RES 2018-0626 - Bid of All Makes Office Equipment for furniture for OPD backgrounds unit and supply unit °MAH A,NF
�o ��� ay/r�� fi,1 l I V L L •Y'"
'
1, 64
.Jtr�
'
o )1L4.-► „ 2018 1 ! 5 i\r i C, 11 o
Odi'arED FE8RVP4 �,. F"�
CITY C t.c�+-kt h•.`.0,.•`�
City of Omaha
Kk
Jean Stothert,Mayor 4} . +'= �''�
Todd R.Schmaderer
Chief of Police
Omaha Police Department
• "To Serve and Protect"
505 South 15th Street
Honorable President Omaha,Nebraska 68102-2769
(402)444-5600
and Members of the City Council, fax(402)444-5898
www.opd.ci.omaha.ne.us
Transmitted herewith is a Resolution authorizing the acceptance of the bid from All Makes Office
Equipment in the amount of $39,276.31 for furniture. for the Omaha Police Department
Backgrounds Unit and Supply Unit.
The following bids were received May 16, 2018 relative to the above mentioned products:
CONTRACTOR BID
All Makes Office Equipment $39,276.31 (LOW BID)
Staples Business Advantage $39,492.94 ,
The Police Department recommends accepting the bid from All Makes Office Equipment. It is the
lowest bid received within bid specifications. The Police Department requests your consideration
and approval of this Resolution.
Funds of $39,276.31 have been appropriated in Fiscal Year 2018, General Fund 11111,
Organization 113141 Fleet and Facilities, Account 44111 Furniture and•Fixtures. The Finance
Department is authorized to pay the cost from this account.
Respectfully submitted, Approved:
c Jr 6—/—(8 ,�: v 1 ��'—1
Tod R. Schmaderer Date Franklin T. Thompson, Dir ctor Date
Chief of Police Human Rights & Relations Dept.
Approved as to Funding: Referred to City Council for Consideration:
1 r--- et,
ise J ,u„-D-t -IckrAl- La/vm,--
Step en B. Curtiss ate Mayors Office Date
Finance Director c(k
S:\OPD\1654ddr
An Internationally Accredited Law Enforcement Agency
City Clerk Office Use Only:
Ugli
Publication Date(if a plicable):
RESOLUTION NO.
Agenda Date:
Department:
Submitter:
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha, Nebraska
•
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:'
WHEREAS, bids were received on May 16, 2018 for furniture for the Omaha Police Department
Backgrounds Unit and Supply Unit; and,
WHEREAS, All Makes Office Equipment submitted a bid of $39,276.31 for the furniture, being
the lowest bid received within bid specifications attached hereto and made a part hereof; 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 of All Makes Office Equipment in the amount of
$39,276.31, which represents the bid for the furniture for the Omaha Police Department Backgrounds
Unit and Supply Unit, being the lowest bid received within bid specifications, is hereby accepted and
the same hereby approved.
BE IT FURTHER RESOLVED;
THAT,the Finance Department of the City of Omaha is authorized to pay the cost of the furniture
from Fiscal Year 2018, General Fund 11111, Organization 113141 Fleet and Facilities, Account 44111
Furniture and Fixtures.
S:\OPD\1655ddr
APPROVED AS TO F :
64/jdr
DEPU Y CITY ATTORNEY DATE
JUN 2 6 20181
Adopted:
Attest:
y Cle
Approved:
Mayor
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Furniture for OPD
Date of Opening II Makes Staples
May 16, 2018 _
Department As Read in,Bid m
OPD -
Quantity DESCRIPTION Unit I Extended Unit . Extended Unit Extended
Price Price Price Price Price Price
ADDEND7t'UM#4E AGKOOVV''1 €lt E13� . y I Yes No
Bid Bond Received: B B
Terms: . i Net 30 Net 30 _
Delivery: 45-75 days approximately 45 days
Corner Cove 60 x 30-24U24R Extd LH -
Flat w/Groms
2 Manufacturer: All Steel ' BID/each: $177.77 $356.54 $189.93 $379.86
Corner Cove 30 x 60-24U24R Extd RH
Flat w/Groms
2 Manufacturer. All Steel BID/each: $177.77 $355.54 $189.93 $379.86
Primary 24D x 36W Flat EG Lam
w/Grommet i
4 Manufacturer: All Steel BID/each: $92.02 $368.08 $98.32 '$393.28
Basic Support PED BBF 28H 22-7/8D Arch
Pull
4 Manufacturer: All Steel BID/each: $181.66 $726.64 $218.01 $872.04
Basic Support PED FF 28H 22-7/8D Arch
Pull i
4 Manufacturer: All Steel BID/each: $181.66 $726.64 $218.01 $872.04
Pass-Thru Cable w/o Power Block 24W '
1 Manufacturer. All Steel BID/each: $38.241 $38.24 $40.86 $40.86
-
I
1of10
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Furniture for OPD
Date of Opening A,I Makes • Staples
May 16,2018
Department As R 'n Bid Com ittee
OPD •
Unit Extended. Unit Extended Unit Extended
Quantity DESCR N Price Price Price Price Price Price
Pass-Thru Cable w/o Power Block 42W
1 Manufacturer: All Steel BID/each: $40.04 $40.04 $42.77 $42.77
Pass-Thru Harness w/ Power Block 36W
4 Manufacturer: All Steel BID/each: $42.13 $168.52 $45.01 $180.04
Pass-Thru Harness 36W
5 Manufacturer All Steel BID/each: $68.12 $340.60 $45.01 $225.05 --
Duplex Recept Circuit 1: 3+1 or 2+2
