Loading...
RES 2016-0355 - Bid of Fireguard Inc for hoses 0HIAHA,n,EB Fire Department e10fi 1516 Jackson Street rl ro� r 0 i �r 9 Omaha,Nebraska 68 102-3 1 1 0 F _- Lv i 'tr�.�g ' (402)444-5700 '°o a� FAX(402)444-6378 Bernard J. Kanger,Jr. City of Omaha Fire Chief Jean Stothert,Mayor P r} Honorable President And Members of the City Council, Attached is a Resolution requested by the Omaha Fire Department to accept a bid for services by Fireguard Inc. to provide fire hoses. The following bids were received, opened and tabulated on February 10, 2016: HOSE: 50' lengths, 13/4" Key Combat Ready, Orange VENDOR BID PER UNIT TOTAL BID Fireguard Inc. $238.62 $2,386.20 FYR-TEK Inc. $260.86 $2,608.68 JGB Enterprises $255.00 $2,550.00 HOSE: 50' lengths, 13/4", Key Big 10,Yellow VENDOR BID PER UNIT TOTAL BID Fireguard Inc. $124.60 $3,115.00 FYR-TEK Inc. $114.39 $2,859.86 JGB Enterprises $129.00 $3,225.00 HOSE: 50' lengths,2 1/2", Key Big 10, Yellow VENDOR BID PER UNIT TOTAL BID Fireguard Inc. $167.08 $4,177.00 FYR-TEK Inc. $159.78 $3,994.73 JGB Enterprises $176.00 $4,400.00 HOSE: 100' lengths, 5", Key Hi-Pressure LDH, Green VENDOR BID PER UNIT TOTAL BID Fireguard Inc. $900.62 $9,006.20 FYR-TEK Inc. $1008.36 $10,083.68 JGB Enterprises $980.00 $9,800.00 HOSE: 50' lengths, 5", Key Hi-Pressure LDH, Green VENDOR BID PER UNIT TOTAL BID Fireguard Inc. $535.10 $26,755.00 FYR-TEK Inc. $585.89 $29,294.73 JGB Enterprises $570.00 $28,500.00 The Fire Department recommends Fireguard Inc. as being the lowest bid meeting specifications at a cost of $45,439.40. Fund for the fire hoses contract are to be paid from the budget of the Omaha Fire Department budget- Fund 11111, Organization 114581, Account 44134. The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Department will review the contract to ensure compliance with the Contract Compliance Ordinance. Your favorable consideration of this Resolution is requested. Respectfully submitted, Approved: 'Rec,.....,.. )-S-- • V.-e> Z..-22,4t-t- i Bernie J. Kanger,Jr. `—' Date S encer K. Danner,Jr. Date Fire Chief Human Rights& Relatio Director Approved as to Funding: Referred to City Council for consideration: I 6 ,/ r GV/V'' -� -- - --� - a l z Stephe urtiss g-J27-llO Date Mayor's Office 'Date Finance Director s:\fire-city council documents\2016\10001acr.docx F' W Z U a I- w Z U a 0 - O co U _ 0 _ o a s o 0 0 0 CO W o • Lci • o • o 0) c C� Z U Lo in N N O O 0 W O Lo N N N O)CO coO 00 00 } to ER ER I 0 29- LT_ m_ w as a ZU 00 W n a 0 m 00 co co co 00 co 00 LI ~ W 00 cd M O co Ni O M 00 971- (� (� cIT •n Z U O co 00 O O) O 0 O N CO to W w CD U V. } D 2 N � O LO O 00 > z N a �' � E • E' ER ER ` to - 0 m N N CD Op O Op N N 0 C) 0 0 coel H LLJ CO C • O • O • CO • •- L0 O W — u O Z U CO 00cf, O O lf) ; W c N . O)0 O lf) > O N LL a ERdN4 ea 0) 6R N O EA a U U U U U d E a)c0 CO CO CO c0 Cl ! 'Cr) > a) a) a) a) a) J •a a) a a a a Q o .70 00 m m m m Ce z " wo EE C C p Z . m ( 00 -oo 0 m COo o 2 a v .c m H d r N m L - 5 a E a) rn N 0 -o 3 V co a C4 d V m m d J ea �, = a Z ti) U ate) ate) c Q 00 N = Y Y Y >. a) _ _ CN a) �' p a. - Y " N U 3 CI ° a M a) M - - 0 Y Q O m = N 2 t li UU. 2 c0 vim N LL Lui 2 L L L J L2. E y RI Z p)O p) p) CO n 'C 53) 0 a) -0 N p a) p cn co a_a)) C� CC) TS o O a O O a) O O cv OCIS b '- O O 'a to Q j co o Oa' in } O > � a u) J Q 0 N I- 0 0. O trz c0 CDa7 COC.) CO a) o N t c=G E a) a) a) a) a) to to o o m 10 w m a W 0 Li. CI 0 • H.