Loading...
RES 2014-0464 - Bid from Midwest Turf & Irrigation for mower 7�MAHA,NFe� t f r. ,� i;, J- Parks, Recreation & - IVPublic Property Department 7��;,►� rC, � Omaha/Douglas Civic Center 9 : 1819 Farnam Street,Suite 701 ®.� v ritkn 1 Omaha,Nebraska 68183-0701 0 44ti' (402)444-5900 44TL)FEBlk � FAX(402)444-4921 City of Omaha Jean Stothert,Mayor April 15, 2014 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 Midwest Turf& Irrigation, for one (1) Toro Groundmaster 4000D, 11" Self-propelled Mower in the total amount of$21,610.00($49,860.00 less credits in the total amount of 28,250.00), to be utilized by the Park Maintenance Division of the Parks, Recreation, and Public Property Department. Midwest Turf& Irrigation submitted the best bid. The low bids received from Pruitt Outdoor Power and Plains Equipment Group were rejected because the bids did not meet bid specifications. The Parks, Recreation, and Public Property Department recommends the acceptance of the bid from Midwest Turf& Irrigation being the best bid received, within bid specifications, attached hereto and made a part hereof, and request your consideration and approval of this Resolution. The Finance Department is authorized to pay for the mower in the total amount of$21,610.00 from the General Fund No. 11111 and Organization No. 115025, Ground Maintenance Contracts. spectully mitte Approved: AAk. ,i)tc)—i() ti-h,(1.1z 3 ,-,Y-1 P-I (? // Brook Bench, Director ate uman Rights and Relations Dept. ate Parks, Recreation, and Public Property Department Approved as to Funding: Referred to City Council for Consideration: Lircylcy Steph n . Curtiss . to Mayor's Office/Title Date Finance Director „A 1 p:1920tmb BID BOND: 5% Douglas County Purchasing { TABULATION OF BIDS ON: CITY OF OMAHA 11' Self Propelled Mower A& M Midwest Plains Pruitt Green Turf & Equipment Outdoor Ted's Date of Opening Page 1 Power Irrigation Group Power Mower February 6,2013 Department As Read in Bid Committee Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE B PRICE B PRICE B PRICE - PRICE PRICE 1 each 11' Self Propelled Mower, Toro 4000D Groundmaster or equal. BID/each: $50,532.33 $49,860.00 $44,855.00 $19,999.00 MANUFACTURER: John Deere Toro John Deere Hustler Turf 1600 WAM r 4000D Series II P/N: Turbo II (30448) WAM Super 104 NO BID Terms: Delivery: City of Omaha Parks,Recreation and Public Property SPECIFICATIONS FOR: 111 SELF PROPELLED MOWER TORO 4000D GROUNDMASTER OR APPROVED EQUAL 1. Number of units:One or more units Maximum of 3 units 2. Transport width not to exceed seventy-five(75)inches 3. Four way adjustable air ride seat,with arm rests and seat belts 4. Factory R.O.P.S 5. Unit(s)to be Four-Wheel Drive 6. Two(2)year Full Parts&Labor Warranty 7. Warranty repairs over three(3)days, Dealer to supply similar unit to use free of charge 8. Unit(s)to be New and Latest Model 9. Successful Vendor to supply: a) Two(2) Printed Operators manuals per unit b) Two(2)Printed Parts Books per unit c) One(1)Printed Technical Manual cover unit and all components per order 10. One(1)Spare Wheel and Tire Assembly of each size for each unit. Bids must include any Delivery and Setup charges. Mowers are to be delivered to the Park Maintenance Building located at 1523 South 24th Street Omaha, NE 68108. Mowers must be delivered set up and fully operational. Questions regarding this bid should be directed to: Mark Swearingen Phone:402-699-1707 Email: mark.swearineengaci.omaha.ne.ug H.H. I DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA 11'Self Propelled Mower RETURN BIDS TO: Published: January 23,2013 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183.0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,February 06,2013 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Farnam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates wit 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 fi'Self Propelled Mower 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 terns listed,bidder may on a separate sheet,make Bid bond or certified check shat be made payable to'City of Omaha' suggestions covering reduction in costs wherever this is possele through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for decining. Failure to do so wit indicate have the right to appeal any decision to the City Counci. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or'eject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountvourchasing.orq. DO NOT CALL FOR THIS INFORMATION, Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Reacts)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated' 11' self propelled mower, Toro 4000D Groundmaster or 1 each equal, per attached specifications. MANF. & P/N BID: Toro Groundsmaster 4000D [304481 BID/each: $49,860.00 TOTAL BID: $49,860.00 (5%Bid Bond is to be based One(1)copy of full descriptive literature on each item bid up this amount,if over S20,000.00) are required with the bid. Questions regarding this bid should be directed to: Mark Swearingen by phone at(402)699-1707 or by email at mark.swearingen@ci.omaha.ne.us 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 cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city, or lawful money of the United States, or a United States Govemement Bond(negotiable)are acceptable substitutes for bond requirements. COMPANY CHECKS ARE NOT AN ACCEPTABLE SUBSTITUTE FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms %Net 30 Firm: Midwest Turf&Irrigation Incorporated In:Nebraska Delivery(or completion) Name:Jerry Deines Signature: Qbtl►LC.