RES 2018-0093 - Bid from Turfwerks - Davis Equip Corp for mowers oM Ali" NF � Parks Recreation &
tiM 1� �� i"1 i V E D Public Property Department
Etra
,0 `a` Omaha/Douglas Civic Center
z r.
h NIB + 19 181 a Fa namOmaha/Douglas
Strlas ,Suite to
01
o Omaha,Nebraska 68183-0701
P.6644 �ry (402)4'44-5900
R47'eb EEBi°*$ Y FAX(402)444-4921
CIT
• City of Omaha ; ' -'
Jean Stothert,Mayor �`" pt` '"��
January 30, 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 Turfwerks— Davis Equip Corp. for the purchase of three (3)
Jacobsen HR600, 11' Self-Propelled Mowers, in the amount of $53,250.00 each, for a total
amount of$159,750.00, for the Parks, Recreation, and Public Property Department.
The lowest bidder, Agrivision Equipment Group LCC, did not meet specifications as the
published transport width exceeds specifications.
The following bids were received on March 29, 2017:
Contractor BID
TURFWERKS — DAVIS EQUIP.CORP. $53,250.00 (BEST BID)
AGRIVISiON EQUIPMENT GROUP, LLC $48,052.09 (BID REJECTED)
Turfwerks — Davis EqUip Corp. 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 $159,750.00 to
Turfwerks - Davis Equip Corp. from the. General Fund No. 11111, Organization No. 115025,
Ground Maintenance Contracts, for the 2018 fiscal year.
The Parks, Recreation and Public Property Department recommends the acceptance of the bid
from`Turfwerks — Davis Equip Corp., in the total amount of $159,750.00; being the best bid
received, within the 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 submitted, Approved:
L51 % ��
Broo Bench, Director Date FranklinT...0•CSL- 1 — ompson ritAl Date
Parks, Recreation and Public Property Human Rights and Relations Director
Approved as to Funding: Referred to City Council for Consideration:
14/--- el;.: 1//7/je f1
Steph n B. Curtis D to Mayor's Office/Title Date/
Finance Director>&
\A.
p:2402mtc
C-25A
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on March 29, 2017 to purchase three (3) Jacobsen
HR600, 11' Self-Propelled Mowers, for the Parks, Recreation and Public Property; and,
WHEREAS, Turfwerks — Davis Equip Corp. submitted the best bid, within bid
specifications, attached hereto and made a part hereof, in the amount of$53,250.00 each for a
total amount of$159,750.00; and,
WHEREAS, the low bid from Agrivision Equipment Group, LLC was rejected due to not
meeting specifications as the published transport width exceeds specifications; and,
WHEREAS, Turfwerks — Davis Equip Corp., 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 $159,750.00 from
Turfwerks — Davis Equip Corp. to purchase three (3) Jacobsen HR600, 11' Self-Propelled
Mowers, 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; and that the Finance Department is authorized to pay the Funds in the
total amount of $159,750.00 from the General Fund No. 11111, Organizations No. 115025
Ground Maintenance Contracts, for the 2018 fiscal year.
APPROVED AS TO FORM:
,CiLC / // /0
EPUT CITY ATTOR Y DAT
p:2402mtc
,e tt,4 .� ,�" •`err
iBy
fe,"
JAk , ►a ilmember
►1 e
Adoptedn T `,"
City CI rk
Approve ..
Mayor
NO.
Resolution by
F, r
•
S
Presented to City Council
Sltzabetlt Rutter
City Clerk
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA Outdoor
Self-Propelled Mowers Power Group,
Agrivision J&J Small Midwest Turf Inc. dba Ty's Stutheit Ted's Mower
Equipment
Date of Opening Page 1 Group, LLC Engine & Irrigation Outdoor Implement S&S, Inc.
March 29,2017 Power(Pruitt,
Department As Read in Bid Committee Inc.)
Parks
Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
PRICE C PRICE PRICE B PRICE C PRICE C PRICE C
• Up to
6 each 72" Self-Propelled ZTR Mower BID/each: $16,234.61 $12,347.00 $10,779.70 $16,000.00 $11,924.00
Make: John Deere Scag Hustler John Deere Scag
STT7T2V- 934968 72" STTII-72V-
Model: Z997R 26DFI Hyper Drive Z997R 26DFI •
Up to
4 each 11' Self-Propelled Mower BID/each: $48,052.09 $57,744.00 No Bid No Bid No Bid
No Bid
Make: John Deere Toro
•
1600 Turbo Groundsmaster
Model: Series II 4000D . .
TOTAL BID: $289,616.02 $305,058.00 $64,678.20 $96,000.00 $71,544.00
Bid Bond Received: YES YES YES YES YES
Terms: Net 30 Net 30 0%/0 100% Net 30
Delivery: 60 days 60 days 14 days 30 days
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Self-Propelled Mowers
Turfwerks-
Date of Opening Page 1 Davis Equip
Corp.
