Loading...
RES 2022-0170 - Bid Award to Van Diest Supply Company for Fertilizer for Golf and Sports Turf - 2022 City Clerk Office Use Only: -(1 /� Publication Date (if ap licable): RESOLUTION NO. ZD ` � Agenda Date: ��/f (0 Department: i V- _> Submitter: iflhihnda eriAt nc CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on January 5, 2022 to furnish all labor, materials, and equipment necessary for the Fertilizer (Golf & Sports Turf) bid, in the total amount of $85,134.45 for the Parks, Recreation and Public Property Department; and, WHEREAS, Van Diest Supply Company submitted the lowest bid, within bid specifications, attached hereto and made a part hereof, in the amount of$85,134.45; and, WHEREAS, Van Diest Supply Company, 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 $85,134.45 from Van Diest Supply Company to furnish all labor, materials, and equipment necessary for the Fertilizer (Golf & Sports Turf) bid, being the lowest bid received within bid specifications, attached hereto and made a part of hereof, is hereby accepted. The Purchasing Agent is authorized to issue a purchase order in conformance herewith; and that the Finance Department is authorized to pay the Funds in the amount of $85,134.45 to Van Diest Supply Company from the General Fund No. 11111, and Organization No. 115543 — Sports Turf Management ($33,139.30); and from the Golf Operations Fund No. 21114, and Organization Nos. 115511 — Johnny Goodman ($9,857.50), 115512 — Benson ($9,824.00), 115513 — Elmwood ($5,921.00), 115519 — Knolls ($13,221.75), 115515 — Warren Swigart ($2,829.15), 115516 — Steve Hogan ($3,134.50), 115517 Spring Lake ($5,193.00), 115518 —Westwood ($2,014.25). APPROVED AS TO FORM: p:2916mtc /0-heat&;—/-.)---- i • 7/, •'-- EP Y CITY ATTORNEY DAT Adopted: MA! J' 1 L02 -I �C Attest: City Clerk i / Approved: /fi//6 . Mayor / v ACTING BID BOND: $2,500.00 NC Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Fertilizer for Golf and Parks (2022) D& K Products Vandiest Supply Company Zimco Supply Date of Opening Department Wednesday,January 5,2022 PARKS, REC,&PUBLIC PROPERTIES Quantity DESCRIPTION Unit Extended Unit Extended Unit Extended Price Price C Price Price C Price Price C GOLF TOTAL-GOLF-ITEMS TO BE AWARDED SEPARATELY(Attachment 1): PARKS MAINTENANCE AND SPORTS TURF TOTAL-PARKS MAINTENANCE AND SPORTS TURF -ITEMS TO BE AWARDED SEPARATELY (Attachment 1): Bid Bond Received: Yes Yes Yes Terms: 0%/Net 30 Net 30 Net 30 days Delivery: 7 calendar days 7-10 calendar days 3-5 calendar days 1 of 1 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Fertilizer for Golf and Parks NOT AN ORDER Page 3 Quantity UNIT DESCRIPTION UNIT PRICE XTENDED PRICE SPORTS TURF: "All materials to be produced and labeled as"For Parks/Sports Turf Use"" D&K VanDiest Zimco 0-0-31 StressMaster Phite with UTE 70 gal 2 x 2.5 gal/case $ $ $27.45 $1,921.50 $36.73 nb 2-0-26(2.0%Urea Nitrogen,26%Soluble Potash) 45 gal 2 x 2.5 gal/case $ $ $26.70 $1,201.50 nb nb 8-27-5(Starter Fertilizer) 5 gal 2 x 2.5 gal/case $ $ $45.10 $225.50 nb nb 15-0-5(50%EXN with .067 Acelepryn)or equivalent-50 lb 480 bag bags $ $ $35.78 $31.85 $15,288.00 $39.90 24-5-10(50%Duration 45/17%Ammonium Sulfate 3%FE)or 350 bag equivalent-50 lb bags $ $ $27.85 $23.65 $8,277.50 nb 300 bag 33-0-5(100%RXN/2%FE)or equivalent-50 lb bags $ $ $29.58 $25.85 $7,755.00 nb 40 bag EarthWorks 8-2-2(No Substitutions)-50 lb bags $ $ $29.00 $1,160.00 nb nb EarthWorks Myco-Replenish 3-3-3 Standard Grade(No 300 bag Substitutions)-50 lb bags $ $ $34.50 $10,350.00 nb nb 300 bag EarthWorks Renovate Plus(No Substitutions)-50 lb bags $ $ $46.00 $13,800.00 nb nb Earthworks Sea 3(No Substitutions) 55 gal 2 x 2.5 gal/case $ $ $36.20 $1,991.00 nb nb 15-0-0 plus Iron(15%Uea Nitrogen,6%FE) 110 gal 2 x 2.5 gal/case $ $ $9.85 $1,083.50 nb $11.24 40 bag 21-22-4(.04%Mesotrione)or equivalent-50 lb bags $ $ $49.24 $40.50 $1,620.00 $55.00 8 bag 20-20-20(water soluble)or equivalent-25 lb bags $ $ $34.20 $24.85 $198.80 $34.00 1 drum 17-2-7 72%SRN-55 gal drum $ $ $640.00 $640.00 nb nb $32,373.00 $33,139.30 TOTAL BID- Sports Turf: $ (enter on Page 1): GOLF BUDGET 2022 FERTILIZER WARREN