human Rights and Relations Date e-% Finance Director Department 276115scp INTER-OFFICE COMMUNICATION Construction Division DATE: January 14, 2015 TO: Sue Preiner, General Services Manager, Public Works Specialist FROM: Tom Glow, Construction Division, Construction Manager /6? SUBJECT: Trimble R10, GPS equipment Please generate a Council resolution for the purchase of one (1) Trimble R10 GPS utilizing Nebraska State Contract 13693 OC. Attached is a copy of the Seiler Quote and the Nebraska State Contract. 1 —Trimble R10 GNSS Receiver $22,950.00 1 — Seiler Training $1,295.00 1 —Technical Support, 1 year $495.00 1 —Trimble Business Center Base $405.00 Total $251145.00 If you need any more information feel free to contact me at your convenience. SE 1 L ER Sales Quotation GEOSPATIAL DIVISION City of Omaha, NE Date Issued: 04/04/2014 Thomas Glow Quote Expiration: 05/04/2014 tglow@ci.omaha.ne.us Quote Number: 00001634 (402)444-5279 1819 Farnam St., Suite 600 Omaha, Nebraska 68183 s,. 1.00 R10-001-60 Trimble R10, internal 410-470 MHz radio $22,950.00 $22,950.00 Includes: Trimble R10 GNSS Receiver UHF Radio Antenna with SMA Connector-(Trimble R10 models with UHF/VHF radio only) Rechargeable Battery(2x) Dual Battery Charger with Battery Slot Inserts and int. Power Supply Quick Release Adapter USB Office Data and Power Y-Cable-(7P Lemo to USB-A Male and Power) USB Field Data Cable (7P Lemo to USB-A Female) Quick Start Guide, Trimble R10 System Poster, Warranty Activation Card, Trimble WEEE Card Trimble R10 Transport Case Serial Number: 5413460365 1.00 TRAINING- SEILER TRAINING- SURVEY DIVISION $1,295.00 $1,295.00 SURVEY 1.00 TS-SURVEY Seiler 1 year Survey Technical Support $495.00 $495.00 Priority Technical Support Agreement Includes: • Phone numbers and a dedicated e-mail address for direct contact to all Seiler support technicians. NOTE: Does not include training services. • Priority response to support cases (usually within 1-2 hours). • Access to invitation-only live and pre-recorded webinars on hardware and software procedures to stay productive. Streaming recordings will be made available if you can't make the live sessions. Multiple users in the same office can have access to these sessions through one support agreement. • Special invitation for one user per support agreement to a half day of group classroom training offered on a current Survey products and Survey software. Certificate of attendance will be provided. • Customers with current priority technical support agreements receive discounts on Survey product extended warranties and maintenance agreements. 1.00 63608-00 Trimble Business Center Base- Dongle License $405.00 $405.00 Note: This is not an invoice: Applicable sales tax will apply Total $25,145.00 St. Louis Kansas City Indianapolis Chicago Milwaukee Omaha SALES • SERVICE • RENTALS • SUPPORT • TRAINING solutions.seilerinst.com REV 09/12/2014 SE I L ER Sales Quotation GEOSPATIAL DIVISION Please contact us: Mark Fredrickson 6522 S. 118th St. Omaha, Nebraska 68137 Phone: (402) 896-4478 Cell: (402) 651-9735 mfredrickson@seilerinst.com Your signature below acknowledges acceptance of terms and conditions of this quote: 00001634. Please sign and return via fax to: (402) 896-0197 or return via email to: mfredrickson@seilerinst.com Signed: 7 / -�1.•..`� Date:- /-/y-/S Name: �6rsio-S Z. C Loc Title: CaliY11-1)arah Moml e< Terms: Net 30 Days Net 30 upon approved credit. Major credit cards accepted and financing options available. "This sale,service,or rental is exclusively subject to and governed by the Terms and Conditions of Sale referred to in the related quotation and at http://solutions.seilerinst.com/TermsandConditions.aspx which are hereby incorporated by reference." St. Louis Kansas City Indianapolis Chicago Milwaukee Omaha SALES • SERVICE • RENTALS • SUPPORT•TRAINING solutions.seilerinst.com REV 09/12/2014 , STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Bureau301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.BOX 94847 1 of 4 11/14/13 Lincoln,Nebraska 68509-4847 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 27227040 PRINT SHOP BUYER(AS)-VACANT CONTRACT NUMBER VENDOR NUMBER: 547065 13693 OC VENDOR ADDRESS: SEILER INSTRUMENT&MFG CO INC 6522 S 118TH ST OMAHA NEBRASKA 68137-3577 AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT,MATERIAL,OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: NOVEMBER 15, 2013 THROUGH NOVEMBER 14, 2014 NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAKEN AT THIS TIME. ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF THESTATE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FURNISH;T E EQUIPMENT OR SUPPLIES SHOWN BELOW, AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM OTHER SI URCES. �r THE STATE RESERVES THE RIGHT TO EXTEND THE PER)F '� r i 1 IS CONTRACT BEYOND THE TERMINATION DATE WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OF N,EBR ASKA. -11A Original/Bid Document 4527 OF r al ' !; a ,'( I 4 it t! �:I s Contract to supply and deliver Trimble GPS Equipment to f egate Sf Nebraska as per the attached specifications for a one (1)year period from date of award.The contract may bey re1ew dd fb l four(4)additional one(1)year periods when mutually agreeable to the vendor and the State of Nebraska.The Se ese`ves_the right to extend the period of this contract beyond the termination date when mutually agreeable to the vendorr n' afptate of Nebraska. The State may request that payment be made electronicall I J e - f by state warrant.ACH/EFT Enrollment Form can be {ylit , , found at <http://www.das.state.ne.us/accounting/forms/act enrol gfl 3 The Contractor is required and he eby grees to us a fe r'aI i igr�idn v rific system to determine the work eligibility t '' r g t t y 9 Y status of employees physically F erfof ng services Within't Statepf ebraska A federal _ration verification system mean the electronic verific io pfr he r authorization.,� g a t; :II' y t e illegal l' tlon Reform and Responsibility Act of 19� �8,Ut i ; 3 4 n'*r as �e P gra ; • iv' ttfide . i ri' esigned by the p rtmen o f m l d' ! tl i� i n: United States De n S c r oth fede f l e it ,i Qr ed Fly ifl r i ter status of a newly hired employee °°r .. _i � it v c" . f ` ( . s Y� na - n'° `' F �!�`i#}p "4.t Ir,�b'+e Y-;-kV. *i0" ` n y>�'�.; s` S .Fn The contractor,by signature to the Invitaf of n t o Bid,certifies that the contractor is not presently debarred,suspended, proposed for debarment, declared ineligible,or voluntarily excluded by any federal department or agency from participating in transactions(debarred). The contractor also agrees to include the above requirements in any and all subcontracts into which it enters. The contractor shall immediately notify the Department if,during the term of this contract,contractor becomes debarred. The Department may immediately terminate this contract by providing contractor written notice if contractor becomes debarred during the term of this contract. 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:<http://das.nebraska.gov/lb403/attestation_form.pdf> 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 require 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 . ►1-refi-a. )!1560B �litlzo -R2I t3 � �MATERIEL A MINISTRAT -R43500jNISC0001100423 rchasing eau STATE OF NEBRASKA CONTRACT AWARD 301tCentennial Mall rSouth,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 2 of 4 11/14/13 Lincoln,Nebraska 68509-4847 BUSINESS UNIT Telephone:(402)471-2401 BUYER Fax:(402)471-2089 27227040 PRINT SHOP BUYER(AS)-VACANT VENDOR NUMBER: 547065 CONTRACT NUMBER 13693 OC disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat. §4-108. The contract resulting from the Invitation to Bid shall incorporate the following documents: 1.Amendment to Contract Award with the most recent dated amendment having the highest priority; 2.Contract Award and any attached Addenda; 3.The signed Invitation to Bid form and the Contractor's bid response; 4.Amendments to ITB and any Questions and Answers;and 5.The original ITB document and any Addenda. These documents constitute the entirety of the contract. Unless otherwise specifically stated in a contract amendment 4i i a e of any conflict between the incorporated documents, the documents shall govern in the following order of preferen c 'it umber one(1)receiving preference over all other documents and with each lower numbered document having{ ; e e ce over any higher numbered document: 1)Amendment to Contract Award with the most recent dated amendment h i 1e highest priority,2)Contract Award and any attached Addenda,3)the signed Invitation to Bid form and the Conti-6 i response,4)Amendments to ITB and any Questions and Answers,5)the original ITB document and any Addenda; P , :, 't i . Any ambiguity in any provision of this contract which shall b 1§1 coyy a after its execution shall be resolved in accordance with the rules of contract interpretation as established in'the a of braska. 