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Fire Hose(Re-Bid) RETURN BIDS TO: Published: January 20,2016 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 88183-0011 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,February 03,2016 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 68183-0011 Exemption certificates will be furnished. Do not indude tax in bid. by the opening date and time indicated In a sealed envelope marked: BID ON:CITY OF OMAHA Fire Hose(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 coats wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or ufization of standard items or quantity change. 3. Right Is reserved to acceptor 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 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 wwwdoualascountvourchasina.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 It is the intent of the City of Omaha to enter into a 12- month price agreement for Key brand only fire hose, per the attached two (2) pages of specifications. ALL OR NONE TOTAL BID(from Page 2): $ / /3 !: �' (5%Bid Bond is to be based upon this amount,if over $20,000.00) Questions regarding this bid should be directed to: Holly Hurt via email at Holly.Hurt@douglascounty-ne.gov The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date, unless otherwise stated in the bid documents. REQUIREMENTS FOR BJDSOND: 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. 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 10 0 %30 Rap Firm: fire�.l4r ( C , Incorporated In: /ffitc Delivery(or completion) Name: r , "'co(''-ti7!f Signature: `� ! 2-4' 9 calendar daysfo8awing Title: �� i M��fj�,S' Phone: i/�yz y`�"Z~/r0� Fax: yPZ- z /SS` award Address:y% r rt�f' d JH�L L 40/2 7 Street/P.O.) Box lifer State Zip Email Address: brzz�(.D..(e!life '-Cit "j f"`CyJa R y.aiu,54, Cl714•1 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Fire Hose(Re-Bid) NOT AN ORDER Page 2 QUANTITY DESCRIPTION OAIT PRICE EXTENSION Estimated a10 each 50' lengths, 1 3/4"Key Combat Ready, Orange BID/each: $2 $2i33� 25 each 50' lengths, 1 3/4", Key Big 10,Yellow BID/each: $ /29,�6 O $,3/i'.S 4d' 25 each 50'lengths,2 1/2", Key Big 10, Yellow BID/each: $ /67 -- $ 10 each 100'lengths, 5", Key Hi-Pressure LDH, Green BID/each: $ (01 �z $ viedle R� io Oil' 50 each 50'lengths, 5"Key Hi-Pressure LDH, Green BID/each: $ $24.7571'-"" ALL OR NONE TOTAL BID: $ .� 7 `�1 (5 Bond is to be based on this amount,if over S20,000) SIGN ALL COPIES Firm pp re Kk �z c P By !7� L l er Title Eme7es7 it j?o1,Pi91— 5 /eS CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Fire Hose (Re-Bid) NOT AN ORDER Page 3 DESCRIPTION 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 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 Douglas County. 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 Firmi r t2 Tot BY Rrzit P.C/4{Z LlJ� Title F1411 y�LFi7- lYI1¢6'17!` Sap/PS / CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 (r--,„....,4,M�d�y Iiiiiii0 1. Regulation: �Ud4 F °~ A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: I.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 71 authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. ,<1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of !/" Employee Iaw(Neb.Rev.Stat.Section 48-2901 et seq.). pqContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). 13 1 Contractor has not been convicted of any tax violations(local,State and Federal)within the last J� three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health pAdministration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. Contractor agrees to make good faith effort to ensure all subcontractors employed on this project comply with th rovisi of the Responsible Contractor Compliance Form RC-1. t� '24/store Da 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. December 2015 Omaha Fire Department Hose Specifications 1. SCOPE The fire hose to be supplied under this request shall be brand specific to "Key Fire Hose". No other bids on brands other than "KEY" shall be accepted. The Omaha Fire Department (OFD) is requesting bids on 1 3/4", 2 %" and 5" hose sizes. All materials, construction and testing shall meet or exceed the current edition of NFPA 1961. 