GOODMAN BENSON ELMWOOD KNOLLL SPRING LAKE WEST WOOD HOGAN INVENTORY EST.COST UNIT 115511 GTotal 115512 B-Total 115513 E-Total 115519 K-Total SWIGART WS-Total 115517 SL-Total 115518 WWTotal 115516 SH-Total TOTAL UNITS TOTAL Van Dlest 115515 33-0-052%FE RXN $ 25.85 bag 175 $ 4,523.75 0 $ - 0 $ - ZOO $ 5,170.00 44 $ 1,137.40 120 $ 3,102.00 25 $ 646.25 80 $ 2,068.00 644 $ 16,647.40 100 5016 bag 17-0-0.375 Barricade Urea nitrogen 501b $ 17.60 bag 160 $ 2,816.00 80 $ 1,408.00 160 $ 2,816.00 160 $ 2,816.00 40 $ 704.00 60 $ 1,056.00 40 $ 704.00 0 $ - 700 $ 12,320.00 bags, NO SUBSTITUTIONS Main Event Iron 6-0-0 $ 103.50 case 2 $ 207.00 6 $ 621.00 30 $ 3,105.00 0 $ - 0 $ - 30 $ 1,035.00 0 $ - 0 $ - 48 $ 4,968.00 30/Ib case 0-0-07 w/.067 $ 26.25 bag 0 $ - 0 $ - 0 $ - 100 S 2,625.00 20 $ 525.00 0 $ - 0 $ - 0 S - 120 $ 3,150.00 Acelepryn 501b/bag Gypsom 504 Pelletized $ 7.50 bag 0 $ - 0 $ - 0 $ - 40 $ 300.00 0 $ - 0 $ - 0 $ - 0 $ - NO SUBSTITUTIONS 40 $ 300.00 Gary's Green 18-3-4+ iron Grigg Bros. $ 30.85 gal. 0 $ - 0 $ - S - 0 $ - 15 $ 462.75 S - 10 S 308.50 0 $ - 25 $ 771.25 NO SUBSTITUTIONS Gary's Green 13-2-3 +FE+micros Grigg - - 10 30 $ 1,066.50 2700 -0$ 35.55 gal. 65 $ 2,330.75 100 $ 3,555.00 0 $ 65 $ 2,310.75 $ $ 9,598.50 Bros. NO SUBSTITUTIONS Sili-Kal B 8-0-4 2 X 2.5 gals $ 42.40 bag 0 $ - 300 S 4,240.00 0 $ - 0 $ - 0 $ - 0 $ - 0 $ - 0 $ - 100 $ 4,240.00 NO SUBSTITUTIONS Totals: 402 $ 9,857.50 286 $ 9,824.00 190 $ 5,921.00 565 $13,221.75 119 $ 2,829.15 190 $ 5,193.00 85 $ 2,014.25 110 $ 3,134.50 1947 $ 51,995.15 GRAND TOTAL 1947 $ 51,995.15 NC DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Fertilizer for Golf and Parks (2022) RETURN BIDS TO: Published: December 15,2021 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF LC-1 Omaha-Douglas Civic Center $2,500.00 Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CT on Wednesday,January 5,2022 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4 Right is reserved to accept or reject any or all bids in their entirety and the bidders shall OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 88183 have the right to appeal any decision to the Omaha City Council. by the opening date and time indicated in a sealed envelope marked: 5 When submitting bid on items listed,bidder may on a separate sheet,make BID ON:CITY OF OMAHA Fertilizer for Golf and Parks(2022) suggestions covering reduction in costs wherever this is possible through 2. As evidence of good faith a bid bond or certified check must be submitted with bid. redesign,change of material or utilization of standard items or quantity change. Bid bond or certified check shall be made payable to"City of Omaha" 6 Bid tabulation are available on the Douglas County Purchasing website: FAILURE TO DO SO IS CAUSE FOR REJECTION. www.douglascountypurchasing.org. DO NOT CALL FOR THIS INFORMATION. 3 The City of Omaha is tax exempt.Tax exempt certificates will be provided upon request Bid your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is seeking bids for a one (1)year price agreement for Fertilizer for Golf and Parks per the attached specifications of this document and Attachment 1. A bid bond in the amount of$2,500.00 is required with bid submission. (t-Mc.�S Items to be awarded separately. Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title in the subject line. The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date. Answers to questions will be posted via an addendum no later than the Friday before bid opening at www.douglascountypurchasing.org. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms kS 51-% -0 Firm:V A N 'i s 1- s L'rrL.y C o M 1?A t•-• y Incorporated In: 0 Delivery1(or completion) Name:go VA i-jev_ 0 OP Signature: ,doelr0,,4.,..4 -(c•calendar days following Title: Fl g�A MA N A 6 e iz. Phone(02) q&o _30 55 Fax: NA award Address:/.l Zyt.l co , 3c/TN 57• Li NCC)t.p N E 6 5vh Street/P.O.Box City State Zip Email Address:pOA./we;I 6 RI A/ NE.15 • g iz . CUM DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Fertilizer for Golf and Parks(2022) NOT AN ORDER Page 2 BID CLAUSES-TERMS AND CONDITIONS Requirement for Bid