41 t Once Invitations to Bid are opened they become the pro p eit the �te of Nebraska and will not be returned. It is understood by the parties that in the State of Nebrask I pill any limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution,Ar lil, �t i ion III and that any limitation of liability shall not be binding on the State of Nebraska despite inclusion of such�a 'fagdocuments supplied by the contractor's bid response. t i Vendor Contact: Mark Fredrickson tg � C j 1 Phone: 402-896-4478 r i 1 • I `- !' -` - t Fax 402-896-0197 # : : 1 1° ' ' A- l r l ," E-mail: mfrednck tn Alt fl t co (a �'>� l t' ' �a` lae: -.� "tat as s f€ 11 1 t a t �' - p � #(bl 11/14/13) at A , ' _ _ Estimated Unit of Unit Line Description Quantity Measure Price 1 PN R8 004 66 TRIMBLE 10.0000 EA 20,403.0000 R8 GNSS RTK 450 470 MHZ BASE 2 PN 74450 96 TRIMBLE 10.0000 EA 2,718.9000 TDL450 RADIO SYS KT 3 PN 74450 14 TRIMBLE 10.0000 EA 365.4000 TDL 450H FIELD BATTERY CHARGER 4 PN 74450 11 TRIMBLE 10.0000 EA 202.5000 TDL 450H OFFICE POWER KT 5 PN TSC3101 001 TRIMBLE 10.0000 EA 4,945.5000 B YER INITIALS R435001N1SC0001 100423 State Purchasing Bureau STATE OF N EBRASKA CONTRACT AWARD 301 Centennial Mall South,1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P.O.Box 94847 Lincoln,Nebraska 68509-4847 3 of 4 11/14/13 Telephone:(402)471-2401 BUSINESS UNIT BUYER Fax:(402)471-2089 27227040 PRINT SHOP BUYER(AS)-VACANT CONTRACT NUMBER VENDOR NUMBER: 547065 13693 OC Estimated Unit of Unit Line Description Quantity Measure Price CU TSC3 W/TRIMBLE ACCESS 6 PN TSC3102 001 TRIMBLE 10.0000 EA 4,945.5000 CU TSC3 WITRIMBLE ACCESS 7 PN SA ROADS 10.0000 EA 1,125.0000 SPECIALIZED APPLICATION ROADS 8 PN 50024 00 TRIMBLE 10.0000 EA 945.0000 GNSS BASE AND BATTERY KIT 9 PN 82768 00 TRIMBLE 11 iii 10.0000 EA 288.0000 GNSS TSC3 ACCESSORY KIT }I . 1. tt asp I; u� 10 PN 97502 10 TRIMBLE ;,Fit-;::- 1 i ;i: . 10.0000 EA 17,100.0000 NET R9 REFERENCE STATION '`i i I J` Ity 11 PN R10 001 60 TRIMBLE M t i . . f 10.0000 EA 22,950.0000 R10 GNSS RECEIVER fir, 1 1 g � 1.'i t 1l t t j IA t ,11 l I 4 1 t - ',-- 11 ; 3 I ' ( m f ,x R LW I M v.fi 1 - f l4v E 1# 3 ,1 ,1 ( I '1 ``I ^� it 1 a �a irltE . A III q "5�"- c i i t�RYa ,ty..A ' p kniV.( r4- I 'a t;; u .. 1 'h:-4K3" i{-EF �(T /I c"� d ;.*,k$ :.? Y lT -1 v' 0"4I -, c�- - . k A4c`t...Y.£ BUY RE INITIALS R43500jNfSC0001100423 STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER Invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda andlor amendments issued prior to the opening date. Website address: jittp:/lwww.das.state.ne.us/materiel/purchasinglpurchasing.htrrt SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom. PRICES-Prices quoted shall be net, including transportation and delivery charges fully prepaid by the bidder, F.O.B.destination named in the Invitation to Bid. No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern. EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or in ink on the State of Nebraska's ," invitation to Bid form.Erasures and alterations must be initialed by the bidder in ink.No telephone or voice bids will be accepted.Failure to comply with these provisions may result in the rejection of the bid. FACSIMILE DOCUMENTS-The State Purchasing Bureau will only accept facsimile responses to Invitations to Bid on bids under$25,000 and up to ten (10)pages. However,two party sealed bids containing facsimile pages are acceptable. No direct facsimile solicitation responses will be accepted for a commodity contract. VALID BID TIME-Bids shall be firm for a minimum of sixty(60)calendar days after the opening date,unless otherwise stipulated by either party