RES 2018-0348 - Bid from Aqua-Chem Inc to supply pool chemicals of oM"H" NF f i Parks, Recreation &
A �T :1 '+ Public Property Department
t" r0 �' Omaha/Douglas Civic Center
z 4��y «� � 9� 06
1819 Farnam Street,Suite 701
®, rr � � 2018 MAR 21
o y. Omaha,Nebraska 68183-0701
Awry (402)444-5900
R4rED FEBR�P4 CITY CI--EPIC
tr`? FAX(402)444-4921
City of Omaha l �' AA N E..'a F rC.
Jean Stothert,Mayor
April 10, 2018
Honorable President
and Members of the City Council,
Transmitted herewith is a BID TABULATION and a RESOLUTION authorizing the Purchasing
Agent to issue a Purchase Order to AQUA-CHEM, INC. to supply Pool Chemicals (Dry and
Liquid), within bid specifications, to be used at City of Omaha Swimming Pools, Omaha, NE, in
the amount of $90,182.50, for a one year agreement, with the option to renew for three (3)
additional one year agreements, for the Parks, Recreation and Public Property Department.
The following bids were received on March 7, 2018:
CONTRACTOR B I D
AQUA-CHEM, INC. $90,182.50 (BEST BID)
ACCO UNLIMITED CORPORATION $112,792.50
AQUA-CHEM, INC. 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.
The Finance Department is authorized to pay the Funds in the amount of$90,182.50 to AQUA
CHEM, INC.; from the General Fund No. 1111.1, Organization 'No. 115031, Parks Facilities
Services.
The Parks, Recreation, and Public Property Department recommends the acceptance of the bid
from AQUA-CHEM, INC., in the total amount of $.90,182.50, being the best bid received, within
bid specifications, attached hereto and made a part hereof, and requests your consideration and
approval of this Resolution.
. Page -2-
Honorable President
and Members of the City Council
Respectfully mitted, Approved:
(b— ?o 1(a4 oWk/�� r � � it
Br ok Bench, erector 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:
Step n B. Curtiss ate Mayor's Office Date
Finance Director 7
p:2422mtc
••
C-25A
CITY OF OMAHA
LEGISLATIVE CHAMBER
Oinaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on March 7, 2018 to supply Pool Chemicals (Dry and
Liquid), within bid specifications, to be used at City of Omaha Swimming Pools, Omaha, NE, in
the amount of $90,182.50, for a one year agreement, with the option to renew for three (3)
additional one year agreements, for the. Parks, Recreation and Public Property Department;
and,
WHEREAS, Aqua-Chem, Inc. submitted the best bid, within bid specifications, attached
hereto and made a part hereof, in the amount of$90,182.50; and,
WHEREAS, Aqua-Chemi, Inc., 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 $90,182.50 from
Aqua-Chem, Inc. to supply Pool Chemicals (Dry and Liquid), within bid specifications, to be
used at City of Omaha Swimming Pools, Omaha, NE, in the amount of $90,182.50, for a one
year agreement, with the option to renew for three (3) additional one year agreement, being the
best bid received within bid specifications, attached hereto and made a part of hereof, is hereby
accepted. The Purchasing Agent is authorized to issue a purchase order in conformance
herewith; and that the Finance Department is authorized to pay the Funds in the amount of
$90,182.50 from the General Fund No. 11111, Organization No. 115031, Park Facilities
Services.
p:2422mtc
APPROVED AS TO FORM:
eZiii Al
DEP TY CITY ATTORNEY D TE
igglif' S 'Ll","
By
APR 1 0 2018 -icoU►� lmember
Adopted U
\ �C`ity Cl erk
Approved.. - W -t
Mayor
NO.
Resolution by
4.
r‘I.
4.
Presented to City Council
Slizabeth Butler
• City Clerk
BID BOND: $1,500.00 Revised 3/14/2018
Douglas County Purchasing
TABULATION OF BIDS ON:CITY OF OMAHA
Pool Chemicals(Dry and Liquid) ACCO
Unlimited Aqua-Chem, Univar
Date of Opening Page 1 Corporation Inc.
March 7,2018
Department lAs Read in Bid Committee
PARKS,RECREATION,AND PUBLIC PROPERTY
Estimated DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
Quantity PRICE B PRICE B PRICE PRICE PRICE PRICE
DRY CHEMICALS
Diatomaceous Earth(Celite) $34.50 $26.00
60 bags 25 lb. 50 lb. BID/bag: 50 lb. 50 lb.