Bond: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state,payable to the City of Omaha, or lawful money of the United States,or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid,only one bid bond is required. Conflict of Interest: Pursuant to all state and local rules, CONTRACTOR assures the City of Omaha(CITY)that no elected Official or any officer or CITY employee shall have a financial interest,direct or indirect, in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of,facilitation of, and execution of or during the duration of this Agreement. Communication with Staff: From the date this bid is issued until a contract is awarded, communication regarding this solicitation between potential vendors and individuals employed by the City of Omaha is prohibited. Only written communication via email to bidquestions©douglascounty-ne.gov is permitted. Once an award is made the vendor will be permitted to speak with person(s) participating in contract negotiations. Violation of these conditions may be considered sufficient cause to reject a vendor's bid and/or selection Irrespective of any other condition. The following exceptions to these restrictions are permitted: (1)Contacts made pursuant to any pre-existing contracts or obligations; (2)City staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled,when recognized by the City as staff facilitating the meeting for the purpose of addressing questions;and(3)Presentations, key personnel interviews, clarification sessions or discussions to finalize a contract,as requested by the City of Omaha. Unavailability of Funding: Due to possible future reductions Including but not limited the City of Omaha(CITY), State and/or Federal appropriations,the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations, the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested,or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction In consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction,whichever is later. Provided,that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration,Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract. Any and all additional fees,charges, costs or expenses,which result from an approved assignment or delegation, shall be paid by the assigning/delegating Party. Termination: The City of Omaha may terminate the awarded contract at any time if the vendor fails to carry out the terms or fails to make substantial progress toward the fulfillment of the contract obligations. In such event,the City shall provide the vendor with thirty (30)days'written notice of conditions which endanger contract performance. If after such notice the vendor fails to remedy these conditions, the City may send a certified letter to the vendor for immediate cancellation of the contract. In such event, the City would receive a pro-rated portion of the value of the performance bond depending on the value of the remaining portion of the contract. The City will give the vendor sixty(60)days'notice of termination of contract if appropriations cease.The City of Omaha may also terminate the agreement for any reason upon 30 days'notice. SIGN ALL COPIES Firm tl`A?J D fr" . T .S vi-p L Co By =os VA tDIi=NC, Title A PM ANVA/4.o CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Fertilizer for Golf and Parks(2022) NOT AN ORDER Page 3 BID CLAUSES -TERMS AND CONDITIONS Payment Terms: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. Drug Free Policy: CONTRACTOR assures the City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. FEDERAL DEBARMENT OR SUSPENSION Has bidder or its principals been debarred or suspended from Federal contracts? YES X NO (failure to provide a response may be cause for rejection of bid) Bidder certifies by submission of this bid that neither it nor its principals are presently debarred or suspended from participation in Federal contracts. If during the term of the agreement the awarded bidder or any person engaged in performing this agreement becomes debarred or suspended such Party shall notify the City of Omaha immediately. Form CC-1: All bidders awarded a City contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance by having a current Contract Compliance Report(Form CC-1)on file with the Human Rights& Relations Department. 