System
12 Manufacturer: All Steel BID/each: $12.85 $154.20 $13.72 $164.64
15H x 36W Flipper Door Overhead-No Pull
8 Manufacturer. All Steel BID/each: $181.36 $1,450.88 $156.40 $1,251.20
Optimize TCKBL GLZD PNL 50H x 36W
w/out Top Cap
4 Manufacturer: All Steel BID/each: $212.73. $850.92 $227.26 $909.04
Optimize TCKBLE PNL 65H x 24W w/out
Top Cap •
8 Manufacturer. All.Steel BID/each: $116.23, $929.84 $124.16• $993.28
Optimize TCKBLE PNL 65H x 36W w/out
Top Cap
8 Manufacturer: All Steel BID/each: $147.60 $1,180.80 $157.68 $1,261.44
Optimize TCKBLE PNL 65H x 42W w/out
Top Cap
I • Manufacturer: All Steel BID/each: $164.03 $164.03 $175.23 $175.23 •
2of10
BID BOND: 5% •
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Furniture for OPD
Date of Opening All Makes Staples
May 16,2018
Department As Read in Bid Corn ' ee
OPD
Quantity DESCRIPTION Unit Extended Unit Extended Unit Extended
Price Price Price Price Price Price
Panel Top Cap 24"W •
8 Manufacturer: All Steel BID/each: $7.47 $59.76 $7.99 $63.92
Panel Top Cap 36"W
4 Manufacturer: All Steel BID/each: $8.07 $32.28 $8.62 $34.48
Panel Top Cap 42'W
Manufacturer: All Steel BID/each: $8.37 $8.37 $8.94 $8.94
Panel Top Cap 72'W
4 Manufacturer: All Steel BID/each: $14.04 $56.16 $15.00 $60.00
Optimize Panel End Covers 50H
4 Manufacturer: All Steel BID/each: $21.21 $84.84 $22.67 $90.68
Optimize Panel End Covers 65H
4 Manufacturer: All Steel BID/each: $21.21 $84.84 $22.67 1 $90.68
Optimize"L"Connector 65H
6 Manufacturer: All Steel BID/each: $36.15 $216.90 $38.63 $231.78
Optimize'T'Connector 65H
2 •Manufacturer. All Steel BID/each: $56.77 $113.54 $60.65 $121.30
Optimize Inline Connector Kit
4 Manufacturer. All Steel BID/each: $19.42 $77.68 $20.75 $83.00
Optimize Inline Variable Height Finish Kit
15H
4 Manufacturer: All Steel BID/each: $19.72 $78.88 $21.06 $84.24
Work surface Bracket Kit
'4 Manufacturer: All Steel BID/each: $14.04 $56.16 $15.00 •$60.00
3of10
BID BOND: 5% •
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Furniture for OPD
Date of Opening All Makes Staples
May 16,2018
Department As Read in 'd•C ittee
OPD
Quantity DESCRIPTION Unit Extended Unit Extended Unit Extended
Price Price Price Price Price Price
Cantilever Braket 24D LH Terrace
4. Manufacturer: All Steel BID/each: $16.73 $66.92 $17.87 $71.48
Cantilever Bracket 24D RH Terrace
4 Manufacturer: All Steel. BID/each: $16.73 $66.92 $17.87 $71.48
W/S Storage Bracket (1 PR L/R)
2 Manufacturer: All Steel BID/each: $19.12 $38.24 $20.43 $40.86
36W External SUPT Channel for 48W W/S
4 Manufacturer: All Steel BID/each: $16.13 $64.52 $17.24 $68.96
Base Power In-Feed Cable 3+1 and 2+2
Systems
3 Manufacturer: All Steel B1D/each: $76.49 $229.47 $81.71 $245.13
Lock Core Kit Matte Silver-4 Cores 2 Keys
1 Manufacturer: All Steel BID/each: $86.05 $86.05 $91.93 $91.93
Corner Cove 72 x 36 -24U24R EXTD LH
Flat w/Groms
4 Manufacturer: All Steel BID/each: $196.60 $786.40 $210.03. $840.12
Corner Cove 36 x 72 -24U24R EXTD LH
Flat w/Groms
6 Manufacturer: All Steel BID/each: $196.60 $1,179.60 $210.03 $1,260.18
•
4 of 10
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Furniture for OPD
Date of Opening All Makes Staples
May 16,2018
. Department As Rea 9 i o
OPD
Unit Extended Unit Extended Unit -'Extended
Quantity DESCRIPTION Price Price Price Price Price Price
Primary 24D x 42W Flat EG Lam
w/Grommets
1 Manufacturer All Steel BID/each: $103.08 $103.08 $110.13 $110.13
Primary 24D x 66W Flat EG Lam
w/Grommets
1 Manufacturer: All Steel BID/each: $148.49 '$148.49 $158.64 $158.64
Primary 24D x 72W Flat EG LAM
w/Grommets
5 Manufacturer: All Steel BID/each: $155.07 $775.35 $165.66 $828.30
Corner 24D x 36W w/Radial Leading EG
Flat w/Groms
1 Manufacturer: All Steel BID/each: $155.66 $155.66 $166.30 $166.30
Basic Support PED BBF 28H 22-7/8D Arch
Pull
12 Manufacturer. All Steel BID/each: $181.66 $2,179.92 $218.01 $2,616.12
Basic Support PED FF 28H 22-7/8D Arch
Pull
6 Manufacturer All Steel BID/each: $181.66 $1,089.96 $218.01 $1,308.06
•
Pass-Thru Cable w/o Power Block 30W
1 Manufacturer: All Steel BID/each: $38.24 $38.24 $40.86 $40.86
Pass-Thru Cable w/o Power Block 36W
2 Manufacturer. All Steel . BID/each: $38.24 $76.48 $40.86 $81.72
5 of 10
BID BOND: 5%
Douglas County Purchasing
TABULATION.OF BIDS ON: CITY OF OMAHA •
Furniture for OPD
Date of Opening All Makes Staples
May 16,2018
Department As Read in Bid Committee
OPD
Quantity DES PTION Unit Extended Unit Extended Unit Extended
Price Price Price Price Price Price
Pass-Thru Harness w/Power Block 36W
25 Manufacturer All Steel BID/each: $42.13 $1,053.26 $45.01 $1,125.25
Duplex Recept Circuit 1: 3+1 or 2+2
System
2-8 Manufacturer. All Steel BID/each: $12.85 $359.80 $13.72 $384.16 .