Granular Ghlorine(HTH),100
30 drums lb.drum BID/drum: $180.00 $150.00 •
200 quarts Water Clarifier BID/quart: $15.00 $10.00
20 bags Trisodium Phosphate,50 lb.bag BID/bag: $148.00 $54.00
Calcium Chloride,50 lb.bag
50 bags (minimum 94%product) BID/bag: $16.00 $18.90
5 bags Soda Ash Lite,50 lb.bag BID/bag: $32.50 $18.90
NO BID
1,800 bags Sodium Bicarbonate,50 lb.bag BID/bag: $20.00 $16.00
Cyanuric Acid(Powdered Stabilizer)
Quote based on price per pound for
commercial application. $1.45/Ib. $1.18/Ib.
2,500lbs. 50 lb. 100 lb. BID/lb.: 100 lb.bag 55.1 lb.bag
ADDENDUM#1 ACKNOWLEDGED — —
Bid Bond Received: YES YES
Terms: Net 30
ACCO
Delivery: Delivery Schedule 5-7 days
BID BOND: $1,500.00
Douglas County Purchasing
TABULATION OF BIDS ON:CITY OF OMAHA
Pool Chemicals(Dry and Liquid) ACCO
Unlimited Aqua-Chem, Univar
Date of Opening Page 2 Corporation Inc.
March 7,2018
Department IAs Read in Bid Committee
PARKS,RECREATION,AND PUBLIC PROPERTY
Estimated DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
Quantity PRICE PRICE PRICE PRICE PRICE PRICE
10 bags Sodium Thiosulfate,50 lb.bag BID/bag: $32.50 $45.00
50.00 $27.00
20 bags Peralite,50 lb.bag BID/bag: 50 lb.bag 25 lb.bag
LIQUID CHEMICALS
34,000 Sodium Hypochloride(Liquid
gallons Chlorine) BID/gallon: $1.35 $1.15
Hydrochloric(Muriatic Acid),140
lb.drum(minimum 31.4%
330 drums product) BID/drum: $35.00* $23.10*
TOTAL BID: $112,792.50 $90,182.50 NO BID
• *Carboy "$20.00
deposit refundable
refundable deposit on •
upon return. each drum.
•
NC
DOUGLAS COUNTY
REQUEST FOR BID AND.BID SHEET
ON: CITY OF OMAHA Pool Chemicals (Dry and Liquid)
RETURN BIDS TO: Published: February 21,2018 Page 1
CITY CLERK
1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF
LC-1 Omaha-Douglas Civic Center I$1,500.00 —j
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 07,2018
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 88183 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 Pool Chemicals(Dry and Liquid) 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 wit 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 list.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.douolascountypurchasina.orq. DO NOT CALL FOR THIS INFORMATION.
Quote yourlowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Swimming Pool Chemicals(Dry and Liquid)for the City of
Omaha per the attached specifications.
•
ALL OR NONE BID: $ 90,182.50
$1,500.00 Bid Bond
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.
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% Firm: Aqua-Chem, Inc. ncor.oratil n: ebraska
Delivery(or completion) Name: Scott Holtmeyer Signatu - - f' i pilM.
5-7 calendar days following Title: President Phone: 402-292-0242 Fax: 402-291-5770
award Address: 104 Cunningham Rnad RelleviIP NP eRf]i74
Street/P.O.Box City State Zip
Email Address: aau -chem(it)cnr.net
•
DOUGLAS COUNTY
REQUEST FOR BID & BID SHEET
ON: CITY OF OMAHA-Pool Chemicals (Dry and Liquid)
NOT AN ORDER Page 2
Estimated
Quantity DESCRIPTION UNIT PRICE EXTENSION
DRY.CHEMICALS.
Diatomaceous Earth (Celite)
60 bags 25 lb. or 50 lb. BID/bag: $ 26.00 $ 1,560.00
30 drums Granular Chlorine (HTH), 100 lb. drum BID/drum: $ t sn nn $ 4,cnn no
200
quarts Water Clarifier BID/quart: $ 10.00 $ 2,000.00
20 bags Trisodium Phosphate, 50 lb. bag BID/bag: $ 54.00 $ 1.080.00
Calcium Chloride, 50 lb. bag (minimum 94%
50 bags product) • BID/bag: $ 18.90 $ 945.00.
5 bags Soda Ash Lite, 50 lb. bag • BID/bag: $ 18.90 $ 94.50
1,800
bags Sodium Bicarbonate, 50 lb. bag •BID/bag: $ 16.00 $ 28,800.00
Cyanuric Acid (Powdered Stabilizer)
Quote based on price per pound for commercial
application.