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. Bidders are encouraged to use the following weblink to determike if they have a current Form CC-1 on file(search by company name): https://humanrights.cityofomaha.org/cc-l-search. 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. Non-Discrimination: Both Parties agree that in accordance with 42 USCS 12101 et seq.,the Nebraska Fair Employment Practice Act-Neb.Rev.Stat.§48-1122, and Omaha Municipal code 13-89,they will not 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 age, race, color,religion,sex,disability,or national origin of the employee or applicant. None of the Parties shall, in the performance of this Agreement,discriminate or permit discrimination in violation of federal or state laws or local ordinances. E-Verlfy: New Employee Work Eligibility Status(Neb.Rev. Stat.§4.108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the state of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the 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 i/ Cp, By 'tl r9 A/Vgf)-GpI Title AP -A /W}iv,4-GE2. CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Fertilizer for Golf and Parks (2022) NOT AN ORDER Page 4 BID CLAUSES -TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1)adequate workers'compensation (statutory); (2)commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than$500,000 for all claims arising out of a single occurrence; and (3)property damage insurance in an amount not less than$500,000; and naming CITY OF OMAHA as an additional insured, except for Workers' Compensation policies/certificates,for the term of the agreement. Certificates of insurance are required before service begins. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed$200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance: (1) adequate workers' compensation (statutory); (2)commercial general liability in an amount not less than$1,000,000 for any person for any number of claims arising out of a single occurrence and not less than$5,000,000 for all claims arising out of a single occurrence; and (3)property damage insurance in an amount not less than$500,000;and naming CITY OF OMAHA as an additional insured, except for Workers' Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. INDEPENDENT VENDOR: Both parties understand and agree that(vendor)is an independent vendor under the provisions of this Agreement and not employed by or otherwise affiliated with Douglas County(COUNTY)or the City of Omaha (CITY). Employees of vendor(if any)are not employees of COUNTY/CITY. Each Party shall pay all wages, salaries and other amounts due Its employees and shall be responsible for all reports, obligations, and payments pertaining to social security taxation, income tax withholding,workers'compensation, unemployment compensation, group insurance coverage, collective bargaining agreements or any other such similar matters. Both parties understand and agree that vendor is solely responsible for acquiring and maintaining,for the term of this Agreement, adequate general and special liability insurance, including but not limited to workers' compensation insurance, sufficient to protect vendor's ability to complete SUPPLY under this Agreement. Neither Party shall have any authority to bind the other by or with any contract or agreement, nor to impose any liability upon the other.All acts and contracts of each shall be in its own name and not in the name of the other. EXTRAORDINARY EVENTS: In the event of a pandemic, natural disaster, terroristic attack,or closure of a facility due to construction, remodeling or sale or any other extraordinary event which results in one, some or all of the listed facilities in this Agreement being closed for two weeks or more,the City may discontinue services upon immediate notice. Liquidated damages shall be assessed at a rate of 1%of the total purchase order amount per calendar day that satisfactory delivery is not made. Satisfactory delivery shall occur on or before the date of delivery