2. Term It is the intent of the Omaha Fire Department to enter into a 12 month price agreement. 3. Sizes/Models to bid a. 1 3/" KEY COMBAT READY b. 1 3/" KEY BIG-10 c. 2 %' KEY BIG-10 d. 5" KEY HI-PRESSURE LDH 4. Lengths to bid a. 1 3/" - 50' lengths. b. 2 '/Z' - 50' Lengths. c. 5" - 50' and 100' Lengths. 5. Couplings a. Thread- i. All couplings on 1 %" and 2 '/2" shall be NST. ii. 5" couplings shall be 5" Storz sexless couplings. b. Construction- s. 1 3/4" Couplings shall be doubled ring with extruded aluminum 6061- T6. ii. 21/2" Couplings 6061-T6 extruded threaded aluminum. iii. 5" Couplings shall be Kochek SRC field repairable. Page 1 of 2 6. Markings and Identifications NFPA required markings only 7. Color of Hose a. 1 3/"- Combat Ready— Orange b. 1 3/<" — BIG 10 -Yellow c. 2 'A" — BIG 10 -Yellow d. 5" Green 8. Delivery All hose supplied under the terms of this proposal shall not have delivery charges to the Omaha Fire Department. Omaha Fire Department Technical Services Division 2909 North 144th Street Omaha, Nebraska 68116 9. Warranty a. 1 3/4' Combat Ready- 1 year wear/tear and 10 year written warranty against defects and workmanship. b. 1 3/" BIG 10 - 10 year written warranty against defects and workmanship. c. 2 %" BIG 10- 10 year written warranty against defects and workmanship. d. 5" - 10 year written warranty against defects and workmanship. There shall be no cost to the Omaha Fire Department for shipping hose for warranty issues. Page 2 of 2 H.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Fire Hose(Re-Bid) RETURN BIDS TO: Published: January 20,2016 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,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,February 03,2016 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 68183.0611 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 Fire Hose(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 utiization 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 wil 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.douolascountvourchasinc.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 It is the intent of the City of Omaha to enter into a 12- month price agreement for Key brand only fire hose, per the attached two(2) pages of specifications. ALL OR NONE TOTAL BID (from Page 2): $ 48,841.68 (5%Bid Bond is to be based upon this amount,if over $20,000.00) Questions regarding this bid should be directed to: Holly Hurt via email at Holly.Hurt@douglascounty-ne.gov The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date, unless otherwise stated in the bid documents. 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. 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 % Due on Firm: FYR-TEK Inc in rp ate raska Delivery(or completion) Kecelpt Name: Chad Sitorius 'Signature: 45 calendar days following Title: President Phone:800-473-8903 Fax:308- 7- 242 award Address: 715 4th Street Gothenburg NE 69138 Street/P.O.Box City State Zip Email Address: chads@fyr-tek.com DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Fire Hose (Re-Bid) NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated 10 each 50'lengths, 1 3/4"Key Combat Ready, Orange BID/each: $ 260.86 $ 2,608.68 25 each 50'lengths, 1 3/4", Key Big 10,Yellow BID/each: $ 114.39 $ 2, 859.86 25 each 50'lengths, 2 1/2", Key Big 10, Yellow BID/each: $ 159.78 $ 3,994.73 10 each 100'lengths, 5", Key Hi-Pressure LDH, Green BID/each: $ 1,008.36 $ 10,083.68 50 each 50'lengths, 5"Key Hi-Pressure LDH,Green BID/each: $ 585.89 $ 29,294.73 ALL OR NONE TOTAL BID: $ 48,841.68 (5%Bid Bond is to be based on this amount,if over $20,000) SIGN ALL COPIES Firm FYR- EK In . By ?