2,500 lbs. 50 lb. or 100 lb. BID/lb.: $ 1.18/LB $ 2,950.00
10 bags Sodium Thiosulfate, 50 lb. bag BID/bag: $ 45.00 $ 450.00
20 bags Peralite, 50 lb. bag BID/bag: $ 1.08/LB $ 1,080.00 **
LIQUID CHEMICALS •
34,000 Sodium Hypochloride(Liquid Chlorine)
gallons Bulk deliver to each pool via tanker truck BID/gallon: $ 1.15 $ 39,100.00
330 Hydrochloric(Muriatic Acid), 140 lb. drum (minimum
drums 31.4% product) Delivered to each pool BID/drum: $ 23.10 $ 7,623.00 ***
TOTAL BID (Please put this amount on Page 1): $ 90,182.50 .
* Sold in 55.1/lb bags Firm Aquem,
291
** Sold in 25/lb bags By
Ms
president
*** $20.00 Refundable Deposit on each drum.
CONTINUATION SHEET
• DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Pool Chemicals(Dry and Liquid)
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.
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 pot 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.
ALL OR NONE BID:
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 Ahemg.
By "
Title President
CONTINUATION SHEET
•
•
•
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Pool Chemicals (Dry and Liquid)
NOT AN ORDER Page 4
BID CLAUSES •TERMS AND CONDITIONS
INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details
their current levels of coverage.
FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000.00, it
is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of
insurance:(1)adequate workers'compensation (statutory); (2)commercial general liability in an amount not less than
$250,000 for any person for any number of claims arising out of a single occurrence and not less than$500,000 for all
claims arising out of a single occurrence;and(3)property damage insurance in an amount not less than $500,000;
and naming CITY OF OMAHA as an additional insured,.except for Workers'Compensation policies/certificates,for
the term of the agreement. Certificates of Insurance are required before service begins.
FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed$200,000.00, it is
required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of
insurance: (1)adequate workers'compensation(statutory); (2)commercial general liability in an amount not less than
$1,000,000 for any person for any number of claims arising out of a single occurrence and not less than$5,000,000
for all claims arising out of a single occurrence; and (3)property damage insurance in an amount not less than
$500,000;and naming CITY OF OMAHA as an additional insured, except for Workers' Compensation
policies/certificates,for the term of the agreement.Certificates of Insurance are required before service begins.
INDEPENDENT VENDOR: Both parties understand and agree that(vendor)is an independent vendor under the
provisions of this Agreement and not employed by or otherwise affiliated with Douglas County(COUNTY)or the City
of Omaha(CITY). Employees of vendor(if any)are not employees of COUNTY/CITY.:.:
Each Party shall pay all wages,salaries and other amounts due its employees and shall be responsible for all reports,
obligations, and payments pertaining to social security taxation,income tax withholding,workers'compensation,
unemployment compensation, group insurance coverage, collective bargaining agreements or any other such similar
matters.
Both parties understand and agree that vendor is solely responsible for acquiring and maintaining,for the term of this
Agreement, adequate general and special liability insurance, including but not limited to workers'compensation
insurance,sufficient to protect vendor's ability to complete 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.
1
A a—Chem
SIGN ALL COPIES FiBy `(
Title President
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Pool Chemicals (Dry and Liquid)
NOT AN ORDER • Page 5
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 Aqua—Chem,
By .9
Title President
CONTINUATION SHEET
•
Responsible Contractor Compliance Form
RC-1
4 4)mA,Nf9
1. Regulation: *TEr,FeaO,4's
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
Ain authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
�e Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
r•4� Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
AtiContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
• Law(Neb.Rev.Stat.Section 73-104 et seq.).
my 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
_ s 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.
f,� " 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.
•
/ r 7,74 r
Gait
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.
AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT &FAIR LABOR
STANDARDS
I, Scott Holtmeyer , 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 1
Aqua-Chem, Inc. 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 NAUG5x.s,
Affiant(Contractor)
SUBSCRIBED AND SWORN TO before • - is day of Mayon, 20 1 .
,--
GENERAL.
of Nebraska
My C nnExp.Sepiembet 21,2019 1
Notary Public
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 1-9 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 Famam 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.
5
NO. E)
Item Submitted By: Michaela Clemens
Department: Parks
Council Meeting Date: April 10, 2018
Res. that as recommended by the Mayor, the bid in the total amount of $90,182.50 from Aqua-
Chem, Inc. to supply Pool Chemicals (Dry and Liquid), within bid specifications, to be used at
City of Omaha Swimming Pools, Omaha, NE, in the amount of $90,182.50, for a one year
agreement, with the option to renew for three (3) additional one year agreement, being the best
bid received within bid specifications, attached hereto and made a part of hereof, is hereby
accepted. (The Purchasing Agent is authorized to issue a purchase order in conformance
herewith; and that the Finance Department is authorized to pay the Funds in the amount of
$90,182.50 from the General Fund No. 11111, Organization No. 115031, Park Facilities
Services.)
44.
•
Presented to City Council
April 10, 2018
APPROVED 7-0
8ltzabetll Rider
City Clerk