agreed to at the time of the bid or purchase award between the City and the awarded bidder. Satisfactory delivery shall also be deemed to include product or purchase compliance with all specifications set forth in the bid award. The amount of liquidated damages shall be deducted from any monies due the awarded bidder by the City. If applicable,when the monies due to the awarded bidder are not sufficient to satisfy the City's liquidated damages,the awarded bidder shall submit payment to the City the amount to satisfy any outstanding liquidated damages owed within 10 days of the date of non-performance. The City may, at Its sole discretion, allow"excusable delays"when assessing if liquidated damages are applicable. An excusable delay is defined as a delay that causes disruption to the delivery schedule but which is beyond the awarded bidder's control. Excusable delay may include delays caused by weather, strikes, or natural disasters. Any determination of excusable delay by the City shall be limited in time and scope and shall not be a guarantee or promise of future determinations of excusable delay by the City. SIGN ALL COPIES Firm V tVIJ 01 e~''T 5 00('(,--( CCU .. By 12vss VA-6-C2 ei O Title Ac e A AAA-,..Ake CrZ. CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Fertilizer for Golf and Parks (2022) NOT AN ORDER Page 5 BID CLAUSES -TERMS AND CONDITIONS Quantities are estimated. Depending on bid pricing and budget, the City may purchase more or less than the quantities ACCEPTANCE OF MATERIAL: Unless otherwise stated in specifications,all components used in the manufacture or construction of materials, supplies and equipment, and all finished materials,will be new,the latest make/model, of the best quality, and the highest grade workmanship. Material delivered under this proposal will remain the property of the Bidder until: (1)A physical inspection and actual usage of the material is made and found to be acceptable to the City; and (2)Material is determined to be in full compliance with the bidding documents and accepted bid. In the event the delivered material is found to be defective or does not conform to the bidding documents and accepted bid,the City reserves the right to cancel the order upon written notice to the Bidder and return materials to the Bidder at Bidder's expense. Awarded Bidder will be required to furnish title to the material,free and clear of all liens and encumbrances, issued in the name of the City of Omaha, Nebraska, as required by the bidding documents or purchase orders. Awarded Bidder's advertising decals, stickers or other signs will not be affixed to equipment.Vehicle mud flaps will be installed blank side out with no advertisements. Manufacturer's standard production forgings, stampings, nameplates and logos are acceptable. Unit Pricing: If unit pricing is requested but a bidder only provides a total price(extension),then it may be cause for rejection of the bid. In the event of a calculating error, unit price(s) in the submitted bid document prevails. Bidder shall not be allowed to change their unit price(s)due to a calculating error. SIGN ALL COPIES Firm VAIJ O( SAP('u-( C O. By ss 01-04) 62c t7L Title /�-l��,A-. Avi- .i et6+✓(Z. CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 AirA,N7434 tiveitor, 1. Regulation: to0 4, 4so Fcs-°. 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 1i 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 vi Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). IAContractor 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. Contractor has not,upon final determination by the Occupational Safety and Health vi 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. v 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. Signature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. EMPLOYEE CLASSIFICATION ACT: Each contractor who performs construction or delivery service pursuant to this contract shall submit with their bid submission an affidavit attesting that (1) each individual performing services for such contractor is properly classified under the Nebraska Employee Classification Act,2010 