/ Title resident CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Fire Hose (Re-Bid) NOT AN ORDER Page 3 DESCRIPTION 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 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 Douglas County. 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 FYR-TEK In . By Title Pc side t CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 dMAHA,N�, `sue't►f,ten. riarAelt -off .�,, _ , . ' 1. Regulation: Gg47'e A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: i,'chat all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully (% authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. ® Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee Iaw(Neb. Rev.Stat. Section 48-2901 et seq.). c3 Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb. Rev. Stat.Section 73-104 et seq.). c5 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 c5. 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. c,5 Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions f t e Responsible Contractor Compliance Form RC-1. ‘ ,/ -6 S ture ` 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 tine 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 I 0 years. December 2015 Omaha Fire Department Hose Specifications 1. SCOPE The fire hose to be supplied under this request shall be brand specific to "Key Fire Hose". No other bids on brands other than "KEY" shall be accepted. The Omaha Fire Department (OFD) is requesting bids on 1 3/", 21/2" and 5" hose sizes. All materials, construction and testing shall meet or exceed the current edition of NFPA 1961. 2. Term It is the intent of the Omaha Fire Department to enter into a 12 month price agreement. 3. Sizes/Models to bid a. 1 3/4" KEY COMBAT READY b. 1 3/4" KEY BIG-10 c. 2 '/2" KEY BIG-10 d. 5" KEY HI-PRESSURE LDH 4. Lengths to bid a. 1 3/4" - 50' lengths. b. 2 1/2" - 50' Lengths. c. 5" - 50' and 100' Lengths. 5. Couplings a. Thread- i. All couplings on 1 3/4" and 21/2" shall be NST. ii. 5" couplings shall be 5" Storz sexless couplings. b. Construction- i. 1 3/" Couplings shall be doubled ring with extruded aluminum 6061- T6. ii. 21/2" Couplings 6061-T6 extruded threaded aluminum. iii. 5" Couplings shall be Kochek SRC field repairable. Page 1 of 2 DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA, NE 68183-0902 PHONE (402) 444-4954 FAX (402) 444-4992 February 1, 2016 NOTICE TO BIDDERS: REQUEST FOR BID ON City of Omaha-Fire Hose(Re-Bid) ORIGINAL BID OPENING DATE: Wednesday, February 3, 2016, at 11:00 a.m. CST REVISED BID OPENING DATE: Wednesday, February 10, 2016, at 11:00 a.m. CST ADDENDUM NO. 1: 1. Please note that the bid opening date has been extended to Wednesday, February 10, 2016, at 11 am CST. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. cki /A1 Holly Hurt- enior Buyer-City of Omaha/Douglas County Purchasing Nar►ie o Fi ed Title 0( . ! ' . TNCE1947 FIRE EQUIPMENT 2320 N.W. Blvd. • Ashton, Iowa 51232 • 712-724-6212 1-800--831-8547 • Fax 712-724-6474 Feburary 3,2016 Ms. Holly Wulff-Hurt, Buyer Douglas County Purchasing 902 Civic Center 1819 Farnam Street Omaha, NE 68183 Dear Holly: Thank you for including Heiman Fire Equipment in your solicitation for the Re-Bid for Fire Hose for the City of Omaha. However; at this time,Heiman Fire Equipment does not have the ability to purchase Key Fire Hose. Consequently,we are submitting a "No Bid" response to this solicitation. Again,thank you for your consideration. Respectfully yours, Jon Radebaugh Heiman Fire Equipment • H.