RES 2022-0169 - Bid Award to D&K Products for Fertlizer for Golf and Sports Turf - 2022 City Clerk Office Use Only:
NO. 22---DifRESOLUTION
C� Publication Date (if ppl'cable):
�
Agenda Date:
Department: ' •I
Submitter: /c
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 $78,158.05 for the Parks,
Recreation and Public Property Department; and,
WHEREAS, D & K Products submitted the lowest bid, within bid specifications, attached hereto and
made a part hereof, in the amount of$78,158.05; and,
WHEREAS, D & K Products, 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 $78,158.05 from D & K Products
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 $78,158.05 to D & K Products from the General
Fund No. 11111, and Organization No. 115543 — Sports Turf Management ($32,373.00); and from the Golf
Operations Fund No. 21114, and Organization Nos. 115511 — Johnny Goodman ($7,384.50), 115512 —
Benson ($8,055.00), 115513 — Elmwood ($8,465.75), 115519 — Knolls ($8,681.60), 115515 —Warren Swigart
($3,933.60), 115516 — Steve Hogan ($2,655.00), 115517 Spring Lake ($3,976.40), 115518 — Westwood
($2,633.20).
APPROVED AS TO FORM:
p:2917mtc
a /7/9/P---
EPU Y CITY ATTORNEY DATE
Adopted: MAR.
Attest:
City Cler
Approved:
M4or
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:
`AII 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 GOODMAN BENSON ELM WOOD KNOLLL WARREN SPRING LAKE WEST WOOD HOGAN TOTAL
INVENTORY EST.COST UNIT 115511 G-Total 115512 B-Total 115513 E-Total 115519 K-Total SWIGART WS-Total 115517 SL-Total 115518 WW-Total 115516 SH-Total UNITS TOTAL
D&K Products 115515
18-9-18 Contec DG
SGN75 with iron $ 60.30 gal. 15 $ 904.50 30 $ 1,809.00 0 $ - 12 $ 723.60 5 $ 301.50 0 $ - 15 S 904.50 15 S 904.50 92 $ 5,547.60
maganese 40 lb bags,
NO SUBSTITUTIONS
Anderson 10-3-10
+dithiopyr(.164%)
(Mutchsgn 100)501b $ 90.10 bag $ - $ - S - 0 $ - 6 $ 540.60 4 $ 360.40 7 $ 630.70 $ - 17 S 1,531.70
bag,NO
SUBSTITUTIONS
Green TRX 16-1-20 -
Greens Grade S 49.50 bag 20 S 990.00 0 $ - 20 $ 990.00 24 S 1,188.00 7 S 346.50 10 S 495.00 0 $ - 0 $ - 81 $ 4,009.50
501b/bag,
NO SUBSTITUTIONS
Power Phyte w/ute
Uptake Ehancher 0-0- $ 27.45 bag 200 5 5,490.00 200 $ 5,490.00 175 $ 4,803.75 200 S 5,490.00 100 $ 2,745.00 100 $2,745.00 40 $ 1,098.00 50 $ 1,372.50 1065 $ 29,234.25
31 NO
SUBSTITUTIONS
0-0-7 w/Dimension $ 18.90 bag 0 $ - 40 $ 756.00 $ - $ - $ - $ - 0 $ - 20 $ 376.00 60 S 1,134.00
501b/bag
.30 Cal NO SUBSTITUTIONS $ 64.00 bag 0 S - 0 $ - 30 $ 1,920.00 20 $ 1,280.00 $ - $ - 0 $ - 0 $ - SO $ 3,200.00
Super MKGreen 18-3-4 $ 37.60 bag 0 $ - 5 - 20 $ 752.00 0 $ - 0 S - 10 $ 376.00 0 $ - 0 $ - 30 $ 1,128.00
NO SUBSTITUTIONS
Totals: 235 $ 7,384.50 270 S 8,055.00 245 $ 8,465.75 256 $ 8,681.60 118 5 3,933.60 124 S 3,976.40 62 $ 2,633.20 85 S 2,655.00 1303 $ 45,785.05
GRAND 1303 $ 45,785.05
TOTAL
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 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF
LC-1 Omaha-Douglas Civic Center $2,500.00
Omaha,NE 88183 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 68183 have the fight 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.
Items to be awarded separately.
Questions regarding this bid should besent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title
in the subject;line:
The deadline to submit questions on this::6iid is 11:00 a.m.on the Thursday before the bid opening date. Answers to questions
will be posted via anfaddendum no later'than the Friday before bid opening at www.douglascountypurchasing.org.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 0 .% IUttt 30 Firm: `j K . �1 ✓��y Incorporated In:l k.