Base Power In-Feed Cable 3+1 and 2+2
Systems
3 Manufacturer. All Steel BID/each: $76.49 $229.47 $81.71 $245.13
15H x 36W Flipper Door Overhead-No Pull
6 Manufacturer. All Steel BID/each: $181.36 $1,088.16 $156.40 $938.40
Optimize 72W Flipper Door Overhead-No
Pull
6 Manufacturer All Steel BID/each: $353.16 $2,118.96 $305.47 $1,832.82
Optimize TCKBLE PNL 65H x 30W w/out
Top Cap
I Manufacturer: All Steel BID/each: $131.76 $131.76 $140.77 $140.77
Optimize TCKBLE PNL 65H x 36W w/out
Top Cap
47 Manufacturer. All Steel BID/each: $147.60 $6,937.20 $157.68 _$7,410.96
Optimize TCKBLE PNL 65H x 42W w/out
Top Cap
1 Manufacturer: All Steel BID/each: $164.03 $164.03 $175.23 $175.23
6of10
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Furniture for OPD
Date of Opening All Makes Staples
May 16,2018 �ad-
Department As i B
C ee
OPD
Quantity DESCRIPTION Unit Extended Unit Extended Unit Extended
Price Price Price Price Price Price
Panel Top Cap 30'W
1 Manufacturer: All Steel BID/each: $7.27 $7.27 $8.30 $8.30
Panel Top Cap 36'W
11 Manufacturer: All Steel BID/each: $8.07 $88.77 $8.62 $94.82
Panel Top Cap 42'W
-1 Manufacturer: All Steel BID/each: $8.37 $8.37 $8.94 $8.94
Panel Top Cap 72"W
18 Manufacturer: All Steel BID/each: $14.04 $252.72 $15.00 $270.00
Optimize Panel End Covers 65H 0
10 Manufacturer: All Steel BID/each: $21.21 $212.10 $22.67 $226.70
Optimize"L" Connector 65H
8 Manufacturer: All Steel BID/each: $36.15 $289.20 $38.63 $309.04
Optimize'T'Connector 65H
4 Manufacturer: All Steel BID/each: $56.77 $227.08 $60.65 $242.60
Optimize Inline Connector Kit
30 Manufacturer: All Steel BID/each: $19.42 $582.60 $20.75 $622.50
Cantilever Bracket 24D LH Terrace
10 Manufacturer. All Steel BID/each: $16.73 $167.30 $17.87 $178.70
Cantilever Bracket 24D RH Terrace
8 Manufacturer: All Steel BID/each: $16.73 $133.84 $17.87 $142.96
. 7of10
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Furniture for OPD
Date of Opening All Makes Staples
May 16,2018
Department As Read in B Co ee
OPD
Quantity DESCR ION Unit Extended Unit Extended Unit Extended
Price Price Price Price Price Price
W/S Storage Bracket(1 PR L/R)
6 Manufacturer: All Steel BID/each: $19.12 $114.72 $20.43 $122.58
- TER DNA Support Leg 24D x 29-1/2H
11 Manufacturer: All Steel BID/each: $51.69 $568.59 $55.22 $607.42
Lock Core Kit Matt Silver-6 Cores 2 Keys
1 Manufacturer: All Steel BID/each: $193.61 $193.61 $206.84 $206.84
10700 Series Single Pedestal Credenza
Left F/F 72W 24D
1 Manufacturer: HONCO BID/each: $519.87 $519.87 $585.18. $586.18
10700 Series Stack-On Storage for 72W
Credenza or Desk
1 Manufacturer HONCO BID/each: $428.32 $428.32 $490.58 $490.68
10700 Series Back Enclosure 18-1/2H for
Model H10734
1 Manufacturer. HONCO BID/each: $87.92 $87.92 $100.91 $100.91
10700 Series Lateral File 36W x 20D x 59H
2 Manufacturer: HONCO BID/each: $872.77 $1,745.54 $999.17 $1,998.34 •
10700 Series Bridge 24D x 48W
1. Manufacturer: HONCO BID/each: $114.39 $114.39 $165.33 $165.33
8 of 10 •
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Furniture for OPD
Date of Opening All Makes Staples
May16,2018 •
Department lAs Read in B Committee
OPD
Quantity DESCRIPTION Unit Extended Unit Extended Unit Extended
Price Price Price Price Price Price
10700 Series SNGL Pedestal Right B/B/F
72W 36D 29-1/2H
1 Manufacturer: HONCO BID/each: $635.22 $635.22 $727.08 $727.08
Tack Board for Model 10734 with 10738
Enclosure
1 Manufacturer: HONCO BID/each: $111.31 $111.31 $127.48 $127.48
Tasklight 60W
I Manufacturer. HONCO BID/each: $88.84 $88.84 $110.82 $110.82 _
Pillowsoft 2090 Exec High-Back Swivel Tilt
Arms
1 Manufacturer: HONCO BID/each: $284.34 $284.34 $323.90 $323.90
Contain Satin Removable Lock Core Kit
6 Manufacturer: HONCO BID/each: $13.71 $82.26 $16.22 $97.32
___ -= - :'' x--/t�At-tti7e��:, 0 s0.:>iet. .T::�:.; s y kh ��•; ,.%S�;
Pillowsoft 2090 MGR Mid-Back Swivel Tilt
Arms
6 Manufacturer. HONCO BID/each: $274.25 $1,645.50 $312.63 $1,875.78
Preside 72W x 36W Rectangular Shaped
Laminate Top
9 Manufacturer HONCO BID/each: $229.49 $229.49 $262.19 $262.19
Preside Aluminum T Leg for 72"Table
Tops
9 Manufacturer: HONCO BID/each: $230.29 $230.29 $263.99 $263.99
9of10
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Furniture for OPD
Date of Opening All Makes Staples
May 16, 2018
Department As Read in Bi Committee
OPD
Quantity DESCR ION Unit Extended Unit Extended Unit Extended
Price Price Price Price Price Price
• • Delivery, Install, and Labor Charges: $2,339.00 $0.00
ALL OR NONE TOTAL BID: $39,276.31 $39,492.94
•
10of10
HH
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Furniture for OPD Headquarters
RETURN BIDS TO: Published: May 2,2018 Page 1
CITY CLERK
1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5%
LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE.