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Fire Hose(Re-Bid) RETURN BIDS TO: Published: January 20,2016 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,Nebraska 88183-0011 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,February 03,2016 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-Q011 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 Fire Hose(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 tight 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.doualascountvnurchasino.orq. DO NOT CALL FOR THIS INFORMATION, Quote your lowest price,best delivery and terms,t,o.B.delivery point on ffiie item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION It is the intent of the City of Omaha to enter into a 12- month price agreement for Key brand only fire hose, per the attached two(2) pages of specifications. ALL OR NONE TOTAL BID (from Page 2): $ /4 (5%Bid Bond is to be based upon this amount,if over $20,000.00) Questions regarding this bid should be directed to: Holly Hurt via email at Holly.HurtUdouglascounty-ne.gov The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date, unless otherwise stated in the bid documents. 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. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 95 Firm: �ij��lj ( `In•. •.rate In. writ pA74 Delivery(or completion) Name: "!up 134$, `i 'Signature: �; v,, Title. /� P /� Phone: r ?- 2!1 Fax:`I .�t"� '? calendar days following �14f�S i��is.��,(�j��� I �� 6�ZF I �il�� U r`�p,� award Address:VIrn pivrtt 3r amiflA k'& 734 Street/P.O.Box City State Zip Email Address: 680frA(`lulrba k 0 bp fii�a1 jr�Q (/yt (d 11.14, DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Fire Hose(Re-Bid) RETURN Bits To: Published: January 20,2018 Page 1 CITY CLERK 1510 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,Nebraska 601834011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Sid Opening Time&Date: 11:00 a.m.CST or Wednesday,February 03,2016 GA 1. Bi..mat be In the office of the CITY CLERK 1810 Fermin Street,LC-1, 4. if Federal Excise Tao applies,show amount of same and deduct. -- OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 66183,0011 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 Fire Hose(Re.SId) 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond orgertifled check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or califad check shell 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 acceptor reject any or all bids in their entirety and the bidders shad 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 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,douglasceurnyourchssigq.org. DO NOT CALL FOR THIS INFORMATION. 6uote your lowestrot,bastTialivel4)andiarnls,P 0-B.de ivery point onihs Items)Hated beIoW: . QUANTITY DESCRIPTION UNIT PRICE EXTENSION It is the intent of the City of Omaha to enter into a 12- month price agreement for Key brand only fire hose, per the attached two (2) pages of specifications. ALL OR NONE TOTAL BID(from Page 2): $ V2!y75©0 (5%Si Bond is to be based upon this amount,if over $20,000.05) Questions regarding this bid should be directed to: Holly Hurt via email at HoIIy.Hurt©douglascountyyne.gov The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date, unless otherwise stated in the bid documents, sure y coMpany ssu ng The pn. s ou a cense y e e o s NO an is a Qr the current edition of Circular 670 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, 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 PFtIIV7'LEGIBLY OR TYPE) Payment Terms/%f p 1VFf3Q ✓Firm:LI ft f v.