Loading...
RES 2013-1482 - Bids for snow hauling equipment 01„k N HA n,.6 `,. 8R9 ��. si ` ,_ } _ r_. Public Works Department •~ vex '% i e4 Omaha/Douglas Civic Center x��tik, I' November .5, 2013 1819 Farnam Street,Suite 601 p. +c��..,,-., Omaha,Nebraska 68183-0601 9PA 1:7ry 1 3 Ct_ 2f' I.,, ^ 1 (402)444-5220 O�grED FEi3t ' Fax(402)444-5248 City of Omaha T Robert G. Stubbe,P.E. Jean Stothert,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution awarding price agreements to Aci.ion Contracting, Blade . Masters Grounds Maintenance, Inc., Cockerill Enterprises, Inc., DPS, L.LC, Dana Enterprises, Inc., Fucinaro Excavating Co., Inc., Gruhn Trucking, Inc., Leeway Trucking. Inc., Nebraska's Best, Sevenings Lawn & Landscape, Navarro Enterprise Construction, and Vinny's Tree service for wheel loaders and snow hauling equipment rentals for the 2013-2014 winter season. The Public Works Department recommends accepting bids received on September 25, 2013 as detailed in attached bid tabulation. A copy of the bid documents is on file and available for inspection and review in the City Clerk's office. The contractors have a current Contract Compliance Report (CC-1) on file. As is City policy the Human Rights and Relations Department will review the contractors to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of wheel loaders and snow hauling equipment rentals from the Street and Highway Allocation Fund 12131. Ice and Snow Control Organization 116154, year 2013 expenditures. The Public Works Department requests your consideration and approval of this Resolution. Respectfully submitted`, Referred to City Council for Consideration: t,,,,,, ,,t;_ .,,,,r:j4,: — ,1._.(___, /c , .2_/_,,..3 ----kAn___.--St/cri-1,4.— 1 b /)_LI/ I -, Ro ert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: I Ce ° I $ / •y ,t, Allen Herink Date Human Rights and R,nations Date Acting Finance Director Department 229313 scp C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on September 25, 2013 for wheel loaders and snow hauling equipment rentals for the 2013-2014winter season as detailed in the bid tabulation; and, WHEREAS, Action Contracting, Blade Masters Grounds Maintenance, Inc., Cockerill Enterprises, Inc., DPS, LLC, Dana Enterprises, Inc., Fucinaro Excavating Co., Inc., Gruhn Trucking, Inc., Leeway Trucking, Inc.,Nebraska's Best, Sevenings Lawn & Landscape, Navarro Enterprise Construction, and Vinny's Tree Service submitted acceptable bids for wheel loaders and snow hauling equipment rentals for the 2013-2014 winter season; and, WHEREAS, the Public Works Department be authorized to negotiate with additional contractors for equipment at the same rate or less and enter into a contract not to exceed the highest bid accepted. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the bids from Action Contracting, Blade Masters Grounds Maintenance, Inc., Cockerill Enterprises, Inc., DPS, LLC, Dana Enterprises, Inc., Fucinaro Excavating Co., Inc., Gruhn Trucking, Inc., Leeway Trucking, Inc., Nebraska's Best, Sevenings Lawn & Landscape, Navarro Enterprise Construction, and Vinny's Tree service for wheel loaders and snow hauling equipment rentals for the 2013-2014 winter season as detailed in the bid tabulation, be accepted; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Snow and Ice Control Organization 116154, year 2013 expenditures. BE IT FURTHER RESOLVED: THAT, the Public Works Department be authorized to negotiate with additional contractors for equipment at the same rate or less and enter into a contract not to exceed the highest bid accepted. 229413scp APPROVED AS TO FORM: / -� /1-6/ 144. � ITY ATTORNEY DATE By Councilmember Adopted NOV f- 5 209 tT O clr I/4 -43 rk Approved.... . /4, Mayor Co a) o cts `n o c ci cu Q . Z W Ln Cr) 0 a w a E 26 a) as J I- o T- o o } o 0 m Z W It)• O N NN LOC) M 0) c 3 aU_ o N ' 0 0 0 tY .- 6 9 EC) Ef3 a ' ES N H vi • a) O CD L (n I- 0 O a) •QE; W N- O a)• c Z 0 ,- O U .C. d te w Co a) • 0 cB O O oF- W o NO Nco .o NC d ( '- EA di- CO m 0) C O U I- O o �. W O Z U O of N Q 0 d Eft Ea a.) aai U 0 0 0 0 0 0 � al co as as as as as Q 0 rn E Q 0 a)_TD0 a) -- a) 0 a)T•D -- a) -- 0 0 a) a 0 a' m as m as as m co m ca m al co W • LLO E.Q- a Z = a) Q Q Q Q Q Q Q CO O 0 m 0 3 c E * It 4 * * � 4 V t >- W C F- _ a ° E3 0 -0 a) a) a) a) a) a) a) L V rn m a- 3 .. rr a to i� co as (13 .z M c tY E2 c ° c W' E E E E E E E aa' Z m 5 u) 0 En N C u Co c"n v) Co Co v) Z, O = Q W otS .M- 12 w -2 1-1-1 -2 W w W W W C = 0 0 O .. d N T .