Delivery(or completion) Name: u K1 .�.Z SlgnaturQ
calendar days following Title: r to:(rent_ Phone: 0.7 y -5,.35 Z. Fax: S15-Zf'u Z- Z Z.3
award Address: /f 7 Z ,A/E -j`/�" AL f 0i4e.,, .1A
StreeyP.O.Box City . State Zip
Email Address: day Jae f,loi--,
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,tlie 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 portionrof 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 P"rl� Pc uc4
By
• •
Title ie IV e.,n
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 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 webllnk to determine If they
have a current Form CC-1 on file(search by company name): https://humanrights.cltyofomaha.org/cc-1-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 J P UCh
Titley
t �°f P,3,c:l t+�"}'"' ti
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 ! ��
By
Title iris; GH
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 V ut,
)5
By
Title esi
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
ow�t11AHA���s
•
C's+�8e� its
r�afC J
ev-
1. Regulation: Ao4TFn FEiste�
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):
126
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.
p4Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
IWContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Law(Neb.Rev.Stat.Section 73-104 et seq.).
a.] 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
rzAdministration,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.
MIContractor agrees to make a good faith effort to ensure all subcontractors employed on this project
u comply with the provisions of the Responsible Contractor Compliance Form RC-1.
1 Zia zoz i
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.
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
AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT &FAIR LABOR
STANDARDS
I, 4 4-7 Wiev) first sworn under state and
PE , being duly oath,
depose as follows:
1. I am competent to testify to,and have personal knowledge of,the matters stated in
this affidavit.
311)2. I am (a contractor) or (the authorized agent of the contractor) for
-4 K eRd c k u __ 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.
c
Affiant(contractor)
SUBSCRIBED AND SWORN TO before me this day.of IJeCekkip 200?f.
��o KATHRYN A KR/gre � 2 tiwyy� /d�,,,
Commisalon NumbOr4
1317d2 ota Public J,
My Cornml�si It
o December 2, �
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: Doug Krantz-President D&K Products
Bidder Company Name: D&K Products
Line Part Description and Number Dept. Quantity UOM (1)Unit Extended Price (2)Brand of item bid (3)Item#of
(estimated) Price item hid
33-0-05 2% FE RXN 100 501b
1 bag Golf 604 bag $29.58 $17,866.32 EC Grow Ignition EC3305 100
18-9-18 Contec DG SGN75 with
2 Iron+maganese 40 lb bag Golf 127 bag $60.30 $7,658.10 NO SUBSTITUTIONS .Anderson 18918
17-0-0 .375 Barricade Urea
3 nitrogen 50 lb bag Golf 640 bag $22 40 $14,336.00 NO SUBSTITUTIONS : 1700.375
Andersons 10-3-10+dithiopyr
(.164%) (Mutchsgn 100)50 lb 10 bag
4 bag Golf $90.10 $901.00 NO SUBSTITUTIONS Andersons 10-3-10
Gary's Green 18-3-4+iron
5 Grigg Bros. Golf 15 gal' $42.35 $635.25 ; NO SUBSTITUTIONS: Grigg 18-3-4
Gary's Green 13-2-3+FE+
6 micros Grigg Bros. Golf 245 gal. $46.75. $11,453.75 NO SUBSTITUTIONS.. Grigg 13 2-3
Green TRX 16-1-20 Greens •
7 Grade 50 lb bag Golf 61 bag $49.50 $3,019.50 NO SUBSTITUTIONS Greentrx 1612
Main Event Iron 6-0-0 30/lb 48 case
8 case Golf $149.40 $7,171.20 Main Event Iron 6-0-0 Main Event Fe
Power Phyte w/ute Uptake
9 Ehancher 0-0-31 Golf 920 gal' $27.45 $25,254.00 NO SUBSTITUTIONS Power Phyte 2.5
10 0-0-7 w/Dimension, 50 lb bag Golf 60 bag $18.90 $1,134.00 EC Grow Ignition 007.15 dim
0-0-07 w/.067 Acelepryn 50 lb
11 bag Golf 120 bag $29.85 $3,582.00 EC Grow Award 007.067acel
6-2-0 Milorganite 1 T=2,000
12 lbs Golf 2 ton $385.00 $770.00 Millorganite 620 Mill 620