- r1 S PSG n c Incorporated In:j f jZ,ele Dellva or completion � �` Name:�/i j �� L� � m !Signature: :_5-0 �, calendar days following Title: �®( Spe e i,c�P�� r, ne:l3/ 1 S'/a77�OOJFFex:(3,1 S-irk, y1 yR 0 award Address: 410 ,fai ►+ !/` Strew P.r,jjB,,oxx�,, Cit a #- �/rh Zl+ /.0• Email Address p(jR2��!�'�m f2,4 fh S - ". DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Fire Hose (Re"18id) NOT AN ORDER Page 2 Gall 1'I w �. , i '" a n y--� , ._. o ,._. _ .UNIT PRICE .._ t,11�td1�" Estimated 10 each 50'lengths, 1 3/4"Key Combat Ready, Orange BID/each: $ Q?SS.a0 25 each 50'lengths, 1 3/4", Key Big 10, Yellow BID/each: $ A2 9.O 0 g;_3aa217IX0 20 each 50'lengths,2 1/2", Key Big 10, Yellow BID/each: $ n1-0 0 $ yyoa.o0 10 each 100'lengths, 5", Key Hi.Pressure LOH, Careen DID/each: $ 950.00 $ 9$d0.00 &O each 60'lengths, 5"Key H reseure LDH, Green BID/each: $ 5 $Ogg ALL OR NCNR TOTAL RIM $ rg1/75700 ( o .nrrOs tp bo based Qf7 thhi srttount,If purr S20,000) SION AI.L.COPIES Firm c,II E eOrr ft`' h'S PS' In C . By 71 1�! Title B/, 9),P�, f CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Fire Hose (Re-Bid) NOT AN ORDER Page 3 REQlJtRgMgNT§F9R 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 l3E 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 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 Statue(Neb. Rev.Stat.§4408.114) 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 Douglas County. 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,statene,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 A.0.cameo Firm &M fn 4 e h S 1,7 e By ( Title CONTINUATION SHEET Responsible Contractor Compliance Form Rol 1 13;010o►; 4``� is '�`� A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1,That all eontractom who submit a hill to t,sty of Omaha shall(ltaaignate a representative who on behalf of the Contractor,shall till out completely a Responsible Contractor Compliance Form (RC-1), An incomplete or unsigned RC.1 form will make your bid null and void. 2. Fin s e at : e i 't' i t} ; es helc w): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. 1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat, Section 48.2001 et seq.). Contractor agrees that Contractor will trot knowingly violate Nebraska's Fair Labor Standards Law(Nab,Rev.Stat.Section 73=104 at sue,), Contractor has not been convicted of any tax violations(Weal,State and Federal)within the last throe years from the date this bid is submitted, Contractor has not,upon final determination by the Occupational Safety and Health IC�'�-1 Administration,been convicted of a criminal,repeat,or willful violation of the Occupational • Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1 //a 9/4 Signature Date 15y signing,I verify on behalf of the Contractor-that the information above is true and correct, Filing false information wmies a penalty of up to a S500 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. 6. Madras atnd lOntifjeafflons NFPA required markings only 7. Color of!lose a. 1 %"- Combat Ready—Orange b. 1 3 "-- BIG 10 Yellow c. 2 'fx"— BIG 10 Yellow d. 5" Green 8. PeW9Tv All hose supplied under the terms of this proposal shall not have delivery charges to the Omaha Fire Department. Omaha Fire Department Technical Services Division 2909 North 144th Street Omaha, Nebraska 68116 Warranty a. 1 34" Combat Ready - 1 year wear/tear and 10 year written warranty against defects and workmanship. b. 1 %" BIG 10 - 10 year written warranty against defects and workmanship. c. 21,4" BIG 10- 10 year written warranty against defects and workmanship. d. 5" - 10 year written warranty against defects and workmanship. There shall be no cost to the Omaha Fire Department for shipping hose for warranty issues. Page 2 of 2 December 2015 Omaha Fire Department Hose Specifications 1. SCOPE The fire hose tp be supplied under this request shall be brand specific to "Key Fire Hose". No other bids on brands other than "KEY" shall be accepted. The Omaha Fire Department (OFD) is requesting bids on 1 3/4", 2 '/2" and 5" hose sizes. All materials, construction and testing shall meet or exceed the current edition of NFPA 1961. 