in the Invitation to Bid. DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts.Cash discount terms of less than thirty(30)days will not be considered as part of the bid.Cash discount periods will be computed from the date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition, whichever Is later. PAYMENT-Payment will be made by the responsible agency in conjunction with the State of Nebraska Prompt Payment Act 81-2401 through 2408.The State may request that payment be made electronically instead of by state warrant. COLLUSIVE BIDDING-The bidder guarantees that the prices quoted have been arrived at without collusion with other eligible bidders and without effort to preclude the State of Nebraska from obtaining the lowest possible competitive price. LUMP SUM OR ALL OR NONE BIDS-The State reserves the right to purchase Item-by-item,by groups or as a total when the State may benefit by so doing.Bidders may submit a bid on an"all or none"or lump sum"basis but should also submit a bid on an item-by-item basis.The term"all or none"means a conditional bid which requires the purchase of all items on which bids are offered and bidder declines to accept award on individual Items;a"lump sum"bid is one in which the bidder offers a lower price than the sum of the individual bids if all items are purchased but agrees te.deliver individual items at the prices quoted. • SPECIFICATIONS-Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for reference and not Intended to limit competition,but will be used as the standard by which equivalent material offered will be judged.The State Purchasing Director will be the sole judge of equivalency.The bidder may offer any brand which meets or exceeds the specification .When a specific product is required,the Invitation to Bid will so state.Any item bid Is to be the latest current model under standard production at the time of order.Nd used.:'refurbished equipment will be accepted,unless otherwise stated. ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance from the:express specifications of the Invitation to Bid.The State reserves the right to consider and accept such bids If,in the judgement of the State Purchasing Director]]het bid will result in goods and/or services equivalent to or better than those which would be supplied in the original bid specifications. Bidders must Indicate on ttt4e.iiiivE Lion to Bid the manufacturer's name, number and shall submit with their bid, sketches, descriptive literature and/or complete specifications. Reference to literature ubmitted with a previous bid will not satisfy this provision. Bids which do not . comply with these requirements are subject to rejection.In the absence of any stated=,deviation or exception,the bid will be accepted as in strict compliance with all terms, conditions and specifications,and the bidder shall be held liable therefore. ' I1 SAMPLES-When requested,samples shall be furnished at the bidders exfiengeiprior to the opening of the bid,unless otherwise specified.Each sample must be labeled clearly and identify the bidders name,the Invitation to Bid number and the i er'rn riunjber Samples submitted must be representative of the commodities or equipment which would be delivered if awarded the bid.The State of Nebraska reserves a right to r quest samples even though this may not have been set forth in the Invitation to Bid.Samples not destroyed in testing will be returned at bidders expense,If re ad of will be donated to a public institution. given to items which are manufactured o RECYCLING-Preference will be };pr du' `l >�roi}1 Tn}fec�cled material or which can be readily reused or recycled after their normal use as per State Statute Section 81-15,159. i, i ' ii ' € LATE BIDS-All bids will be time and date stamped upon receipt by the State ur4 Osing Bureau,and this shall be the official time and date of receipt.Bids received after the time of the bid opening will be considered late bids and will be returned t the idder unopened.The State Purchasing Bureau is not responsible for late bids or lost requests due to mail service Inadequacies,traffic or other similar reasons. 