� > >, > v) Cl) u) Co O - L L L. L m O N Q a) O a) a) m 06 0 7 N c�6 N (�0 a 0 0 ° J 0 LO O O 0 0 0 J CO.'" CU Z O co a) V O p N N a) a) • N F- Q Q J C CI C3 QC • 04 Cor++O . O m E— ID E _ E co a) v 112 0 ti m m 0 0) 0 a c a) 0 o 0 0 'C U I- W O O O O (a Q i O colf) , • N U) Z U co In co o Lc) Lo al 4-Z W V a �} (A- Ef-) _c °� as I- O O c)c N W o Z_ 0 cco n N CVa)• J a ff} ea CO J N ca o O Y co iii I_- W o 0 (a a) Z V cn N o ,-- ‘- _a COD E COa, a ' Ea Z U c ca F O `- O � - W NY Z U o p N J 7 a EA cc y} I— d C O c I- W o L O • c Z U o co = d 2 H 0) o ,c Li O 0 0 0 >- ca ai c H W o o V o• v 0 U c LO 0 > - Z U 0 °° 0N-• cn co0 cfl CO •`r• • c) 0 ti L , x 0 a Efl 69 �- w aa) d U ..0 0 0 U 0 0 Q ` _ ca as as co as as as a) a) a) a) a) a) a) Q -.E. a G c' m ca m (a CO as m ca m ca m ca m co co 2 a) W - .as_ co co co NOLL E m Z Q Q Q Q Q Q Q ca O 5 p c c E It 4t 4t 4t 4t 4t 4t V .0 >- w c I- co c. a) a) a a ate) a_a)) ate) L i. Cr) 43 R 3 L er c'' If ca a) ca co as as � a ° N CD >, p = � co w Lu od .- ,c -2 w -2 W -2 w co co co co C 0 o O aa)) N =' > > N N N N m0 m c co c a 13 15 a) m a) a) U LL c�6 (�6 N N MI y Ofi) N J U O O o o o J m RI Z N coC) V p N N Z p Q J c N CI J ,E. Z m a) G. }:N C +�, o � C CO H > p E as CI as . 3 w Q 0- .p a COCI (/) O d F.. LJ Z O a F- w Z U_ a F- w Z U a I- w Z U_ O. F w Z U_ a a) I- 0 I- w _co, -E z v C ( mc4 s a d d U 0 0 0 0 0 U • (v (v (v (6 (v (v (v Q LO Q 0 N 0 N 0 O 0 N 0 N 0 O 0 N Q C a. o a- m (v CO (v m (v CO (13_(v CO (a CD a; CO (v a) W — — — — as as as 'N Q m Z C w ai Q Q Q Q Q Q Q ca O 0 = E *k *k *t *k *k *k *k w = i a a� L i rn m co 3 L r CO CO CO CO CO as CO d 'a Z CO5 ce U � wc'IN E U U) � E E E E u) CC Z, O 2 Nr 4 U) o,5 E W -� W 2 W W W W W C O d N = w �, T v) Cl) u) CO Cu O m M m v 13 "CI U LL J Ca 0 0 0 0 CO CO CO y O N O 0 L O O J J J J m CO Z 00 co aco -scc) O o (` 0 N N N OQ —IC N F- N- c- 0 J C v> Z CO N a N C O Ti i aai COa v) 0 a. DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Wheel Loaders & Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Farnam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 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 wit 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 Wheel Loaders&Snow Hauling Equipment for 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2013-2014 Winter redesign,change of material or utilization of standard items or quantity change. 2. Right Is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so will indicate accept or reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. It Federal Excise Tax applies,show amount of same and deduct. . DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax in bid. 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 Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five(5)pages of specifications. Hauling Equipment Truck Capacity Estimated#Available 11 to 15 cubic yards BID/hour: $. 15 to 20 cubic yards y BID/hour: $ O. Co n i iL Over 20 cubic yards BID/hour: $ _ Wheel Loader BID/hour: $ /SO. 00 a•.e- -F,'�y„i Wheel Loader BID/hour: $ V Wheel Loader BID/hour: $ Wheel Loader BID/hour. $ Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. • 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. 'Refer any auestjons recardinclhe BID or SPECIFICATIONS di tly toihepurahasina Deoart_ment(4021444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) y Payment Terms % Firm: �r Or\ t E-0,4 E-ac,- V re% `� Incorporated In:Do<<f C NE:- Delivery(or completion) Name: SLUIP Signature: r calendar days following award Title: re,S r ev 11,� Phone: 4 o Z 30 6 6W 1 IFax 140 2. SD L 3.3 Address:25-1-15� reo, wavA r ct L?all i C>g064/ Street/P.O.Box City State Zip Email Address: ` SA Ale �O b. c DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders & Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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 ff C �� � g Alos, +✓g. �� Title ,�y CONTINUATION SHEET ' Responsible Contractor Compliance Form RC-1 .N1118-11110 1. Regulation: 'rro 2. n*�-°~ 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 authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. I., /1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev. Stat. Section 48-2901 et seq.). I `A Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). njContractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3 (three)separate"serious"OSHA violations within the past three(3)years. 