•�iM 45 calendar days following Tttle: Commercial Sales Manager Phone: 402-895-8900 x-405 Fax: 402-895-8913 award Address: 14201 Chalco Valley Parkway Street/P.O.Box City Omaha state NE zip 68138 Email Address: ajohnson(Q7midwwestturf.net Responsible Contractor Compliance Form RC-1 ti 1. Regulation: ' :orr,o%',0. 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 krowingly employ or hire an employee not lawfully EN 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.). cm Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb. Rev.Stat.Section 73-104 et seq.). EN 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 x 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. x 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. February 5, 2013 Signs re Date By signing,I verily on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 11' Self Propelled Mower NOT AN ORDER Page 2 DESCRIPTION Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions, or privileges of employment because of the race, color, religion, sex, disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb. Rev. Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.daastate.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 Midwest Turf 8 Irrigation Titly e Commercial�` ' afea Manager CONTINUATION SHEET , • H.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA 11'Self Propelled Mower RETURN BIDS TO: Published: January 23,2013 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 88183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,February 06,2013 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 68183-0011 Exemption certificates wll 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 11'Self Propelled Mower 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 coveting reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7..If you do not bid,return sheets with reason for declining, Falure to do so will Indicate have the right to appeal any decision to the City Counci. 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.douglascountvourchasino.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery po+nton the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated: 11' self propelled mower, Toro 4000D Groundmaster or 1 each equal, per attached specifications. MANE. & P/N BID: ithwt Dee E E. i(oo '-'rU kiBb oo SERIF II BlDleach: $ qy� -S' a W m TOTAL BID: da $ y a' u �r (596 Bid Bond is to be based One (1) copy of full descriptive literature on each item bid 1 ` upon the+amour lover are required with the bid. s2o,000.00) Questions regarding this bid should be directed to: Mark Swearingen by phone at(402)699-1707 or by email at mark.swearingen©ci.omaha.ne.us 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 cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. COMPANY CHECKS ARE NOT AN ACCEPTABLE SUBSTITUTE FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms f OO % 3 O pr4.yiFirm: epth,j N 5 E Q,1.1 Q m€iv 7 G RO id,p Incorporated In: Delivery(or completion) Name: fR O D 050 p/ Signature:C- 31) calendar days following Title Si Le. 'phone:tipca-a3$'as I 1 'Fax: y11;k. .23$- 0.815 award Address: l/55 N. 02 044 sr C WI KN A) , 6g02 o_ Street/P.O.Box City State Zip Email Address: rr ISO t) P�7lI'NsEcl r Co►"n DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 11' Self Propelled Mower NOT AN ORDER Page 2 DESCRIPTION Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions, or privileges of employment because of the race, color, religion, sex, disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb. Rev. Stat.§4.108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of he 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. SION ALL COPIES Firm `PI.A1Ns eo u I?mew* Gkot. P BY (Rob A)EL.Sah Title Co C 4 I.. 'S 4-LES CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 lt" ,Iti.,%it rit:,I I. jteiaulation: ., 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): r Contractor agrees that Contractor will not knowingly employ or hire an employee 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. 1---4 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb. Rev.Stat. Section 48-2901 et seq.). t t Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb. Rev. Stat. Section 73-104 et seq.). IllContractor 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. EtContractor 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-I. E -`1\ . .- a//107o 13 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. N.