LB 563 ("the Act"); (2) such contractor has completed a Federal I-9 Immigration form and has such form on file for each employee performing services; (3) such contractor has complied with Neb. Rev. Stat. Section 4-114 (Federal Immigration Verification System--E- Verify); (4) such contractor has no reasonable basis to believe that any individual performing services for such contractor is an undocumented worker; and (5) as of the time of the contract, such contractor is not barred from contracting with the state or any political subdivision pursuant to the Act. The contractor shall follow the provisions of the Act. A violation of the Act by a contractor is grounds for rescission of the contract by City of Omaha/Douglas County. CONTRACTOR shall follow the provisions of the Employee Classification Act (Act). A violation of the Act will be a material breach and, in addition to any other remedies, be grounds for immediate contract rescission. If CONTRACTOR is performing construction or providing delivery service, CONTRACTOR shall submit an affidavit that complies with the Act. CONTRACTOR will also ensure that all subcontractors performing services for Contractor will also complete affidavits that comply with the Act. Contractor may submit the affidavit(s) with their bid submission. In all circumstances, Contractor shall provide the affidavits before work or services are undertaken pursuant to this Agreement. Following award, if CONTRACTOR changes or adds additional subcontractors, CONTRACTOR shall ensure that the subcontractor provides an Employee Classification Act affidavit to Douglas County Purchasing Department before that subcontractor begins work or services. All Employee Classification Act affidavits shall be sent to: Douglas County Purchasing Agent, 1819 Farnam Street,Room 902, Omaha NE 68183. FAIR LABOR STANDARDS: CONTRACTOR agrees to maintain FAIR LABOR STANDARDS as defined in Neb. Rev Stat § 73-104. CONTRACTOR has filed with Douglas County (City/County Purchasing) a statement that it is complying with and will continue to comply with, fair labor standards as provided in Neb. Rev. Stat. §§73-102 & 73-104. In addition, CONTRACTOR assures County that it will continue to comply with statutory fair labor standards throughout its performance under this contract. AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT•&FAIR LABOR STANDARDS Z, R055 V, ? El -6R-tEOObeing first duly sworn under oath, state and• depose as follows: 1. I am competent to testify to, and have personal knowledge of,the matters stated in this affidavit. 2. 1 am (a contractor) or (the authorized agent of the contractor) for v' L) 01 s T S LI P P.1- Company, (hereinafter "Contractor").• I attest to the following: (a) each.individual performing services for Contractor is properly classified under the Nebraska Employee Classification Act, ("the Act"), (b) Contractor has completed a federal I- 9 immigration form and has such form on file for each employee performing services, (c) Contractor has complied with Neb. Rev. Stat, §4-114 (use of federal immigration verification system), (d) Contractor has no reasonable basis *to believe that any individual performing • services for Contractor is an undocumented worker, (e) as.of the time of the contract, Contractor is not barred from contracting with the state or any political subdivision pursuant to the Act, and (f) Contractor is complying with and will continue to comply with, fair labor standards as provided in Neb.Rev.Stat. §§73-102 & 73-104, as applicable and as amended hereinafter. Contractor will also ensure that all subcontractors execute affidavits in compliance with the Act. FURTHER AFFIANT SAYETH NAUGHT. 