RES 2018-0522 - PO to American Concrete Products for sewer manhole construction items oMAHa, yF RECEIVED
€ } r }
i dp' 1 E C L : V D
� �, s� Public Works Department
r .
."`J�' r.l I maha Dou las Civic Center
2711,r` `r 2Qi8 HAY 25 PM 2� 2S g
t2 �j �I �y 19 Farnam Street,Suite 601
p asm ►<' JUN N 5 ZQ�a Omaha,Nebraska 68183-0601
�oR ��ro (402)444-5220
apEA FEaR°P i it�( Fax(402)444-5248
City of Omaha 1O M II,H A. 3p E.11 Ft SK.Ar Robert G. Stubbe,P.E.
Jean Stothert,Mayor Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Resolution authorizing the Purchasing Agent to issue a Purchase Order
to American Concrete Products for the purchase of precast concrete construction items for sewer
manholes to be utilized by the Sewer Maintenance Division.
Sewer Maintenance has recommended the award to American Concrete Products based on a bid
submitted to Douglas County Purchasing for City of Omaha Manhole Precast Concrete (Re-bid)
on March 28, 2018, in the amount of$55,330.00.
The Finance Department is authorized to pay the cost of this purchase from the Sewer Revenue
Fund 21121, Maintenance Organization 116511, year 2018 funding.
American Concrete Products has:filed the required Contract Compliance Report, Form CC-1, as.
determined by the Human Rights and Relations Department.
The Public Works Department requests your consideration and approval of the attached
Resolution.
Respectfully submitted, Approved:
:14464114(,-
Ro ert G. Stubbe, P.E. Date Franklin T. Thomps`n Date
Public Works Director Human Rights and Relations Director
Approved as to Funding: Referred to City Council for
Consideration:
/ 4. A 67,4, 316: ‘ 1---JC 4(. c `titY712. 2 Sp 0 K
Step n B. Curt �iss nil Date Mayor's Office Date
Finance Director
2130Cgrp
C-25A
CITY OF OMAHA
LEGISLATIVE CHAMBER •
Omaha, Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, the Public Works Department desires to purchase sewer manhole
construction items to be utilized by the Sewer Maintenance Division; and,
WHEREAS, American Concrete Products submitted a bid of $55,330.00 for these
construction items to Douglas County Purchasing for the bid named City of Omaha Manhole
Precast Concrete (Re-Bid) on March 28, 2018; and,
WHEREAS, the cost of this purchase is to be paid from the Sewer Revenue Fund 21121,
Maintenance Organization 116511, year 2018 funding.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
OMAHA:
THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a
Purchase Order to American Concrete Products for the purchase of sewer manhole construction
- items to be utilized by the Sewer Maintenance Division in the amount of$55,330.00; and that the - -
Finance Department is authorized to pay the cost of this purchase from the Sewer Revenue Fund
21121, Maintenance Organization 116511, year 2018 funding.
2130grp APPROVED AS TO FORM:
A:ITY ATTORNEY DATE
•
By3e '\
Councillnember
Adopted �1�.1....
ty Clerk
Approved kr.. -vti
Mayor
•
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA .
MANHOLE PRECAST CONCRETE (Re-Bid) American
Date of Opening Page 1 Concrete
March 28, 2018 Products
Department IAs Read in Bid Committee
PUBLIC WORKS-SEWER MAINTENANCE .
Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
PRICE B PRICE PRICE PRICE PRICE PRICE .
MANHOLE PRECAST CONCRETE(Re-Bid)
(Estimates)
20 each MH Barrel Section 54" ID x 48" BID/each: $740.00
5 each. MH Barrel Section 54" ID x 48"with knockouts
as needed BID/each: $740.00
10 each MH Barrel Section 54" ID x 32" BID/each: $490.00
10 each MH Barrel Section 54" ID x 16" BID/each: $250.00
2 each MH Flat-top 54" ID x 8" BID/each: $500.00
MH Cone Transition 54" ID x 36"
10 each (concentric) BID/each: $555.00
MH Cone Transition 54" ID x 36"
2 each (off set) BID/each: $740.00
20 each MH Riser Section 26" ID x 32" BID/each: $200.00
20 each MH Riser Section 26" ID x 16" BID/each: $120.00
100 each MH Riser Section 26" ID x 8" BID/each: $75.00
125 each MH Riser Section 26" ID x 4" BID/each: $60.00
ALL OR NONE TOTAL BID: $55,330.00
• BID BOND RECEIVED: YES
Terms 100% / Net 30
•
RS
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Manhole Precast Concrete(Re-Bid)
RETURN BIDS TO: Published: March 14,2018 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 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.CST or Wednesday,March 28,2018
• IMPORTANT
1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. •
OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 Exemption certificates MI 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 Manhole Precast Concrete(Re-Bid) 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make
Bid bond or certified check shall be made payable to'City of Omaha" suggestions 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 shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate
have the right to appeal any decision to the City Council Right is also reserved to your desire to be removed from our mailing tst 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.douglascountypurchasinq.orq. DO NOT CALL FOR THIS INFORMATION.
price, deliverydelivery point on the item . - ... -
Quote your lowest best and terms,F.O.B.F.O,B. (sf fisted beiovv:
QUANTITY DESCRIPTION • . •• • UNIT PRICE EXTENSION
Manhole Precast Concrete products per the attached
specifications.