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA 11'Self Propelled Mower RETURN BIDS TO: Published: January23,2013 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,Nebraska 881834011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,February 06,2013 IMPORTANT t. 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 68183-0011 Exemption certificates will be furnished. Do not include tax in bid. by the opening date and tine indicated in a sealed envelope marked: BID ON:CITY OF OMAHA 11'Self Propelled Mower 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or candied check must be submited with bid. 6. When submitting bid on Items listed,bidder may on a separate sheet,make did 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 all bids in their entlety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so wit 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.doualascountvourchasino orrt. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery andterms,F:O B.delivery point on the Item(s)llsted below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated: 11' self propelled mower, Toro 4000D Groundmaster or 1 each equal, per attached specifications. MANF. & P/N BID: fit tS76ER TGKF/S iPER 104 BID/each: $ I g 9 9 9 TOTAL BID: $ q 9 9 9 (5%Bid Bond is to be based One(1)copy of full descriptive literature on each item bid upon the amount lover are required with the bid. 520 000.00) Questions regarding this bid should be directed to: Mark Swearingen by phone at(402)699-1707 or by email at mark.swearingen(rici.omaha,ne.us 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 cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United States Govemement Bond(negotiable)are acceptable substitutes for bond requirements. COMPANY CHECKS ARE NOT AN ACCEPTABLE SUBSTITUTE FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human 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. My questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) A Payment Terms % Firm: 'Rvi l,j7' OW7DO d it a C)tk/e e I ' ; • tadI : r9 Z Delivery(or completion) Name: ' 'T t K D. ' L (,le EAJ erg gririgrAiLd calendar days following Title: ?R E S I D t%N 7 Phone:407 —/bit i) Fax: I foZ —Sr. • (73 ' award Address: Lf sat( `241►e t a.ou�Ty sT Street/P.O.Box City1M/ 04 Slate NE zip It gro b Email Address: p.1Q priAtrrIPC.Cow) DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 11' Self Propelled Mower NOT AN ORDER Page 2 DESCRIPTION Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure, terms,conditions, or privileges of employment because of the race,color,religion,sex,disability,or national origin Lof the employee or applicant. New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a nevAy 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 )R k tTT O u7D6O i2 Pa cve3E By P TRIC C D E}G i9't60Efo Title pK'St0tn-t- CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 • 110, I. Regulation: u,.ceI 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 employee not lawfully Al!1 authorized to perform employment in the United States and that the Contractor and all sub- lar contractors shall use E-Verify to determine work eligibility. «J! Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev. Stat. Section 48-2901 et seq.). uod Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards impr Law(Neb.Rev. Stat. Section 73-104 et seq.). W 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 Olp Administration,been convicted of a criminal,repeat,or willful violation of the Occupational N,yr Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. IF,�� Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project iy comply with the pro ' ions of the Responsible Contractor Compliance Form RC-1. " A,t;.1t ?-q-i3 Signature Date By signing,I verity 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. eo2WER To whom it may concern: 2/4/13 Regarding bid on 11' self propelled mower We are bidding the Excel Hustler Super 104 as a much more cost effective alternative to the spec'd Toro 4000D. Although it has an 8'6" deck vs the 11' deck that is spec'd, I'm sure the significant costs saving will far out weigh the difference in deck sizes. We will be more than happy to bring our Hustler Super 104 down to the facility in order for it to be examined by whomever may want to do so, so that they may see this unit is built to the highest standards of commercial quality. Again, we wanted to offer the City of Omaha a cost effective alternative regarding this bid and we want to thank the City of Omaha for allowing us to do so. ?0,)4/1 Patrick D.A gren President-Pruitt Outdoor Power 4524 Leavenworth St 402-556-1610 Fax: 402-556-1735 Omaha,NE 68106 800-222-1241 www.pruittoutdoorpower.com H.