Omaha,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.CST or Wednesday,May 16,2018
IMPORTANT
1. Bid must be in the office of the CITY CLERK 1819 Farnam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct
OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 Exemption certificates will be furnished. Do not include tax in bid.
by the opening date and time Indicated in a sealed envelope marked:
BID ON:CITY OF OMAHA Furniture for OPD Headquarters 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
2.As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid an items listed,bidder may on a separate sheet make
Bid bond or certified check shall be made payable to"City of Omaha' suggestions covering reduction in costs wherever this is possible through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard Items or quantity change.
3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shal 7. If you do not bid,return sheets with reason for declining. Failure to do so wA indicate
have the right to appeal any decision to the City Council. Right Is also reserved to your desire to be removed from our mating fist.TABULATION SHEETS FOR THE BIDS
accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT
www.dounlascountvourchasina.ora. DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Furniture for Omaha Police Headquarters (OPD) per the
attached specifications.
•
NO SUBSTITUTIONS.
ALL OR NONE TOTAL BID: $ r 0•151
A Pre-Bid Tour will be held on Tuesday, May 8, 2018, at (5%Bid Bond is to be based
505 S 15th upon this amount,hover
9:00 AM at Omaha Police Headquarters,
$20,000.00)
Street, Omaha, NE 68102. Meet at the front desk.
Questions regarding this bid should be sent via email to
bidquestions@douglascounty-ne.gov. Vendor must
include the bid title and opening date 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 at
www.douglascountypurchasing.org under Current Bids
and Proposals for your specific bid, not later than the
Friday prior to bid opening.
All bidders awarded a contract In the amount of$10,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human
Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the
Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations
Department at(402)444-5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms NET % 31)Q1y47 Firm: A.L,4..VANCE:14e4 t*IGk EVILARIAEI.IT e0' Ilncorporat d In: 14e,
Delivery(or completion) Name: t O)(J R-t
SCAAUu41 Signature:
46-75 calendar days following T1Ge: VP 'SACW•uatSWCt*.L (Phone: 4024Z1•3044 : 4ci24/7. 300l
award Address: 5.1..$ Fo444AtM c:›natil. N I fete t
Street/P.O.Box City State Zip
Email Address: d00015jZ).1.11 wtea e.4.Lmw1
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 2
QUANTITY- DESCRIPTION UNIT PRICE EXTENSION
Supply Area
2 Corner Cove 60 x 36-24L/24R Extd LH Flat w/Groms Bid/each: $ 17 7• $ 35G.94
Options: $(LICORE)-L1 Core Lam Opts
Undecided Laminate Option
Undecided Edge Option
P- Plastic Grommet
Manufacturer: All Steel
2 Corner Cove 36 x 60-24L/24R Extd RH Flat w/Groms Bid/each: $ 11/1 •11 $
Options: $(LICORE)-L1 Core Lam Opts
Undecided Laminate Option
Undecided Edge Option
P-Plastic Grommet
Manufacturer: All Steel
4 Primary 24D X 36W Flat EG Lam w/Grommet Bid/each: $ c1 2 02- $ We:*
Options: $(LICORE)-L1 Core Lam Opts
Undecided Laminate Option
Undecided Edge Option
P-Plastic Grommet
Manufacturer: All Steel I
W
4 Basic Support PED BBF 28H 22-7/8D Arch Pull Bid/each: $ tit 6'10 $ in
-a-
$(PI)-PI Paint Opts
Undecided Paint Option
Undecided Pull Option
OMT-OMT Core to Ord Key Alike
Manufacturer: All Steel
SIGN ALL COPIES Firm AlAktiAteS
By
Title VP :1MAt4-
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA- Furniture for OPD Headquarters
NOT AN ORDER Page 3
QUANTITY DESCRIPTION UNIT PRICE - EXTENSION
Supply Area(cont'd)
(44
4 ` Basic Support PED FF 28H 22-7/8D Arch Pull Bid/each: $ 1b I•� $ 1�•
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Undecided Pull Option
OMT-OMT Core to Ord Key Alike
Manufacturer: All Steel ,�,,,
Pass-Thru Cable w/o Power Block 24W Bid/each: $ 3� $ ;
Options: P-Clr: Black
Manufacturer: All Steel
4 0tt' p�•
/ Pass-Thru Cable w/o Power Block 42W Bid/each: $ $ .