13 Sili-Kal B 8-0-4 2 X 2.5 gals Golf 100 gal. $56.35 $5,635.00 NO SUBSTITUTIONS Grigg 804
14 .30 Cal Golf 50 gal. $64.00 $3,200.00 NO SUBSTITUTIONS PF.30CAL
15 Super MK Green 18-3-4 Golf 30 gal. $37.60 $1,128.00 No SUBSTITUTIONS PF 1834
16 Gypsom SO4 Pelletized Golf 40 bag $9.30 $372.00 No SUBSTITUTIONS Gyp SO4
Parks
0-0-31 StressMaster Phite with Sports
17 UTE,2 x 2.5 gal/case Turf 70 gal $27.45 $1,921.50 Power Phyte Power Phyte 2.5
2-0-26(2.0% Urea Nitrogen, Parks
26%Soluble Potash) Sports
18 2 x 2.5 gal/case Turf 45 gal $26.70 $1,201.50 Ignition K-Ace 2-0-26 Ignition K-Ace
Parks
8-27-5(Starter Fertilizer) Sports
19 2 x 2.5 gal/case Turf 5 gal $45.10 $225.50 Plant Food 8-27-5 PF 8275
Parks
15-0-5(50% EXN with .067 Sports
20 Acelepryn), 50 lb bag Turf 480 bag $35.78 $17,174.40 EC Grow ignition 1505 50 ACEL
24-5-10(50% Duration 45/17% Parks
Ammonium Sulfate 3%FE), 50 sports
21 lb bag Turf 350 bag $27.85 $9,747.50 EC Grow Ignition 24510 AMS
Parks
33-0-5(100%RXN/2% FE)or Sports
22 equivalent, 50 lb bag Turf 300 bag $29.58 $8,874.00 EC Grow Ignition EC3305 100
Parks
Sports
23 EarthWorks 8-2-2, 50 lb bags Turf 40 bag $29.00 $1,160.00 NO SUBSTITUTIONS. EW 822
Parks
EarthWorks Myco-Replenish 3- sports
24 3-3 Standard Grade, 50 lb bags Turf 300 bag $34.50 $10,350.00 NO SUBSTITUTIONS EWMyco REG
EarthWorks Renovate Plus Parks
sports 300 bag
25 50 lb bags Turf $46.00 $13,800.00 NO SUBSTITUTIONS EW Reno
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: Doug Krantz President D.&K Products
Bidder Company Name: D&K Products
Line Quantity (1) Unit (3) Item#of
Part Description and Number Dept. (C51.»,le r UOM Extended Price (2) Brand of item bid
Price item bid
• 'ar s
Earthworks Sea 3,2 x 2.5 gal/
sports 55 gal
26 case Turf $36.20 $1,991.00 NO SUBSTITUTIONS EW Sea3
15-0-0 plus Iron (15% Uea Parks
Nitrogen,6%FE)2 x 2.5 gal/ sports 110 gal
27 case Turf $9.85 $1,083.50 Ignition 15-0-0 IgnitionlronPlus
21-22-4(.04%Mesotrione)50 Parks
lb bagsports 40 bag '.
28 Turf $49.24 $1,969.60 Andersons 21-22-4 And 21224 meso
20-20-20(water soluble) Panes
sports 8 bag
29 25 lb bag Turf $34.20 $273.60 Plant Marvel PM 202020
Parks
30 17-2-7 72%SRN-55 gal drum sports ort 1 drum $640.00
$640.00 Plant Food 17-2-7 PF 1727 55
ranks
0-0-31 StressMaster Phite with sports
31 UTE,2 x 2.5 gal/case Turf 70 gal $27.45 $1,921.50 Power Phyte Power Phyte 2.5
2-0-26(2.0%Urea Nitrogen, Parks
26%Soluble Potash), 2 x 2.5 Sports
32 gal/case Turf 45 gal $26.70 $1,201.50 Ignition K-Ace 2-0-28 Ignition K-Ace
Parks
8-27-5(Starter Fertilizer) Sports
33 2 x 2.5 gal/case Turf 5 gal $45.10. $225.50 Plant Food 8-27-5 PF 8275
Parks
15-0-5(50%EXN with .067 sports
34 Acelepryn),50 lb bags Turf 480 bag $35.78. $17,174.40 EC Grow Ignition 1505 50 ACEL
24-5-10(50%Duration 45/17% Parks
Ammonium Sulfate 3%FE),50 Sports
35 lb bag Turf 350 bag $27.85 $9,747.50 EC Grow Ignition 24510 AMS
Parks
33-0-5 (100%RXN/2%FE),50 Sports j
36 lb bag Turf 300 bag $29.58 $8,874.00 EC.Grow Ignition EC3305 100
Parks
Sports
37 EarthWorks 8-2-2,50 lb bag Turf 40 bag . $29.00. $1,160.00 NO SUBSTITUTIONS EW 822
Parks
EarthWorks Myco-Replenish 3- sports
38 3-3 Standard Grade,50 lb bag Turf 300 bag $34.50 $10,350.00 :NO SUBSTITUTIONS EWMyco REG
EarthWorks Renovate Plus,50 Parks
39 lb bag spurt 300 bag ,.
$46.00 $13,800.00 No SUBSTITUTIONS EW Reno.
Earthworks Sea 3,2 x 2.5 gal/ Sports 55 gal
40 case Turf $36.20 $1,991.00 NO SUBSTITUTIONS EW Sea3
15-0-0 plus Iron(15% Uea Parks
Nitrogen,6%FE)2 x 2.5 gal/ sports 110 gal
41 case Turf $9.85 $1,083.50 ignition 15-0-0 IgnitionlronPlus
21-22-4(.04%Mesotrione),50 Sports 40 bag
42 lb bag Turf $49.24 $1,969.60 Andersons 21-22-4 And 21224 meso
20-20-20(water soluble),25 lb Parks
sports 8 bag
43 bag Turf $34.20. $273.60 Plant Marvel PM 202020
• Parks
44 17-2-7 72%SRN,55 gal drum spTorts 1 drum
4 r
$640.00 $640.00 Plant Food 17 2 7 PF 1727 55
�.'�. z,� A�p:.. i .: ', ' ? '+ ... ! ; ct i1 �- i,,r4 i•i