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA 11'Self Propelled Mower RETURN BIDS TO: Published: January 23,2013 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,N ebraska68183.0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.0 ST on Wednesday,February 06,2013 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 68183-0011 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 11'Self Propelled Mower 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 isted,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 uttizatlon 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 sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Cored. Right is also reserved to your desire to be removed horn our mating 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 yrww.dohralascountyourctushho,gtq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best rlelFvery and terms,F.O.B.delivery point on the item(s)llatred below: _QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estixtted: 11'self propelled mower, Toro 40000 Groundmaster or 1 each equal, per attached specifications. MANF. & P/N BID:fibeittile. get) L4/ifih'tTw4,6 BIDleech: $50 332-'33 TOTAL BID: $50 53Z. ' 3 3 (5%ifid Bond is to be based One(1)copy off ull descriptive literature on each item bid upon this amount,ffo ver are required with the bid. r 000.00) Questions regarding this bid should be directed to: Mark Swearingen by phone at(402)699-1707 or by email at mark.swearingen©ci.omaha.ne.us REQUIREMENTS FOR BIO BOND:The surety company issuing the bid bond should be licensed by the State oft ebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful money of the United States, or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. COMPANY CHECKS ARE NOT AN ACCEPTABLE SUBSTITUTE FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. All bidders awarded a contracti n the amounto f$5,000 or more mustc ornply with the ContractC omplance Ordinance and have on file with the Human Rights& Relations Department the ContractC ompfiance Report(Form CC-1). This reports hall be in effectt or 24 months from the date received by the Human Rights& Relations Department.A ny questions regarding the ContractC ompliance Ordinance should be directed to the Human Rights&Relations Departmenta t(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) / PaymentT erms N 1Z zi-- , Firm: Pt- Ad ° .d,�t �t�c A ri {" In •.rated In: I,04c‘ Delivery(or completion) Name:( I� +r.}�l h r`p Signature: calendar days following Title: VI.- ,�r�rrl�ILe/ es1Phone: f/j- 62-Z920-1Fax A. 6(1,v— $'94? award Address:3-gag. 196 $! �t4C1�fIC �r.1etL r t ) c156 / Street/P.O.B ox _ City State Zip Email Address: 1/ 111160_0_ nir }'I. u "' (1'c1`7'Y'1 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 11'Self Propelled Mower NOT AN ORDER Page 2 DESCRIPTION Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §4B-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. 54-108.114) 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 se-vices within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat.§4-108. SKIN ALL COPIES Firm .a-- tvl ''/esQy\ Po C U BY /} Title 72i tr c�4e/y- el'el cc-l' CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 to I A . i ,,...... „ y .0 '1. Regulation: - :cit..n�"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): aContractor agrees that Contractor will not knowingly employ or hire an employee not lawfully uthorized 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.). Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). ontractor has notb een convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitteo. Aontractor has not,upon final determination by the Occupational Safety and Health dministration,been convicted of a criminal,repeat,or willfulv iolation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. 1- 14 - 1, 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. nttp:ualraoc.aeere.comisalesisaiesmanual/en_NA/Commercial mowers%ZU 13/xeaturef_serviceabilit... 1ILSI2U 1 Unit transport information Print TM'wing:decks raise to•a narrow 84-in, width and caa be locked into transport position. A machine transport speed of 14.4 mph means the operator can spend less time transporting and more time mowing. NOTE: The power take-off(PTO)can be engaged while in the transport range. '.z4 r Proper trailering strap areas Fasten the machine to the trailer with heavy-duty straps, " chains, or cables. Fasten the rear strap to the rear tow loop } behind the rear axle. Fasten the front strap to tie down holes - on the operator's platform. Both the front and rear straps must be directed down and outward from the machine. Wing decks raised Provide feedback about this pace Last Updated : 04-Sep-2012 Product features are based on published information at the time of publication and are subject to change without notice. All trademarked terms, including John Deere,the leaping deer symbol and the colors green and yellow used herein are the property of Deere&Company,unless otherwise noted,Availability of products, product features,and other content on this site may vary by model and geographic region. Engine horsepower and torque information are provided by the engine manufacturer to be used for comparison purposes only. Actual operating horsepower and torque will be less. Refer to the engine manufacturer's Web site for additional information. Copyright OD 1994-2013 Deere&Company.All Rights Reserved. Unit transport information Page 1 of 1 John Deere 1600 Series II WAM Government BID Specification Information 1) Engine—Yanmar, Full-pressure lubrication, OHV for efficient combustion, Isolated engine; Engine is now 16 valve (4 valves per cylinder) 2) Horsepower—net—55.3 @ 3000 rpm- gross—57.3 @ 3200 rpm 3) Displacement— 122 cu. In. (1995cc) 4) 117.3 ft.