Loading...
RES 2018-0401 - Bid from D&K Products for golf fertilizer oM"tt",NF Parks, Recreation & ���i`►,}, � a: E 1 V 1 Public Property Department �' i3 nr �' Omaha/Douglas Civic Center oyht r �► =h 1819 Farnam Street,Suite 701 o ,? `t Z018 APR I f A' j I: Omaha,Nebraska 68183-0701 ���ry (402)444-5900 �4reo FEBIL FAX(402)444-4921 City of Omaha CITY C1 `7K Jean Stothert,Mayor lry M i H ,`y r 'n " kirt t April 24,2018 Honorable President and Members of the City Council, Transmitted herewith is a RESOLUTION authorizing the Purchasing Agent to issue a Purchase Order to D&K PRODUCTS to furnish all labor, materials, and equipment necessary for the Fertilizer (Golf) bid, in the total amount of $29,727.00, for the Parks, Recreation, and Public Property Department. The following bids were received on March 21, 2018: CONTRACTOR BID D&K PRODUCTS $29,727.00 (Best Bid) D&K PRODUCTS has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. Finance Department is authorized to pay the Funds in the total amount of $29,727.00 to D&K PRODUCTS, The Finance Department is authorized to pay the cost for the Fertilizer (Golf) from the Golf Operations Fund No. 21114, and Organization Nos. 115511 - Johnny Goodman ($5,532.00), 115512 - Benson ($5,763.00), 115513 - Elmwood ($5,174.00), 115519 - Knolls ($6,610.00), 115515 —Warren Swigart ($1,511.50), 115517 Spring Lake ($2,251.50), 115518 - Westwood ($1,511.50), 115516- Hogan ($1,373.50). The Parks, Recreation, and Public Property Department recommends the acceptance of the bid from D&K PRODUCTS, in the total amount of$29,727.00, being the best bid received, within bid specifications, attached hereto and made a part hereof, and requests your consideration and approval of this Resolution. espe ully su • ted, Appro ed: - sit .44,A, 4: JA,DIM LF --ip - _ roo ench, Di ector Date Franklin Thompson Date Parks, Recreation, and Human Rights and Relations Director Public Property Department Approved as to Funding: Referred to City Council for Consideration: a14— .4734-"k J L/°' ,-/p / . w,_ _J "Vu.00: i/i o/a_0 1 Stephen B. Curtiss Date Mayor's Office Date 1 SFinance Director P NVi p:2429mtc C-25A CITY OF . OMAHA. LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bid was received on March 21, 2018, to furnish all Tabor, materials, and equipment necessary for the Fertilizer (Golf) bid, in the total amount of $29,727.00, for the Parks, Recreation, and Public Property Department; and, WHEREAS, D&K Products submitted the best bid, within bid specifications, attached hereto and made a part hereof, in the total amount of$29,727.00; 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 $29,727.00 from D&K Products to furnish labor, materials, and equipment necessary for the Fertilizer (Golf) bid, being the best bid received within bid specifications, attached hereto and made a part hereof, is hereby accepted. The Purchasing Agent is authorized to issue a purchase order in conformance herewith. The Finance Department is authorized to pay the cost for the Fertilizer (Golf) from the Golf Operations Fund No. 21114, and Organization Nos. 115511 — Johnny Goodman ($5,532.00), 115512 — Benson ($5,763.00), 115513 — Elmwood ($5,174.00), 115519 - Knolls ($6,610.00), 115515 —Warren Swigart ($1,511.50), 115517 Spring Lake ($2,251.50), 115518 — Westwood ($1,511.50), 115516— Hogan ($1,373.50). APPROVED AS TO FORM: /:////te E UTY CITY ATTORNEY DATE p:2429mtc 4., I -S47-- By APR 2 4 2018 '.