2. Terri it is the intent of the Omaha Fire Department to enter into a 12 month price agreement. 3. !izpsi/M pateis tp bjd a. 1 %" KEY COMBAT READY b. 1 %" KEY BIG-10 c. 2 '/2" KEY BIG-10 d. 5" KEY HI-PRESSURE LDH 4. cepAtI .to JId a. 1 %" - 50' lengths, b. 2 '/2' a 50' Lengths. c. 5"- 50' and 100' Lengths 5„ c9LIpIIgs a. Thread- All couplings on 1 %" and 2 '/2" shall be NST. U. 5" couplings shall be 5" Storz sexless couplings. b. Construction- i. 1 %" Couplings shall be doubled ring with extruded aluminum 6061- T6. ii. 2 '/2' Couplings 6061-T6 extruded threaded aluminum. iii. 5" Couplings shall be Kochok SRC field repairable. Page 1 of C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on February 10, 2016, for the purchase of ten"(10) 50-foot lengths, 13/4-inch Key Combat Ready, Orange; and twenty-five (25) 50-fooflengths, 13/4- inch, Key Big 10, Yellow, and twenty-five (25) 50-foot lengths, 21-inch,.Key Big 10, Yellow, and ten(10) 100-foot lengths, 5-inch,Key Hi-Pressure LDH, Green, and fifty(50)50-foot lengths, 5-inch, Key Hi-Pressure LDH, Green; and, WHEREAS, Fireguard Inc. submitted a total bid of forty-five thousand, four hundred thirty-nine dollars and forty cents ($45,439.40), being the lowest and best bid received for the purchase of ten(10) 50-foot lengths, 1%-inch Key Combat Ready, Orange; and twenty-five (25)50-foot lengths, 1%-inch, Key Big 10,Yellow,and twenty-five(25) 50-foot lengths,21/2-inch, Key Big 10, Yellow, and ten(10) 100-foot lengths, 5-inch,Key Hi-Pressure LDH, Green,and fifty (50) 50-foot lengths, 5-inch, Key Hi-Pressure LDH, Green. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the attached bid of Fireguard Inc. in the amount of forty-five thousand, four hundred thirty-nine dollars and forty cents for the purchase of ten (10) 50-foot lengths, 1%-inch Key Combat Ready, Orange; and twenty-five (25) 50-foot lengths, 1%- inch, Key Big 10, Yellow, and twenty-five (25) 50-foot lengths, 21/2-inch, Key Big 10, Yellow,and ten(10) 100-foot lengths, 5-inch, Key Hi-Pressure LDH, Green, and fifty (50) 50- foot lengths, 5-inch, Key Hi-Pressure LDH, Green. BE IT FURTHER RESOLVED THAT, the Finance Department is authorized to pay the cost of such purchase from the General Fund 11111, Organization 114581,Account 44134. APPROVED AS TO FORM: % • .� 421 DEPUTY CITY ATTORNEY DATE s:\fire-city council documents\2016\10002acr.docx By 4L...14cilmember Adopted MAR 1 5.. 16 7 /---- � � " Ct1 Clerk 3/ / APProvJ EL5 Mayor > NO. ..... " '.. ........:..... Resolution by Res. that, as recommended by the Mayor, the attached bid of Fireguard, Inc. in the amount of forty-five thousand four hundred thirty-nine dollars and forty cents ($45,439.40) for the purchase of ten (10) 50' lengths, 13/4" Key Combat Ready Orange hoses, twenty-five (25) 50' lengths, 13/4". Key Big 10, Yellow hoses, twenty-five(25) 50' lengths, 21/2", Key Big 10, Yellow hoses, ten (10) 100' lengths, 5", Key Hi-Pressure LDH, Green hoses, fifty (50) 50' lengths, 5"Key Hi-Pressure LDH, Green hoses are hereby approved; and, the Finance Department is authorized to pay the cost of such purchase from the General Fund 11111, Organization 114581, Account 44134. s:Afire-city council documents\2016\I0003acr.doc Presented to City Council tAR...1..5.. Qt .......... Adopted 7-6 guifer drown City Clerk