-lb.of torque @ 3000 rpm 5) Cylinders—4 6) Injection—Direct 7) Starting Aid—Air heater 8) Rated Engine Speed—3000 rpm 9) Operating Range— 1400 -3200 rpm 10) Lubrication—Pressurized 11) Oil Filter—Spin on 12) Cooling—Liquid Cooled 13) Cooling System Capacity—2.5 US gal. 14) Crankcase Capacity—6.1 US qt. 15) Air Cleaner—Dual Element, Dry Type 16) Air Restriction Indicator—Standard, Progressive type 17) Fuel Type—Diesel IX) Fuel Pump Type—Mechanical 19) Fuel Capacity—22 US gal. 20)Hydraulic Filtration —10 micron return(charge) filter and the 100 mesh strainer in the tank 21)Electrical -charging system—Automotive type 22) Alternator--55 amp 23) Battery Voltage-- 12volt 24)20-watt halogen headlights 25) Transmission—Hydrostatic 26) Transaxle Type—Dual Range 27) Transaxle—Tuff Torque, Kanzaki 28) 4 Wheel Drive—On Demand or Full Time 29) 4 Wheel Drive Type—Mechanical rear wheel drive 30) Brakes—Internal Wet disk 31) Steering Brakes—Standard 32) Parking Brakes—Ratchet Engagement 33)Differential lock is standard equipment. • Locks both front drive wheels together for extra traction when needed 34) Frame— 11 gauge, welded,tubular steel 35) Steering—Power, Hydrostatic 36) Travel Speed—Low forward-0-8.6,High Forward—0-14.4, low reverse-0-4.3, high reverse, 0-7.2 Machine can mow in high range 37) Seat—Fore-and-aft adjustment,Adjustable, deluxe,high back, standard armrest 38) Tires—Front-26x12-12,(6-ply) (30psi)--rear— 18x9.5.8 (6-ply)(28 psi) 39) Tread—multi-trac 40) Wheel Base—60 in. 41) Tread width—52 in. 42) Length(with deck)— 132 in. 72) Warranty—2 years 73)Hood is composed of a large crosslink poly ethylene composite piece with green side panels.The composite part helps to guide the cooler air from above the machine to the radiator.The design provides a more uniform distribution of air, as well as minimizing the amount of chaff collecting on the exterior screens. 74)Additional sealing around the operator station reduces the amount of hot air blowing on the operator,which in turn improves operator comfort. 75)Power in adverse conditions(have to demo in conditions) a. Deck Drive System- Ability to transfer full horsepower to one or two decks verses three. Where as on the Jacobsen if you pick up the two side decks you're hydraulically limited due to relief values. (system cannot handle that much power. b. Traction Drive System-(Rear Wheel Drive) on demand and full time ability to have 4WD in reverse. C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Park Maintenance Division desires to purchase one (1) Toro Groundmaster 4000D, 11" Self-propelled Mower, for the Parks, Recreation, and Public Property Department; and, WHEREAS, on February 6, 2013, Midwest Turf & Irrigation submitted the best bid for the Toro Groundmaster 4000D, 11" Self-propelled Mower in the total amount of $21,610.00 ($49,860.00 less credits for trade-in of old equipment in the amount of$28,250.00), per the attached bid specifications, attached hereto and made a part thereof; and, WHEREAS, the low bids received from Pruitt Outdoor Power and Plains Equipment Group were rejected because the bids did not meet bid specifications; and, WHEREAS, Midwest Turf & Irrigation, has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights -Human Relations; and, WHEREAS, the Mayor has recommended acceptance of this bid. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the bid in the total amount of$21,610.00 from Midwest Turf& Irrigation, to purchase one (1) Toro Groundmaster 4000D, 11" Self-propelled Mower being the best bid received, within bid specifications, attached hereto and made a part hereof, is hereby accepted. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in this amount shall be paid from the General Fund No. 11111 and Organization No. 115025, Grounds Maintenance Contracts. APPROVED AS TO F . 3 -20-11 ASSI TANT CITY ATTORNEY DATE p:1921tmb By 4,�p < Councilmember Adopted AP 1 5 2014 -0 /-- City Clerk J .vA2//, _ pp A roved Mayor NO. Resolution by Res. that, as recommended by the Mayor, the bid in the total amount of $21,610.00 from Midwest Turf & Irrigation, to purchase one (1) Toro Groundmaster 4000D, 11" Self- propelled Mower being the best bid received, within bid specifications, attached hereto and made a part hereof, is hereby accepted. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in this amount shall be paid from the General Fund No. 11111 and Organization No. 115025,Grounds Maintenance Contracts. p: 1921tmb Presented to City Council APR 1 5 2014 Adopted & C ettJter grown City Clerk