�Coun • member • Adopted -- City Clerk Approved.... . . -aid—, L Mayor NO. • Resolution by • L • : • Presented to City Council • S elizabeth Butler City Clerk • • GOLF BUDGET 2018 • WARREN FERTILIZER INVENTORY GOODMAN BENSON ELM WOOD KNOLLL SPRING TAKE {VEST WOOD IIOGAN DlKProAucts EST.COST UNIT 115511 G-Total 115512 OTolal 115513 E-Total 115519 K-Total SWIGART WS•Total 115517 SI.T°ml 115518 WW-Total 115516 SN-Total TOTAL UNITS TOTAL 115515 17.04 w/.164 dimension RXN 50 S 16.85 bag 120 $ 2,022.00 120 S 2,022.00 50 lb hag Gary's Green 13-2-3 +1c+micros S 42.50 gal. 50 S 2,125.00 60 $ 2,550.00 110 S 4,675.00 Grigg Bros No Substitutions - 18-3-6 Max-N-1 w/Stabilized Nitrogen 18%UREA 25 S 1,555.00 Nitrogen.10 $ 62.20 gal. 25 S 1,555.00 Chelated Iron 2.5ga1x2 case NO Substitutions Power Phyte w/ute Uptake Enhancher $ 14.80 gal. 140 S 2,072.00 140 S 2,072.00 50 S 740.00 130 S 1,924.00 25 S 370.00 75 S 1,110.00 25 S 370.00 25 S 370.00 610 $ 9,028.00 0-0-31 No Substitutions _ 18-9-18 Contec DG SGN75 NO SUBS W/Iron+ S 53.40 bag 25 S 1,335.00 40 $ 2,136.00 30 S 1,602.00 40 S 2,136.00 10 S 534.00 10 S 534.00 10 S 534.00 15 S 801.00 180 S 9,612.00 Maganese 401b Bags Gary's Green 18-3-4 ♦Iron Grigg Bros. S 40.50 gal. 20 S 810.00 15 S 607.50 15 S 607.50 15 S 607.50 5 S 202.50 70 S 2,835.00 NoSubstltutlons Totals: 215 S 5,532.00 205 $ 5,763.00 220 $ 5,174.00 230 S 6,610.00 50 S 1,512.50 100 S 2,25150 50 S 1,51150 45 S 1,373.50 1115 $ 29,727.00 GRAND TOTAL 3115 $ 29,727.00 BID BOND: 5% • Douglas County Purchasing . TABULATION OF BIDS ON: CITY OF OMAHA Fertilizer(Golf, Parks, Turf, and Issacson Baseball) Helena • D&K Loveland Chemical SiteOne Van Diest Zimco Supply Date of Opening Page 1 Products Grass Pad Company Supply Supply Co. March 21, 2018 Department IAs Read in Bid Committee Parks, Recreation, and Public Property Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE C PRICE C PRICE B PRICE B PRICE C PRICE B GOLF 33-0-05 2% FE RXN 100 50 lb. 1040 bags bag BID/bag $13.48 $14.80 $21.10 $16.01 $13.34 No Bid 150 bags 30-0-05 RXN 5.0 50 lb. bag BID/bag $12.52 $13.98 $10.98 $25.88 $11.44 No Bid 80 bags 6-2-0 (Milorganite) BID/bag $8.40 $8.95 $7.97 No Bid $8.28 $8.34 $104.70 38 cases 6-0-0 (Feature Iron) BID/case $111.64 No Bid No Bid No Bid 30 lb. cs No Bid 17-0-4 w/.164 dimension RXN 120 bags 50 50 lb. bag BID/bag $16.85 . No Bid No Bid No Bid $16.23 No Bid Gary's Green 13-2-3 +FE + micros Grigg Bros. 110 gallons No Substitutions BID/gallon $42.50 No Bid No Bid No Bid No Bid $44.50 183-6 Max-N-1 w/Stabilized Nitrogen. 25 cases No Substitutions BID/gallon $62.50 "\ No Bid No Bid No Bid No Bid No Bid Bid Bond Received: Terms: Net 30 Net 30 Net 30 Net 30 Net 30 Net 30 Delivery: 7 days 7 days 15 days 3-5 days 10 days • BID BOND: 5% Douglas County Purchasing • TABULATION OF BIDS ON: CITY OF OMAHA Fertilizer(Golf, Parks, Turf, and Issacson Baseball) Helena D&K Loveland SiteOne Van Diest Products Grass Pad Chemical Supply Supply Co. Zimco Supply Date of Opening Page 2 Company pp y pp y March 21, 2018 Department IAs Read in Bid Committee Parks, Recreation, and Public Property Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE PRICE PRICE PRICE PRICE PRICE GOLF (cont'd) Power Phyte w/ute Uptake • Ehancher 0-0-31 610 gallons No Substitutions BID/gallon $14.80 No Bid No Bid No Bid $15.59 No Bid 18-9-18 Contec DG SGN75 with iron + maganese 40 lb. bags ' 180 bags . No Substitutions BID/bag $53.40 No Bid No Bid No Bid $53.40 $53.40 17-0-0 .375 Barricade Urea nitrogen 50 lb. bags 260 bags No Substitutions BID/bag $13.81 No Bid No Bid No Bid $10.99 No Bid Andersons 10-3-10 +dithiopyr 50 lb. bags 8 bags No Substitutions BID/bag $58.50 No Bid No Bid No Bid No Bid $49.70 Gary's Green 18-3-4 + iron Grigg Bros. 70 gallons No Substitutions BID/gallon $40.50 No Bid No Bid No Bid No Bid $40.50 BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Fertilizer(Golf, Parks, Turf, and