March 29,2017
Department As Read in Bid Committee
Parks
Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
PRICE B PRICE PRICE PRICE PRICE PRICE
Up to
6 each 72" Self-Propelled ZTR Mower BID/each: No Bid
Make:
Model:
Up to
4 each 11' Self-Propelled Mower BID/each: $53,250.00
Make: Jacobsen
Model: HR600
TOTAL BID: $213,000.00
Bid Bond Received: YES
Terms: 100%/30 days
Delivery: 30-45 days
•
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Self-Propelled Mowers
RETURN BIDS TO: Published: March 15,2017 Page 1
CITY CLERK
1819 Famam 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,Nebraska 68183-0011 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 29,2017
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 68183-0311 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 Self-Propelled Mowers 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 Er casts wherever this is possible through
FAILURE TO DO S0 IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change.
3.Right is reserved to acceptor reject any oral bids in their entirety and the bidders shag 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 mating fist.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.douolaskxutntvourchasing,orq. DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the items)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Up to 72"Self-Propelled ZTR Mower per the
6 each attached specifications. BID/each: $ NO BID $ NO BID
Make: NO BED
Model:
Up to 11'Self-Propelled Mower per the attached
4 each specifications. BID/each: $ 53,250.00 $ 4 Units=5213,000.00
Make: Jacobsen
Model: HR600
TOTAL BID: $ 213,000.00
(5%Bid Bond is to be based
Questions regarding this bid should be directed to: moon this amount,if over
Holly Hurt via email at Holly.Hurt@douglascounty-ne.gov s20,000.00)
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$5,000 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 100 % 30 days Firm: Turfwerks OLIO Cott 1 corporate n: 1964
Delivery(or completion) Name: Josh Shull Signature:
30-45 calendar days following Title: Sales (Phone: 515-577-5642 F 15-2 -0117
award Address: 13708 B St Omaha NE 68144
Street/P.O.Box City State Zip
Email Address: jshull@turfwerkS.cam •
• DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Self-Propelled Mowers
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 lids.
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 consulfants/vendorslcontractors 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.
PURCHASE OF ADDITIONAL UNITS: Bidders must provide a date for the below statement.
The purchase of additional units by the City of Omaha or Douglas County under this contract award shall be held firm through
the following date: 04 / 01 / 2018
•
SIGN ALL COPIES Firm • Turfwerks
By Josh Shull
Se4\154.4
Title Sales
CONTINUATION SHEET
DOUGLAS COUNTY
•
REQUEST FOR BID
ON: CITY OF OMAHA-Self-Propelled Mowers
NOT AN ORDER Page 3
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 Turfwerks
By Josh Shull
Title Sales
CONTINUATION SHEET
1 ,
Responsible Contractor Compliance Form
RC-1
t°DWI A,4,4,,
;,
1. Regulation: o4TFn PesRt'I.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
171 authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
As Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
L X 4 Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
�� Law(Neb.Rev.Stat.Section 73-104 et seq.).
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.
S7 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.
3/23/17
Signature Date
By signing,I ehalf 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.
SPECIFICATIONS FOR 11'SELF-PROPELLED MOWER
UP TO FOUR(4)UNITS TO BE PURCHASED
ADDITIONAL EQUIPMENT
1. Transport Width Not to Exceed 75 Inches
2. R.O.P.S.
3. Unit to be Four(4)Wheel Drive
4. Two(2)Year Full Parts and Labor Warranty
5. Warranty Repairs Over Three(3)Days—Dealer to Supply Similar Unit to Use Free of Charge
6. Unit to be Newest and Latest Model
7. Unit to be Tier 4 Final
8. Successful Vendor to Supply per Machine
A. Two(2)Printed Operator's Manuals
8. Two(2)Printed Parts Manuals
C. One(1)Printed Tech Manual Covering Unit,Motor,and All Components
9. One(1)Spare Wheel and Tire Assembly for Each Size of Tire on Machine
Bid must include all set-up and delivery fees.
Pricing to remain firm for one(1)year.
Items to be awarded separately.
The City reserves the right to purchase additional units at the quoted price.
Units to be delivered to the Parks Maintenance Building located at:
1523 S 24th Street,Omaha,NE 68108
NO. q3
Item Submitted By: Michaela Clemens
Department: Parks
Council Meeting Date: January 30, 2018
Res. that, as recommended by the Mayor, the bid in the total amount of $159,750.00 from
Turfwerks — Davis Equip Corp. to purchase three (3) Jacobsen HR600, 11' Self-Propelled
Mowers, 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; and that the Finance Department is authorized to pay the Funds in the
total amount of $159,750.00 from the General Fund No. 11111, Organizations No. 115025
Ground Maintenance Contracts, for the 2018 fiscal year.
V414
•
Presented to City Council
January 30, 2018
APPROVED 7-0
elizabeth /gittler
City Clerk