• Options: P-Clr: Black
Manufacturer: All Steel
4 Pass-Thru Harness w/Power Block 36W Bid/each: $ 42'13 $ doe
Options: P-Clr: Black
Manufacturer: All Steel
5 Pass-Thru Harness 36W Bid/each: $ $ 14Q
Options: P-Clr: Black
Manufacturer: All Steel
SIGN ALL COPIES Firm -� W-C✓
By
Title VP' M* ut.1
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 4
QUANTITY- DESCRIPTION UNIT PRICE EXTENSION
Supply Area(cont'd)12 Duplex Recept Circuit 1: 3+1 OR 2+2 System Bid/each: $ `2,(65 $ I54
Options: Undecided Paint Option
Manufacturer: All Steel
8 15H x 36W Flipper Door Overhead--No Pull Bid/each: $ 1164 3!0 $d I '*
Options: YZ-Sys: Stride-DNA-Optimize
$(P1)-P1 Paint Opts •
Undecided Paint Option
OMT-OMT Core to Ord Key Alike
Manufacturer: All Steel
4 Optimize TCKBL GLZD PNL 50H x 36W w/out Top Cap Bid/each: $ 24
2• '13 $ 1650.421
Options: $(A)-GRD A FAB
Undecided Fabric Option
$(P1)-P1 Paint Opts
Undecided Paint Option
C-Clear Glass
Manufacturer: All Steel
8 Optimize TCKBLE PNL 65H x 24W w/out Top Cap ICO
Bid/each: $ 2 $ 42/'
Options: $(A)-GRD A FAB
Undecided Fabric Option
$(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All.Steel
SIGN ALL COPIES Firm AIL
By
Title VP S 14Dw+11.1
CONTINUATION SHEET
•
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 5
QUANTITY- DESCRIPTION UNIT PRICE EXTENSION
Supply Area(cont'd)
8 Optimize TCKBLE PNL 65H x 36W w/out Top Cap Bid/each: $ 141•tp0 $ I •00
Options: $(A)-GRD A FAB
Undecided Fabric Option
$(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
1fod-.o3 ��03
9 Optimize TCKBLE PNL 65H x 42W w/out Top Cap Bid/each: $ $ •
Options: $(A)-GRD A FAB
Undecided Fabric Option
$(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
8 Panel Top Cap 24"W • Bid/each: $ 1.41 $ 911 74'
Options: $(P1)-P1 Paint Options
Undecided Paint Option
Manufacturer: All Steel
2
4 Panel Top Cap 36"W Bid/each: $ t'o? $ ?J 2R)
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
SIGN ALL COPIES Firm k Wt49
By
Title VP' S bS -i.1
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 6
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Supply Area(coned)
1 Panel Top Cap 42"W , Bid/each: $ j 37 $ _3/
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
4 Panel Top Cap 72'W Bid/each: $ 14-•°4' $ •ite
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
4 Optimize Panel End Covers 50H Bid/each: $ ' '21 $
Options: $(P1)-P1 Paint Options
Undecided Paint Option •
Manufacturer All Steel •
4 Optimize Panel End Covers 65H Bid/each: $ 2t ?a $ '(n#
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
6 Optimize"L"Connector 65H Bid/each: $ 3t4• $ IMO :1b
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
SIGN ALL COPIES Firm 1&1-U �
By
Title Y'PAMAX
CONTINUATION SHEET
•
•
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 7
-QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Supply Area(coed)
2 Optimize"T"Connector 65H Bid/each: $ ao•Z7 $ 115'54-
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
4 Optimize Inline Connector Kit Bid/each: $ I�•�2 $ 17 •toy
Manufacturer: All Steel
4 Optimize Inline Variable Height Finish Kit 15H Bid/each: $ Iq 77" $ � lArb
Options: $(P1)-P1 Paint Options
Undecided Paint Option
Manufacturer: All Steel
4 Work surface Bracket Kit Bid/each: $ 14" 04- $ .1 60
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
4 Cantilever Bracket 24D LH Terrace Bid/each: $ la $
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
SIGN ALL COPIES Firm AL#
By
Title V'P try tMtt-L
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 8
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Supply Area(cont'd)