024 42 . Affiant(Contractor) SUBSCRIBED AND SWORN TO before me this day of a20 4 . • GREGG R OLSON (,i6 1 Notarial Seal-Iowa Notary Public Commission #756776 My Commission Expires �'"` . )ate Attachment 1: City of Omaha Fertilizer for Golf (2022) Bidders must input responses in the following three (3) sections: (1) Unit Price, (2) Brand of item bid and (3) Item#of item bid. Note that the Extended Price is formatted to auto-calculate based on Unit Price entered by bidder. Item bid must meet or exceed the specifications of the item listed. Bidder must not alter or revise this spreadsheet or format. Doing so may result in your bid being deemed non-responsive. NOTE: Bidder is responsible for cross reference of all part numbers for bid response purposes to ensure exact match of listed items. Attachment 1 should be submitted In electronic format on a flash drive along with a printed hard copy with bid. Name&Title of person completing this form: ROSS VANDERGRIEND/AREA MANAGER Bidder Company Name: VAN DIEST SUPPLY COMPANY Line Quantity (1) Unit (3) Item#of Part Description and Number Dept. (2)UOM Extended PriceBrand of it bid!estimated) Price item bid 33-0-05 2% FE RXN 100 50Ib 1 bag Golf 604 bag $25 85 $15,613.40 AS DESCRIBED 1 18-9-18 Contec DG SGN75 with 127 bag 2 iron+ maganese 40 lb bag Golf $60.30 $7,658.10 NO.SUBSTITUTIONS.: 2 17-0-0 .375 Barricade Urea 3 nitrogen 50 lb bag Golf 640 bag $17.60 $11,264.00 NO SUBSTITUTIONS::; 3 Andersons 10-3-10 +dithiopyr (.164%) (Mutchsgn 100) 50 lb 10 bag 4 bag Golf NO BID #VALUEI ,NO:SUBSTITUTIONS;,;: 4 Gary's Green 18-3-4 + iron 5 Grigg Bros. Golf 15 gal. $30.85 $462.75 NO SUBSTITU"tIONS. 5 Gary's Green 13-2-3 +FE + 6 micros Grigg Bros. Golf 245 gal. $35.55 $8,709.75 NO SUBSTITUTION$. 6 Green TRX 16-1-20 Greens 7 Grade 50 lb bag Golf 61 bag NO BID #VALUE! NO SUBSTITUTIONS ' 7 Main Event Iron 6-0-0 30/lb 48 case 8 case Golf $103.50 $4,968.00 AS DESCRIBED 8 Power Phyte w/ute Uptake 9 Ehancher 0-0-31 Golf 920 gal. $36.73 $33,791.60 NO SUI#STITUTIONS. ` 9 10 0-0-7 w/Dimension, 50 lb bag Golf 60 bag NO BID #VALUE! NO BID 10 0-0-07 w/.067 Acelepryn 50 lb 11 bag Golf 120 bag $26.25 $3,150.00 AS DESCRIBED 11 6-2-0 Milorganite 1 T=2,000 2 ton 12 lbs Golf $390.00 $780.00 AS DESCRIBED 12 13 Sili-Kal B 8-0-4 2 X 2.5 gals Golf 100 gal. $42.40 $4,240.00 NO SUBSTITUTIONS. 13 14 .30 Cal Golf 50 gal. NO BID #VALUEI NO SUBSTITUTIONS`:': 14 15 Super MK Green 18-3-4 Golf 30 gal. NO BID #VALUE! NOSUBSTITUTIONS 15 16 Gypsom SO4 Pelletized Golf 40 bag $7.50 $300.00 NO SUBSTITUTIONS,'1 16 VMS 0-0-31 StressMaster Phite with sports 17 UTE, 2 x 2.5 gal/case Turf 70 gal $36.73 $2,571.10 AS DESCRIBED 17 2-0-26 (2.0% Urea Nitrogen, Parks 26%Soluble Potash) Sports 18 2 x 2.5 gal /case Turf 45 gal NO BID #VALUE! NO BID 18 varKs 8-27-5 (Starter Fertilizer) Sports 19 2 x 2.5 gal/case Turf 5 gal NO BID #VALUE! NO BID 19 narks 15-0-5 (50% EXN with .067 Sports 20 Acelepryn), 50 lb bag Turf 480 bag $31.85 $15,288.00 AS DESCRIBED 20 24-5-10 (50% Duration 45/17% Parks Ammonium Sulfate 3%FE), 50 Sports 21 lb bag Turf 350 bag $23.65 $8,277.50 AS DESCRIBED 21 rarKs 33-0-5 (100% RXN/2% FE) or Sports 22 equivalent, 50 lb bag Turf 300 bag $25.85 $7,755.00 AS DESCRIBED 22 Specifications for Fertilizer for Golf and Parks Maintenance/Sports Turf This is not an all or none bid. Each item will be awarded separately. Awarded items must be available for purchase on an as-needed basis. Vendors should submit one (1) hard copy of their entire bid (including Pricing Sheets). Vendors should also submit their bid and pricing sheets in electronic format on a flash drive. All materials are to be produced and labeled as shown: • "For Golf Course Use" • "For Parks/Sports Turf Use" GOLF items delivered to: Carter Lake Maintenance Yard 1108 Grand Avenue Omaha, NE 68110 Note: A 48 hour notice of delivery is mandatory before any shipments will be accepted. Award bidder(s) must call the City of Omaha Golf Manager 48-hours prior to the anticipated delivery. Contact information will be provided to the awarded bidder(s). PARK MAINTENANCE/SPORTS TURF items delivered to: Park Maintenance 1124 Carter Blvd. Omaha, NE 68110 Note: 24 HOUR ADVANCE NOTICE OF DELIVERY IS REQUIRED. Awarded bidder(s) must call the Park Maintenance Foreman 24-hours prior to delivery. Contact info for Park Maintenance Forman will be provided to the awarded bidder(s). Page 1 of 1 Attachment 1: City of Omaha Fertilizer for Golf (2022) Bidders must input responses in the following three(3)sections: (1) Unit Price, (2) Brand of item bid and(3) Item#of item bid. Note that the Extended Price is