'BB r . i 1= 1[- f j 1 iE I,_ BID OPENING-Openings shall be public on the date and time specified on theInvitation to Bid form.It is the bidder's responsibility to assure the bid is delivered at the designated date,time and place of the bid opening Telephone bids are net ecceptabxe A bid may not be altered after opening of the bids. NO BID-if not submitting a bid,respond by retummgrtheiInvitation to Bid,f'orr1 xplain€ng the reason inahespace provided.Failure to respond to an Invitation to Bid may be cause for the removal of the bidder's nar►e front,the maiingli`st NOTE To qualify as a respondent;bidder must su " it a"NO BID"and it must be received no later than the stated bid opening date and time III i ': , ` ° 7 N 1 : ` t AWARD-Ali purchases, leases or;'contracts.'which ere base .on uo�'petiti a bi s I be, s rdedi 9`the tI Vi o stir'e for' i le.bidd r determined accordingto the 4 a-< i 19� S .s ect alyo r. bi rr i p r b provisions of State Statute_tiOttidn 811 161,j S 1 3(The Sf te` eserves the right to re y r-4EI IR,k lyto Lut ba b 10*aivo any deviations or errors that are not material,do notir vehdate he legiprhacy ,floe bid and d`o liot;ere e oaert Gorki"ef di e ion AI awIYdo*llAe Made In,4:manner deemed in the best interest of the State `=y-e F 1 4. °t i. ���3 s kFz x 9 ,�r� k r ; '0 1.1 4 ,at t BID TABULATIONS-Tabulations will be'furnished upon written;`request..'A self addressed,slarrip`s`d'envelope which must include the agency and solicitation number must be enclosed.Bid tabulations will not be provided by telephone or facsimile.Bid files may be examined during normal working hours by appointment. Bid tabulations are available on the website at: htto://www.das.state.ne.us/materieUpurchasing/bidtabs.htm PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder,as provided by law,without expense to the State. Otherwise, in case of default of the contractor,the State may procure the articles from other sources and hold the contractor responsible for any excess cost occasioned thereby. IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to bidders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a resident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,•from discriminating against any employee or applicant for employment, to be employed In the performance of such contracts, with respect to hire, tenure, terms, conditions or privileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POUCY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer.Protest must be filed within ten(10)days of award. NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at: http:/www.nitc.state.ne.uslstandards/accessibility/ Revised: 02/2004 Page 4 of 4 R43500IeSC0001 00416 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Public Works Department desires to purchase a Trimble R10 GPS to be utilized by the Construction Division; and, WHEREAS, Seiler Instrument & Manufacturing Co., Inc. submitted a bid of$25,145.00 to the State of Nebraska under Contract No. 13693 OC for a Trimble R10 GPS; and, WHEREAS, the Purchasing Agent is authorized to purchase a Trimble R10 GPS to be utilized by the Construction Division based on the bid submitted to the State of Nebraska. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Seiler Instrument & Manufacturing Co., Inc. for the purchase of Trimble R10 GPS to be utilized by the Construction Division in the amount of $25,145.00; and, that the Finance Department is authorized to pay the cost of this purchase from the Street and Highway Allocation Fund 12131, Construction Survey and Inspection Organization 116121, year 2015 expenditures. 276215scp APPROVED AS TO FORM: //k7,i/Z7 "'CITY ATTORNEY DATE By Councilmember Adopted 1 0 20 2-0 "ity Clerk ' 0V/`5.--- Approve . ... Mayor NO. /JI Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Seiler Instrument & Manufacturing Co., Inc. for the purchase of Trimble R10 GPS to be utilized by the Construction Division in the amount of $25,145.00; and, that the Finance Department is authorized to pay the cost of this purchase from the Street and Highway Allocation Fund 12131, Construction Survey and Inspection Organization 116121, year 2015 expenditures. 276215Ascp Presented to City Council FEB 1 0 2015 Adopted du61ergown City Clerk