Issacson Baseball) Helena D&K Loveland Chemical SiteOne Van Diest Zimco Supply Date of Opening Page 3 Products Grass Pad Company Supply Supply Co. March 21, 2018 Department IAs Read in Bid Committee Parks, Recreation, and Public Property Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE PRICE PRICE PRICE PRICE PRICE Park Maintenance Fall Fertilizer 2-1-2 (w/50% slow $12.89 160 bags release nitrogen) 50 lb. bag BID/bag $13.60 $16.00 No Bid No Bid 18-9-18 50% No Bid $10.99, 17-0-0 (w/.38% Barricade pre- 17-0-0 .37 400 bags emergent) 50 lb. bag - BID/bag $13.81 $16.80 $11.60 $19.98 Prodiamine No Bid 80 bags 33-0-5 RXN 100 50 lb. bag BID/bag $13.48 $14.80 $12.10 $16.01 $12.89 No Bid. Park Maintenance 26-02-08 (w/70% slow release 760 bags nitrogen 50 lb. bag BID/bag $14.90 $17.60 $13.33 $16.42 . $12.29 No Bid 0-0-7 (.067 Acelepryn) 50 lb. 360 bags bag BID/bag $25.15 $25.98 $19.95 $27.57 $20.78 No Bid Issacson Baseball 20-0-08 (.067 Acelepryn, 100 15 bags Uflexx) 50 lb. bag BID/bag $28.44 No Bid No Bid No Bid No Bid No Bid 0-0-50 Sulfate of Potash 50 lb. 16 bags bag BID/bag $23.15 $23.20 $18.53 $26.07 $19.04 No Bid Earthworks Replenish 8-2-2 50 lb. bag 65 bags No Substitutions . BID/gallon $21.00 No Bid No Bid No Bid No Bid No Bid Earthworks Replenish 5-4-5 50 lb. bag 30 bags No Substitutions BID/gallon $27.50 No Bid No.Bid No Bid No Bid No Bid • • BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Fertilizer (Golf, Parks, Turf, and Issacson Baseball) Helena D&K Loveland Chemical SiteOne Van Diest Zimco Supply Date of Opening Page 4 Products Grass Pad Company Supply Supply Co. March 21, 2018 Department IAs Read in Bid-Committee Parks, Recreation, and Public Property Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE PRICE PRICE PRICE PRICE PRICE �Issacson Baseball' Earthworks Myco Replenish 3-3-3 50 lb. bag 40 bags No Substitutions BID/gallon $30.50 No Bid No Bid No Bid No Bid No Bid Earthworks Renovate Plus 50 lb. bag 10 bags No Substitutions BID/gallon $41.50 No Bid No Bid No Bid No Bid No Bid • Total of Items Bid: $88,375.52 $51,488.80 $36,565.88 $52,626.72 $68,772.94 $18,406.80 HH DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Fertilizer(Golf,Parks,Turf,and Issacson Baseball) RETURN BIDS TO: Published: March 7,2018 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 21,2018 IMPORTANT 1. Bid must be In the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Exase Tax applies,show amount of same and deduct. OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 Exemption certificates will be famished. Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Fertilizer(Golf,Parks,Turf,and lssacson Baseball) 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 creak 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 Coundl. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS acceptor reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.doualascountvourchasinq.orq. 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 One(1)year price agreement to furnish and delivery fertilizer per the attached specifications. TOTAL OF ITEMS BID: $ s (5%Bid Bond is to be based Items to be awarded separately. upon this amount if over $20,000.00) Questions regarding this bid should be sent via email to bidquestionsLdidouglascounty-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_,(% A,,k. 30 Firm: 1)tj pro J d a,4s Incorporated In: 3—de Delivery(or completion) Name: Dou� fr!r Signature: 7 calendar days following Title:� •/ Moo le,— I Phone: /00'19Pr-9,�//3� 5 Z Fax: -'f 5 -Z(o Z'Z y Z3 award Address: /4v 7 Z ,/U�' 5' Ave , D ) o i o e), 2A 3031.4 Stree .O.Box City State Zip • Email Address: ov3e • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Fertilizer(Golf, Parks,Turf, and lssacson Baseball) NOT AN ORDER Page 2 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-Restrictlons: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. • SIGN ALL COPIES Firm D r k RuC By l Title ( ana�j� CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID • ON: CITY OF OMAHA-Fertilizer(Golf, Parks,Turf, and Issacson Baseball) NOT AN ORDER Page 3 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 1 �- Title 1,,,juna�PsJ CONTINUATION SHEET. • • DOUGLAS COUNTY ► REQUEST FOR BID 1 ON: CITY OF OMAHA-Fertilizer(Golf, Parks,Turf, and lssacson Baseball) 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 ContffeVi 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 By Titre C.rei►/46J Moue ytl CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 V •� 1. Regulation: '0'•er.)FEaR°' 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): onContractor 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. • MtContractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). IContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). Orl 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. n1 1. Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project f comply with the provisions of the Responsible Contractor Compliance Form RC-1. 316 Signature Date By signing,I verify on behalf of the Contractor that the information above is true and correct Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. EMPLOYEE CLASSIFICATION ACT: Each contractor who performs construction or delivery service pursuant to this contract shall submit with their bid submission an affidavit attesting that (1) each individual performing services for such contractor is properly classified under the Nebraska Employee Classification Act, 2010 LB 563 ("the Act"); (2) such contractor has completed a Federal I-9 Immigration form and has such form on file for each employee performing services; (3) such contractor has complied with Neb. Rev. Stat. Section 4-114 (Federal Immigration Verification System--E- Verify); (4) such contractor has no reasonable basis to believe that any individual performing services for such contractor is an undocumented worker; and (5) as of the time of the contract, such contractor is not barred from contracting with the state or any political subdivision pursuant to the Act. The contractor shall follow the provisions of the Act. A violation of the Act by a contractor-is-grounds for rescission of the contract by City of Omaha/Douglas County. CONTRACTOR shall follow the provisions of the Employee Classification Act (Act). A violation of the Act will be a material breach and, in addition to any other remedies, be grounds for immediate contract rescission. If CONTRACTOR is performing construction or providing delivery service, CONTRACTOR shall submit an affidavit that complies with the Act. CONTRACTOR will also ensure that all subcontractors performing services for Contractor will also complete affidavits that comply with the Act. Contractor may submit the affidavit(s) with their bid submission. In all circumstances, Contractor shall provide the affidavits before work or services are undertaken pursuant to this Agreement. Following award, if CONTRACTOR changes or adds additional subcontractors, CONTRACTOR shall ensure that the subcontractor provides an Employee Classification Act affidavit to Douglas County Purchasing Department before that subcontractor begins work or services. All Employee Classification Act affidavits shall be sent to: Douglas County Purchasing Agent, 1819 Farnam Street,Room 902, Omaha NE 68183. • FAIR LABOR STANDARDS: CONTRACTOR agrees to maintain FAIR LABOR STANDARDS as defined in Neb.Rev Stat § 73-104. CONTRACTOR has filed with Douglas County (City/County Purchasing) a statement that it is complying with and will continue to comply with, fair labor standards as provided in Neb. Rev. Stat. §§73-102 & 73-104. In addition, CONTRACTOR assures County that it will continue to comply with statutory fair labor standards throughout its performance under this contract. AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT&FAIR LABOR STANDARDS I, , 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) or (the authorized agent of the contractor) for ) i i�v Rricick 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. .-......„7C----...) Affiant(Contractor} ) -4-1)e- SUBSCRIBED AND SWORN TO before me this / day of 41/0"` ,20 I KATHRYN A.KRANTZ ..�L�../iiilrl i J�i� SI Commission Number 731782 ► O . Public My Commission Expires. December 2,2019 • FERTILIZER 2018 -GOLF UM=+i'f??s,.. as tf,ageg':$yr',`afA fiils!ONIMI*�.�,K }'`.;, ;M idol 1040 bag 33-0-05 2%FE RXN 100 50 lb bag 3 S!6 /y Oi 70 150 bag 30-0-05 RXN 50 50 lb bag f z y /,6 r)3--- 6-2-0(Mtlorgantte) (max 50 lb.bag) 1 T'2,000 lbs.Total nitrogen(N)6%(.75% ��� d(7 80 bag water soluble nitrogen and 5.25%water insoluble nitrogen �J (slowly available nitrogen derived from biosolids)),available Phnanhat,9% f alninm 1 9% Trnn 4% Chlnrine maximum 1% 6-0-0(Feature Iron) • 15 x 3(State 30Ib or 451b case)lb/case.6%ammoniacal ,J/1 j 6� r) i/ 7 LI Z 3Z nitrogen,15%sulphur(combined),1%mangnesium,10%total ( /p 7 38 case water soluble nitrogen.5%chelated,2.5%water soluble manganese.Derived from ammonium sulfate,magnesium sulfate, iron sulfate,iron EDDHA,iron EDTA,iron citric acid and manganese sulphate. 301b x or 451b 120 bag 17-0-4 w/.164 dimension RXN 50 50 lb bag /(p 0.1:- 7 DZZ. a`= 110 al, Gary's Green 13-2-3+FE+micros Grigg Bros. y fl�j� y Li/ /(p Jy� g . NO SUBSTITUTIONS /1 7 I 18-3-6 Max-N-1-w/Stabilized Nitrogen.18%IUREA }� 25 - case Nitrogen.10 Chelated Iron 2.5 galx2 case 6 Z Z' 11 5„5 6"-e- NO SUBSTITUTIONS ° 610 gal. Power Phyte w/ute Uptake Ehaacher 0-0-31 0 Z6—NO SUBSTITUTIONS /y 18-9-18 Contec DG SGN75 with iron+maganese 40lb bags 1{O Cj GU 180 bag NO SUBSTITUTIONS 53~ I �( 260 bag 17-0-0 .375 Barricade Urea nitrogen 50 lb bags /2 81 � C 90 ea NO SUBSTITUTIONS J -� Anderson 103-10+dithiopyr(.164%) (Mutchsgn 100) 8 bag 50 lb.bag 55 V NO SUBSTITUTIONS C/ Gary's Green 18-3-4+iron Grigg Bros. Lj O:.: Q z C60 70 gal' NO UBSTITUTIONS # I #]# 2/635 Deliver to Fontenelle Maintenance Yard 4559 Ames Ave,68104 ***A 48 hour notice of delivery is ''` I • ' mandatory before any shipments will be accepted.Please contact City of Omaha Golf Manager,48 hours before any deliveries are anticipated. NO. 4-Th1 Item Submitted By: Michaela Clemens Department: Parks Council Meeting Date: April 24, 2018 Res. that as recommended by the Mayor, the bid in the total amount of $29,727.00 from D&K Products to furnish labor, materials, and equipment necessary for the Fertilizer (Golf), being the best bid received within bid specifications, is hereby accepted. (The Purchasing Agent is authorized to issue a purchase order in conformance herewith. The Finance Department is authorized to pay the cost for the Fertilizer (Golf) from the Golf Operations Fund No. 21114, and Organization Nos. 115511 — Johnny Goodman ($5,532.00), 115512 — Benson ($5,763.00), 115513 — Elmwood ($5,174.00), 115519 — Knolls ($6,610.00), 115515 — Warren Swigart ($1,511.50), 115517 Spring Lake ($2,251.50), 115518 — Westwood ($1,511.50), 115516 — Hogan ($1,373.50).) Presented to City Council April 24, 2018 APPROVED 7-0 8lizabetl1 &tler City Clerk