ALL OR NONE TOTAL BID: $ CC 3 36
(5%Bid Bond is to be based
•
upon this amount,if over
$20,000.00)
Questions regarding this bid should be sent via email to
bidquestions@dougrascounty-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.
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-I). 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 Termsl00 % & Dp %.f;Firm: f ar,2 a,„ dr �jty�u d,'fS Incorporated In:
Delivery(or completion) Name: smorr- 6 Signature.'
5- calendar days following Title: t .�A b/L Phone:�u1 33t 5-7-7 Fax:
award Address: 4�- 8oX 3t8 .lw• 4f Nle CDS0(p'-4
Street/P.O.Box City State Zip
Email Address: bgo-U+wgcv'e._ aiMtev"C0• COW
•
DOUGLAS COUNTY
REQUEST FOR BID
•
ON: CITY OF OMAHA- Manhole Precast Concrete (Re-Bid)
NOT AN ORDER Page 2
QUANTITY ' DESCRIPTION UNIT PRICE EXTENSION
The term of this price agreement will be one(1)year with the option to
extend one(1)more year at the same price at the sole discretion of the City
of Omaha.
Do not install internal ladder steps inside the manhole risers or
barrels. it Au_ Smci NAB zTBPS tll4
Estimated
20 each MH Barrel Section 54" ID x 48" Bid/each: $ 7440 $ /V9cO
5 each MH Barrel Section 54" ID x 48"with knockouts as needed Bid/each: $ 7 4° $ ,77ap
10 each MH Barrel Section 54" ID x 32" Bid/each: $ 7 9 0 $ 7 S'd°
10 each MH Barrel Section 54"ID x 16 - Bid/each: $ Z 5-4/ . P yroo
2 each MH Flat-top 54" ID x 8" Bid/each: $ .SoC2 $ / "4"
- 10 each MH Cone Transition 54" ID x 36"(concentrric.) ) • Bid/each: $ CSC $-5T"0
48 ��'`�
2 each MH Cone Transition 54" ID x '(off set) eNTf21G Bid/each: $ 740 $ / yr6d
20 each MH Riser Section 26" ID x 32" • ' Bid/each: $ Zoo $ 460
20 each MH Riser Section 26"ID x 16" Bid/each: $ (ZO $ Z f/e0
100 each MH Riser Section 26" ID x 8" • Bid/each: $ �S $ 7.5.7
125 each MR Riser Section 26" ID x 4" Bid/each: $ (o D $ 7.61v
ALL OR NONE TOTAL BID(please put this amount on Page 1): $ fs 33 d
Include any shipping, handling, and surcharges in your bid.St+I PD,46 0OT
.=N tµop ex)
SIGN ALL COPIES Firm E'c#144( G"-e'TF /o or...t rj
BY wrr C A- -.c r A/6 eV(
Title foi-c &'S 014 6 2
CONTINUATION SHEET
DOUGLAS COUNTY ,
REQUEST FOR BID
ON: CITY OF OMAHA-Manhole Precast Concrete(Re-Bid)
NOT AN ORDER Page 3
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.
Y 4
his 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 ". -?-e.-4-'a"' Gr„,c.
By r'3,1_ 1T ..— w
Title S.-..-c ic. AN-0. --
CONTINUATION SHEET
•
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA- Manhole Precast Concrete (Re-Bid)
NOT AN ORDER Page 4
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.
•
•
•
•
Fir �.,,Ge y.i� c-voo c td' 1".`0g4.e f
SIGN ALL COPIES nli
BY 4r r a✓�/�
Title 3G.
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
pbttiHA,,y
ta
1. Regulation: o\4''}?, rtaxv"Cy
- A. Article IV,Division I of Chapter I0 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-I form will make your bid null and void.
2. Filing this Report(please initial in the boxes below):
--Contractoragrees 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.).
J.
/ Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
`t't— Law(Neb.Rev. Stat. Section 73-104 et seq.).ill Contractorhas not been convicted of any tax violations(local,State and.Federal)within the last
- three years from the date this bid is submitted.
J.. Contractor has not,upon final determination by the Occupational Safety and Health
rus 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.
rf: Contractor agrees to make a good faith effort •. Insure all subcontractors employed on this project
i ..comply w' 1 e prow ions of the Respons . •ontractor Compliance Form RC-1.
. / Ntbidi
:tgn. LM:' Date
:y 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 l 0 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
I, ----_.J 6,S air„.,,,_,__ , 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.
2.2. I am (a contractor) or (the authorized agent of the contractor) for
Q[�tCJ4P/ ( ,vUitri . otSL'CT3 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 th t.
FURTHER AFFIANT SAYETH NAUGH
ractor)
SUBSCRIBED AND SWORN TO before me this 21 day of l( , 20
GENERAL NOTARY State of Nebraska No ary P lic
KILEY E ENGDAHL
My Comm.Exp.Jan.17,2021
RESOLUTION NO. 5cZ
Item Submitted By: Gary Pech
Department: Public Works
Council Meeting Date: June 5, 2018
Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a
Purchase Order to American Concrete Products in the amount of $55,330.00 for the purchase
of sewer manhole construction items to be utilized by the Sewer Maintenance Division. (The
Finance Department is authorized to pay the cost of this purchase from the Sewer Revenue
Fund 21121, Maintenance Organization 116511, year 2018 funding.)
5
Presented to City Council
June 5, 2018
APPROVED-7 O 0-0
8llzabeth /'i{tier
City Clerk