Loading...
RES 2013-0574 - Bid from Van Wall Equipment for mower ��o oM`H^ �FB 4'' �;� r I ,- j 1, , 1 Parks, Recreation & s; Public Property Department U rk , _ <0�, Omaha/Douglas Civic Center w: << k 9 E 1819 l arnam Street,Suite 701 n®�Gr � AEI �n o � '`�� Omaha,Nebraska 68183-0701 P'op 4yti _ (402)444-5900 41'4D FEaR°' �� ; ` ` `�,u� 1'AX(402)444-4921 City of Omaha ri ,4. f ".. N4 is ' K, ;} Jim Suttle,Mayor April 30, 2013 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 Van Wall Equipment for the purchase of one (1) 72" Utility Reel Mower, in the total amount of 23,845.00, for the Golf Division of the Parks, Recreation, and Public Property Department. Van Wall Equipment submitted the lowest and best bid for the project. The following bids were received on March 27, 2013: CONTRACTOR BID VAN WALL EQUIPMENT $23,845.00 (BEST BID) Turfwerks $23,915.00 Midwest Turf& Irrigation $24,653.00 Van Wall Equipment has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. Finance Department is authorized to pay the Funds in the total amount of $23,845.00 to Van Wall Equipment from the City Capital Improvement Fund No. 13112 and Organization No. 132026, Culture &Parks. The Parks, Recreation and Public Property Department recommends the acceptance of the bid from Van Wall Equipment being the best bid received, within bid specifications, attached hereto and made a part hereof, and requests your consideration and approval of this Resolution. Page -2- Honorable President and Members of the City Council Respectfully submitted, oz8 B ok Bench, Acting Director Parks, Recreation, and Public Property Department Approved as to Funding: Approved: / /2C‘lafide.4 V// V/3 Allen Herink 3'-\b Date Hu an Rights and Relations Date Acting Finance Director v�\�`6 Referred to City Council for Consideration: Mayor' 0 ice Title Date p:1807tmb BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA 72" Utility Reel Mower Midwest Turf Van Wall & Irrigation Ted's Mower Turfwerks Equipment of Opening Page 1 9 March 27, 2013 Department As Read in Bid Committee Quartti DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT ty PRICE B PRICE PRICE B PRICE B PRICE PRICE 1 each 72" Utility Reel Mower TOTAL BID: $24,653.00 $23,915.00 $23,845.00 NO BID • Terms: Net 30 100%/45 days Net 30 Delivery: 60 30-45 25 H.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA 72"Utility Reel.Mower RETURN BIDS TO: Published: March 13,2013 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 6% LC-i 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,March 27,2013 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Farnam Street,LC-1, 4. If Federal Excise Tax apples,show amount of same and deduct. OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates win be furnished. Do not include lax in bid. by the opening date and time indicated in a sealed envelope marked. SiD ON:CITY OF OMAHA 72'Utility Real Mower 5 BD MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2 As evidence of good faith a bid bond ar certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond m 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 ix utilization of standard items or quantity change 3. Right is reserved to accept or reject any or all bids in their entirely 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 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 wwws ouglascountvourchasina.org DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Items)listed below QUANTITY DESCRIPTION UNIT PRICE EXTENSION 1 72"Utility Reel Mower. Minimum quantity to be purchased is one with the option to purchase two additional mowers at the same price. J Ot_ n D a6s3 B Plz�Ssm) TOTAL BID: y tt,4 V U (5%Bb Bond is to be based upon this amount,lover S20,000.00) Questions regarding this bid should be directed to: Mark Swearingen at (402)651-2471 or email at Mark.Swearingenfci,omaha.ne.us 'REQUIREMENTt FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state,payable to the City of Omaha,or lawful money of the United States, or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on rite 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. (PIET l'LEGIBLY OR TYPE) Payment T 96y�,__ Firm. p��`] `� ) Incor.. In: Delivery or completion) Name: eA -•P�` [Signature: 1 -' p,_ i'7t- calendar days following Title: 4�ee i1 • l Imo- C) O..5 F r U Z S s r 03 award Address: l3 Psjp►U (vki Street/P_0_Boox �/ ,City t .►.� �Sttate Zip Email Address: 'en • era `C� V Wr,'1[( �-V DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 72" Utility Reel 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.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. afejl SIGN ALL COPIES Firm �[ Mtftltt Title trittiy1 CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 !It1. Regulation: .r,84. = A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors ttiio 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 belowl: i__‘ .f 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. ryi Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev. Stat. Section 48-2901 et seq.). IContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb. Rev. Stat.Section 73-104 et seq.). Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. 74 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. r\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. 4 ..titA °C .A-4114gk Signature -'41CICkli - 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 S500 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. City of Omaha Parks,Recreation and Public Property SPECIFICATIONS FOR: 72-INCH UTILITY REEL MOWER 1. Number of units: One or more units maximum of three units 2. Unit(s)to be new and latest model 3. Two(2)year full parts and labor warranty 4. Warranty repairs over three(3)days,Dealer to supply unit to use free of charge 5. Cutting units to be 26 inches minimum width 6. Cutting units to be equipped with 7 inch minimum reel diameter 7. Cutting units to be equipped with minimum of 7 blade reels 8. Overall cut width of 72 inches minimum 9. Unit(s)to be powered with diesel engine 10. Unit(s)to be three wheel drive 11. One(1)Spare wheel and tire assembly of each size for each unit 12. Successful vendor to supply a) Two(2)Printed Operators manual per unit b) Two(2)Printed Parts manuals per order c) Two(2)Printed Technical service manuals to cover unit and all components per order Bids must include delivery and setup charges. Unit(s)to be delivered to the Parks Maintenance Building 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 Automotive Repair Foreman Phone: 402-651-2471 Email: mark.swearingen@ci.omahane.us C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS,bids were received on March 27, 2013, for the purchase of one (1) 72" Utility Reel Mower in the total amount of $23,845.00 for the Golf Division of the Parks, Recreation, and Public Property Department; and, WHEREAS, Van Wall Equipment submitted the lowest and best bid within bid specifications, for the purchase of this 72"Utility Reel Mower; and, WHEREAS, Van Wall Equipment 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 from Van Wall Equipment for the purchase of one (1) 72"Utility Reel Mower in the total amount of$23,845.00, being the lowest and best bid received, within the bid specifications, attached hereto and made a part hereof, is hereby accepted, and the Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in this amount shall be paid from the City Capital Improvement Fund No. 13112 and Organization No. 132026 Culture &Parks. APPROVED AS TO FORM: fa-de,—/GZ4 15 A SIT T CITY ATTORNEY DATE p:1808tmb '26972445Z By u ilmember Adopted AP 3 0..2013 City Clerk 5/ 13 Approve a de joe !�,7" Mayor 414 NO. Resolution by Res. that, as recommended by the Mayor, the bid from Van Wall Equipment for the purchase of one (1) 72" Utility Reel Mower in the total amount of $23,845.00, being the lowest and best bid received, within the bid specifications, attached hereto and made a part hereof, is hereby accepted, and the Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in this amount shall be paid from the City Capital Improvement Fund No. 13112 and Organization No. 132026 Culture&Parks. p:1808tmb Presented to City Council AT-3 0 2O9 Adopted 1 -0 RAJ ter Brown City Clerk