4 Cantilever Bracket 24D RH Terrace Bid/each: $ lta?3 $ (1 .�2
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
2 W/S Storage Bracket(1 PR L/R) Bid/each: $ •12 $ 346.
Manufacturer: All Steel
4 36W External SUPT Channel for 48W W/S Bid/each: $ L(Q•13 $ •52
Manufacturer: All Steel
3 Base Power In-Feed Cable 3+1 and 2+2 Systems Bid/each: $ ` ce$al $ 2:111 41
P-CLR: Black
Manufacturer: Ail Steel
/ Lock Core Kit Matte Silver-4 Cores 2 Keys Bid/each: $ tte5 $ se0 05
Options: $(KEYNUM)-Key Number
x-Random Key
4-Quantity: 4
Manufacturer: All Steel
SIGN ALL COPIES Firm Midi
By
Title VP t
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 9
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Backgrounds Stations
4 Corner Cove 72 x 36-24U24R EXTD LH Flat w/Groms Bid/each: $ � o $ leY0.4°
Options: $(L1CORE)-L1 Core Lam Opts
Undecided Laminate Option
Undecided Edge Option
P-Plastic Grommet
Manufacturer: All Steel
6 Corner Cove 36 x 72-24L/24R EXTD LH Flat w/Groms Bid/each: $ ' $ Illi ''td0
Options: $(LICORE)-L1 Core Lam Opts
Undecided Laminate Option
Undecided Edge Option
P-Plastic Grommet
Manufacturer: All Steel
. Primary 24D x 42W Flat EG Lam w/Grommets Bid/each: $ ib3 $
Options: $(LICORE)-L1 Core Lam Opts
Undecided Laminate Option
Undecided Edge Option
P-Plastic Grommet
Manufacturer: All Steel
1 Primary 24D x 66W Flat EG Lam w/Grommets Bid/each: $ 14.6.4.4 $ t :4
Options: $(LICORE)-LI Core Lam Opts
Undecided Laminate Option
. Undecided Edge Option
P-Plastic Grommet
Manufacturer: All Steel
SIGN ALL COPIES Firm 7' LL Mk ev
•
By
Title '1(i7 AbAAAL
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 10
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Backgrounds Stations(cont'd)
5 Primary 24D x 72W Flat EG LAM w/Grommets Bid/each: $ 155 07 $ 115.35
Options: $(L1CORE)-L1 Core Lam Opts
Undecided Laminate Option
Undecided Edge Option
P-Plastic Grommet
Manufacturer: All Steel
/ Corner 24D x 36W w/Radial Leading EG Flat w/Groms Bid/each: $ 155.D° $ I
Options: $(L1CORE)-L1 Core Lam Opts
Undecided Laminate Option
Undecided Edge Option
P-Plastic Grommet
Manufacturer: All Steel
12 Basic Support PED BBF 28H 22-7/8D Arch Pull Bid/each: $ � .411° $ 1-1 at'L-
Options: $(P1)-P1 Paint Options
Undecided Paint Option
Undecided Pull Option
OMT-OMT Core to Ord Key Alike
Manufacturer: All Steel
6 Basic Support PED FF 28H 22-7/8D Arch Pull Bid/each: $ 181 O $ 11061'°it°
Options: $(PI)-PI Paint Options
Undecided Paint Option
Undecided Pull Option
OMT-OMT Core to Ord Key Alike
Manufacturer: All Steel
SIGN ALL COPIES Firm
By
Title Ns/P /6.1>VMgt�
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 11
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Backgrounds Stations(cont'd)
9 Pass-Thru Cable w/o Power Block 30W Bid/each: $ 30.4 $ ?- -
Options: P-CLR: Black
Manufacturer: All Steel
2 Pass-Thru Cable w/o Power Block 36W Bid/each: $ 3Z 2A- $ /60
Options: P-CLR: Black
Manufacturer: All Steel
25 Pass-Thru Harness w/Power Block 36W Bid/each: $ 42+13 $ 11053,25
25
Options: P-CLR: Black
Manufacturer: All Steel
28 Duplex Recept Circuit 1: 3+1 or 2+2 System Bid/each: $ •tt'5 $ 391QO
Options: Undecided Paint Option
Manufacturer: All Steel
3 Base Power In-Feed Cable 3+1 and 2+2 Systems Bid/each: $ i!O•441 $ 22A 44
Options: P-CLR: Black
Manufacturer: All Steel
6 15H x 36W Flipper Door Overhead—No Pull Bid/each: $ IRA 3[0 $ t' O.
iti
Options: YZ-SYS: STRIDE-DNA-Optimize
$(P1)-P1 Paint Opts •
Undecided Paint Option
OMT-OMT Core to Ord Key Alike
Manufacturer: All Steel
SIGN ALL COPIES Firm
By
Title VP 5 n•-\.
CONTINUATION SHEET
•
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 12
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Backgrounds Stations(cont'd)
6 Optimize 72W Flipper Door Overhead--No Pull Bid/each: $ 553 ito $ 2,i tb'Ko
Options: YZ-SYS: Stride-DNA-Optimize
$(PI)-P1 Paint Opts
Undecided Paint Option
OMT-OMT 2 Cores to Ord Key Alike
Manufacturer: All Steel
1 Optimize TCKBLE PNL 65H x 30W w/out Top Cap Bid/each: $ E31 76' $ 711)
Options: $(A)-GRD A FAB
Undecided Fabric Option
$(PI)-PI Paint Opts
Undecided Paint Option
Manufacturer: All Steel
47 Optimize TCKBLE PNL 65H x 36W w/out Top Cap Bid/each: $ 4.7 $"'Iq1'7'2b
Options: $(A)-GRD A FAB
Undecided Fabric Option
$(PI)-PI Paint Opts
Undecided Paint Option
Manufacturer: All Steel
9 Optimize TCKBLE PNL 65H x 42W w/out Top Cap Bid/each: $ t e4513 $ 104-a3
Options: $(A)-GRD A FAB
Undecided Fabric Option
$(P1)-PI Paint Opts
Undecided Paint Option
Manufacturer: All Steel
SIGN ALL COPIES Firm 44 14.. --
By
Title \F3' 44>Ak1 -
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA- Furniture for OPD Headquarters
NOT AN ORDER Page 13
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Backgrounds Stations(contd) •
1 Panel Top Cap 30'W Bid/each: $ 7 31 $ 1.71 _
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
11 Panel Top Cap 36"W Bid/each: $ V• $
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
1 Panel Top Cap 42"W Bid/each: $ $ .3/
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
18 Panel Top Cap 72'W Bid/each: $ 14' $ 251 12
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
2t �0
10 Optimize Panel End Covers 65H Bid/each: $ 21. $ 2v).
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
SIGN ALL COPIES Firm MA,WIA.
By �.
Title V d
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 14
QUANTITY DESCRIPTION -UNIT PRICE ( EXTENSION
Backgrounds Stations(cont'd)
ma
8 Optimize"L"Connector 65H Bid/each: $ .YD,ti� $ 21.1 1•10
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
4 Optimize'T"Connector 65H Bid/each: $ $ 221 'et'
Options: $(PI)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
30 Optimize Inline Connector Kit Bid/each: $ 19.42 $ 5b2
Manufacturer: All Steel
10 Cantilever Bracket 24D LH Terrace Bid/each: $ 111.13 $ 1(01
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
•
8 Cantilever Bracket 24D RH Terrace Bid/each: $ 167: 3 $ 133,
24.