formatted to auto-calculate based on Unit Price entered by bidder. Item bid must meet or exceed the specifications of the item listed. Bidder must not alter or revise this spreadsheet or format. Doing so may result in your bid being deemed non-responsive. NOTE: Bidder is responsible for cross reference of all part numbers for bid response purposes to ensure exact match of listed items. Attachment 1 should be submitted in electronic format on a flash drive along with a printed hard copy with bid. Name&Title of person completing this form: ROSS VANDERGRIEND/AREA MANAGER Bidder Company Name: VAN DIEST SUPPLY COMPANY Line Quantity (1) Unit (3) Item#of Part Description and Number Dept. UOM Extended Price (2) Brand of item bid (estimated) Price item bid Sports 23 art - -E hWork 2 s8 2 50 lb T ba gs Turf 40 bagNO BID #VALUE! '>�No:sus§TtuT ".,ONS: 23 Par ks EarthWorks Myco-Replenish- ep lern'sh 3- Spor ts 243-3 Standard nd and Grade, 50 lbTurf bags 300 bagNO BID #VALUE! .•`Nd 3UBSTftiurYo"sl: EarthWorks Renovate Plus rams .. .. >1.. :.. 24 sports 300 ba g 9 25 50 lb ba gs Turf NO BID #VALUE! ?NOSUI3ST�TU`I'IONS?`� 25 Earthworks Sea 3, 2 x 2.5rants gal/ Sports 55 gal 26 case Turf NO BID #VALUE! NOSUBSTITUTIONS'°: 26 .......... . .._.... . ._.... .......... 15-0-0 plus Iron (15%Uea Parks Nitrogen, 6% FE) 2 x 2.5 gal/ Sports 110 gal 27 case Turf NO BID #VALUE! NO BID 27 21-22-4 (.04%Mesotrione)50 Sport lb bagsports 40 bag 28 Turf $40.50 $1,620.00 AS DESCRIBED 28 20-20-20(water soluble) Saris sports 8 bag 29 25 lb bag Turf $24.85 $198.80 AS DESCRIBED 29 rants 30 17-2-7 72%SRN -55 gal drum SpTorts 1 drum urf NO BID #VALUE! NO BID 30 rams 0-0-31 StressMaster Phite with Sports 31 UTE, 2 x 2.5 gal/case Turf 70 gal $36.73 $2,571.10 AS DESCRIBED 31 2-0-26 (2.0% Urea Nitrogen, Parks 26% Soluble Potash), 2 x 2.5 sports 32 gal/case Turf 45 gal NO BID #VALUE! NO BID 32 rants 8-27-5(Starter Fertilizer) Sports 33 2 x 2.5 gal/case Turf 5 gal NO BID #VALUEI NO BID 33 rants 15-0-5(50% EXN with .067 Sports 34 Acelepryn), 50 lb bags Turf 480 bag $31.85 $15,288.00 AS DESCRIBED 34 24-5-10 (50% Duration 45/17% Parks Ammonium Sulfate 3%FE), 50 sports 35 lb bag Turf 350 bag $23.65 $8,277.50 AS DESCRIBED 35 rants 33-0-5(100% RXN/2% FE), 50 Sports 36 lb bag Turf 300 bag $25.85 $7,755.00 AS DESCRIBED 36 Spats ' Spo rts p EarthW rk - - o s822 37 50 lb bag Turf 40 bagNO BID #VALUE! ';Nb'Suasfirutl�r :: 37 rams arthWo k E rs MY co-Rp I n'e e Ish 3- sports Stan 3 3 Standard 38 d Grade, 50 lb bagTurf 300 bag NO BID #VALUEI i Nb su8sthuToNs: 38 EarthWorks Renovate Plu s 50 rarKs P s orts 30 0 bag 39lb bag 9 Turf NO BID #VALUEI `NO:�UB371TU71(�NS';; 39 Earthworksrams Sea3 2x2.5 gal/ Ss Po rt 55 gal 40 case Turf NO BID #VALUEI NO`;SUg�S1'ITUTIONSt'' 40 Attachment 1: City of Omaha Fertilizer for Golf (2022) Bidders must input responses in the following three(3)sections: (1) Unit Price, (2) Brand of item bid and (3) Item#of item bid. Note that the Extended Price is formatted to auto-calculate based on Unit Price entered by bidder. Item bid must meet or exceed the specifications of the item listed. Bidder must not alter or revise this spreadsheet or format. Doing so may result in your bid being deemed non-responsive. NOTE: Bidder is responsible for cross reference of all part numbers for bid response purposes to ensure exact match of listed items. Attachment 1 should be submitted in electronic format on a flash drive along with a printed hard copy with bid. Name&Title of person completing this form: ROSS VANDERGRIEND/AREA MANAGER Bidder Company Name: VAN DIEST SUPPLY COMPANY Line Part Description and Number Dept. Quantity UOM (1) Unit Extended Price (2) Brand of item bid (3) Item#of # (estimated) Price item bid 15-0-0 plus Iron (15%Uea Parks Nitrogen, 6% FE) 2 x 2.5 gal/ sports 110 gal 41 case Turf NO BID #VALUE! NO BID 41 21-22-4(.04% Mesotrione), 50 sports 40 bag 42 lb bag Turf $40.50 $1,620.00 AS DESCRIBED 42 20-20-20 (water soluble), 25 lb Sports 43 bag Turf 8 bag $24.85 $198.80 AS DESCRIBED 43 17-2-7 72%SRN, 55 gal drum Sports 1 drum 44 Turf NO BID #VALUE' NO BID 44 WM 71-1 t "' ,aW t r Y Lvr S 3 RA VEZSRB 3 E kMMT f