Options: $(P1)-P1 Paint Opts
Undecided Paint Option
Manufacturer: All Steel
•
•
SIGN ALL COPIES Firm 44-ti NA /►
l�
Tittle VP �- a1
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 15
QUANTITY DESCRIPTION UNIT PRICE -EXTENSION
Backgrounds Stations(cont'd)
6 W/S Storage Bracket(1 PR UR) Bid/each: $ 161't2 $ Li'4-1Z'
Manufacturer: All Steel
11 TER DNA Support Leg 24D x 29-1/2H Bid/each: $ 51 ' $ V-05."
Options: $(P1)-P1 Paint Opts
•
Undecided Paint Option
Manufacturer: All Steel
1 Lock Core Kit Matte Silver--6 Cores 2 Keys Bid/each: $ 1613 !�I $ 1613pi
Options: $(KEYNUM)-Key Number
• X-Random Key
6-Quantity: 6
Manufacturer: All Steel
•
Backgrounds Office
10700 Series Single Pedestal Credenza Left F/F (10 '��
1 72W 24D Bid/each: $ ' $ 514i
Options: $(L1STD)-GRD L1 Standard Laminates . .
NN-Lam: Mahogany
Manufacturer: HONCO
1.0700 Series Stack-On Storage for 72W Credenza or 32
1 Desk" Bid/each: $ 4"2�' $ 4-22)32
Options: $(L1STD)-GRD L1 Standard Laminates
NN-Lam: Mahogany
Manufacturer: HONCO
SIGN ALL COPIES Firm 41/
By
Title \ , A4L kitL
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
• NOT AN ORDER Page 16
QUANTITY DESC1RiPTION UNIT PRICE EXTENSION
Backgrounds Office(cont'd)
10700 Series Back Enclosure 18-1/2H for Model
9 H10734 Bid/each: $ 01 12 $ EY)'
Options: $(L1 STD)-GRD L1 Standard Laminates
NN-Lam: Mahogany
Manufacturer: HONCO
2 10700 Series Lateral File 36W x 20D x 59H Bid/each: $ v12�2 $ 10 54-
Options: $(L1STD)-GRD L1 Standard Laminates
NN-Lam: Mahogany
Manufacturer: HONCO
/ 10700 Series Bridge 24D x 48W Bid/each: $ 11 4`.M $
Options: $(LISTD)-GRD L1 Standard Laminates
NN-Lam: Mahogany
Manufacturer: HONCO
10700 Series SNGL Pedestal Right B/B/F 72W 36D
1 29-1/2H Bid/each: $ 055.22- $ .ZZ
Options: $(LISTD)-GRD L1 Standard Laminates
NN-Lam: Mahogany
Manufacturer: HONCO
1 Tack board for Model 10734 with 10738 Enclosure Bid/each: $ 11 1431 $ Ill.31
Options: $(A)-GR A FAB
TG-Fabric: Tango 93-Color: Azul
Manufacturer: HONCO
•
SIGN ALL COPIES Firm 4441, 10.r-S
By
I.
r :�
Title \[16' S AblAk WA)
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 17
QUANTITY DESCRIPTION UNIT PRICE - EXTENSION
Backgrounds Office(cont'd) nn�n,, n�
9 Tasklight 60W Bid/each: $ •w• $ �.S4
Manufacturer: HONCO
Pillowsoft 2090 Exec High-Back Swivel Tilt Arms Bid/each: $ !eA: $
Options: H-Caster: Hard (Standard)
$(L)-Grade: Leather Upholstery
SR-UPH: Leather
Color: Black 11
T-Frame: Black •
Manufacturer: HONCO
6 Contain Satin Removable Lock Core Kit Bid/each: $ 13?1 $ 02?10
Options: X-Keyed at Random •
Manufacturer: HONCO
Backgrounds Conference
6 Pillowsoft 2090 MGR Mid-Back Swivel Tilt Arms Bid/each: $ 214.25 $ i ti.50
Options: H-Caster: Hard (Standard)
• $(L)-Grade: Leather Upholstery
SR-UPH: Leather
Color: Black 11
T-Frame: Black
Manufacturer: HONCO
SIGN ALL COPIES Firm Y 0. `7
By
Title \ e'�i� S 41>RAIT4
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 18
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Backgrounds Conference(coned)
Preside 72W x 36W Rectangular Shaped Laminate
9 Top Bid/each: $ 22q.' $ 2 - ,41
Options: G-2MM/Flat
N-Edge: Mahogany
N-No Grommets
$(L1STD)-GRD L1 Standard Laminates
•
N-LAM: Mahogany
Manufacturer: HONCO
1 Preside Aluminum T Leg for 72"Table Tops Bid/each: $ 2�29 $ 2315,24
Options: $(CORE)-Paint: Select Core Paint
P-Color: Black
Manufacturer: HONCO
•
Delivery, Install, and Labor Charges: $ 33_p0
ALL OR NONE TOTAL BID (Please put this amount on Page 1): $3143ao 61
Delivery Location:
Omaha Police Headquarters
505 S 15th Street
Omaha, NE 68102
Days following award that delivery will be made:4'5-15
SION ALL COPIES Firm AU.., Yvt/S•Me7
BY sett
Title '/P ' 1 BIltAi t
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 19
BID CLAUSES -TERMS AND CONDITIONS
REQUIREMENTS FOR BID BOND: The surety company Issuing the bid bond should be licensed by the State of Nebraska
and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official
bank check,or 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; however,the 5%bid bond must be calculated using the highest bid amount of all submitted bids.
Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the
contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the
City of Omaha(Omaha)is restricted to only written communication with the person designated as the point of contact for this
bid. Once a contractor is preliminarily selected,that contractor is restricted from communicating with Omaha employees with
the exception of employees designated to negotiate,discuss or finalize a contract. Violation of this condition may be
considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition.
Conflict of Interest: Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules,CONTRACTOR assures
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.
Drug Free Policy:CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free
workplace policy.
Unavailability of Funding: Due to possible future reductions including but not limited 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.
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.
This Is an All or None bid. Vendors must bid on every item listed in the bid sheets,or it will be cause for rejection of bid.
•
SIGN ALL COPIES. Firm k VQ /
By • i..
•
Title \ip c kx/Ig
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 20
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 performance 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.
•
SIGN ALL COPIES Firm >
By
Title I1•�,
CONTINUATION SHEET
•
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Furniture for OPD Headquarters
NOT AN ORDER Page 21
BID CLAUSES-TERMS AND CONDITIONS
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 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 following applies:
1. The Contractor must complete the United States Citizenship Attestation Form,available on the
Department of Administrative Services website at www.das.state.ne.us
2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor
agrees to provide the US Citizenship and Immigration Services documentation required to verify the
Contractor's lawful presence in the United States using the Systematic Alien Verification for
Entitlements(SAVE)Program.
3. The Contractor understands and agrees that lawful presence in the United States is required and the
Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as
required by Neb. Rev. Stat. §4-108.
SIGN ALL COPIES Firm -V, •
By �--
Title VP
CONTINUATION SHEET
Responsible Contractor,Compliance Form
RC-1
v`
A�CC s�►,t,'
n
1. Regulation: *404aTE' reaAto" ~
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
( ✓ authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
( ✓ Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Law(Neb.Rev.Stat.Section 73-104 et seq.).
11 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
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.
✓ 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. .
Zd«
Signs 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.
AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT&FAIR LABOR
STANDARDS
I, ta:? 7 44- -V21tit& , being 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. I am (a contractor)L or (the authorized agent of the contractor) for
, l h( 6co, JtW�P 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 NAUG T.
C ntractor)
SUBSCRIBED AND SWORN TO before me this/41"- day of 4'9 ,20?b.
Notary blic
Site General Notary
•
•
. DOUGLIAS COUNTY
PURCHASING DEPARTMENT
1819 FARNAM STREET
902 CIVIC CENTER
OMAHA,NE 88183-0902
PHONE(402)444-4954 FAX(402)444-4992 •
May 11, 2018 •
NOTICE TO BIDDERS:
REQUEST FOR BID ON
• City of Omaha—Furniture for OPD Headquarters
Bid Opening Date: Wednesday, May 16, 2018, at 11:00 a.m. CST
ADDENDUM NO. 1:
1. Please see the attached page of Questions and Answers.
•
END OF ADDENDUM
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND
RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. •
i . katA .
Holly Hurt,Se r Buyer, Cityof Omaha aha/Douglas County Purchasing Department
AttAd • [ff iCe SilLU I.bT C6.
Name of km
Sign%
VP' l ustws►-n.a.1
, Title
- ADDENDUM#1
Furniture for OPD Headquarters
Questions and Answers
1. Who initiated the specifications for this bid?
Answer: Omaha Police Department
2. Do you except any alternates? All Steel is a product line made by the HON
Company. Would you except HON Alternatives if it matched current Ali Steel
• Specifications?
Answer: As per the specifications, NO SUBSTITUTIONS
3. Is a pre-bid attendance required for us to bid?
Answer: Attendance is not required, but encouraged.
4. All Steel is a dealer specific is there opportunity for other dealers outside of All Steel?
Answer: As per the specifications, NO SUBSTITUTIONS
5. Is there a CAD Drawing available for this project?
Answer: No,there is no CAD Drawing.
6. I want to confirm that the bid has to be on All Steel only.
Answer: As per the specifications, NO SUBSTITUTIONS
Page l of 3.
r' t I
- r— q. . 1 t L.n'
RESOLUTION —ORDINANCE BACKGROUND
Q Ai a. 'I
k' 4
t i.
To: Department Directors
C,,T' C L,.,1(
From: Deputy Chief Kerry Neumann ,� f, ; Iv: 1\A A,
Police Services Bureau
Date: May 30, 2018
1. Chief Schmaderer ^/ 4. Human Rights & Relations e
2. Law Department L�" 5. Mayor's Office 0.
3. Finance Department
Please sign the attached resolution and forward to the next Department for signature using this
check sheet as a guide.
Please call Daneen at x6158 after signature and when forwarding. Thank you.
Subject:
Resolution authorizing payment to All Makes Office Equipment in the amount of$39,276.31.
Initiated by: Captain Ed Reyes
Reason: furniture for Backgrounds Unit and Supply Unit
Contact Person: Captain Ed Reyes, x5633
Funding: OPD Operating budget
Reviewed by Law: Deputy City Attorney, Michelle Peters
NO. (AR
Item Submitted By: Daneen Robb
Department: Police
Council Meeting Date: June 26, 2018
Res. that, as recommended by the Mayor, the bid of All Makes Office Equipment in the amount
of $39,276.31, which represents the bid for the furniture for the Omaha Police Department
Backgrounds Unit and Supply Unit, being the lowest bid received within bid specifications, is
hereby accepted and the same hereby approved. (The Finance Department of the City of
Omaha is authorized to pay the cost of the furniture from Fiscal Year 2018, General Fund
11111, Organization 113141 Fleet and Facilities, Account 44111 Furniture and Fixtures.)
r
Presented to City Council
June 26, 2018
APPROVED 7-0
6lIzabeth Butler
City Clerk