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. //7 qA /...3Sign: Date B 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. UUU L.Ab VUUN I Y M.M. REQUEST FOR BID AND BID SHEET ON• CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for • 2013-2014 Winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Farnam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 IMPORTANT . 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 include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Wheel Loaders&Snow Hauling Equipment for 2013-2014 Winter 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. redesign,change of material or utilization of standard items or quantity change. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so will Indicate accept or reject any part of your bid unless otherwise Indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT . If Federal Excise Tax applies,show amount of same and deduct. www.doualascountycurchasing.org, DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax in bid. 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 Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five(5) pages of specifications. Hauling Equipment Truck Capacity • Estimated#Available 11 to 15 cubic yards BID/hour: $ 15 to 20 cubic yards BID/hour: $ 9,570 6 Over 20 cubic yards 1j BID/hour: $ 12-5, 0 Wheel Loader BID/hour: $ l '61,49O Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. II bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& elations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& stations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- )55. 'Refer any questions reaardina the BID or SPECIFICATIONS directly to the Puchasinn Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) ayment Terms % Firm:f34 l!1,457°,5 .r0140.1404 {121_fl ��L! Incorporated In: �,L slivery(or completion) Name:�-A✓ 4.6OP47 j� }Signature: wi calendar days following award Title: /.�5/�p-i7 Phone: l-vZ Sig ,TeY` Fax: Address: PO , OX l 47 /ga°n/71•'�$l�.� NE I O,65:;:e)O 7 Street/P.O.Box `` City State Zip Email Address: MO W ill re 0 hp trek./.40 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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 /�j f' f� By Title �ls 2%• " CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 It At, • 1. Regulation: ' r, 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 authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev. Stat. Section 48-2901 et seq.). plContractor 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 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. 9 3 33 afore 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. DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Farnam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 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 certiflcaes wit 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 Wheel Loaders d Snow Hauling Equipment for 2013-2014 Winter 5. BID MUST INCLUDE ANY DEUVERY OR SHIPPING CHARGES. redesign,change of material or utilization of standard items or quantity change. 2. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so wilt indicate acceptor reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WE8SITE AT 3. It Federal Excise Tax applies,show amount of sane and deduct. wow.dougiascountyourchasing,orq. DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax in bid. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the items)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION It is the intent of the Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five(5) pages of specifications. Hauling Equipment Truck Capacity Estimated#Available 11 to 15 cubic yards BID/hour: $ 7 --- 15 to 20 cubic yards [ '7 BID/hour: $1/9O• ° p R h d " Over 20 cubic yards BID/hour: $ Wheel Loader -3oL.. ,tee Re S'f'-( g BID/hour: $ foe, - o •'` Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Wheel-testier ;-ark BID/hour: $ mrsc-If4 •. iQ1+v% 0 efre. 'TrAcad.-4`d 'SOW 4314.e 'et Q S� ' O C) e Successful bidders will be issued contracts or t season. No ! other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. 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. 'Refer any questions reaardina the BID or SPECIFICATIONS dimity to the Purchasino Department(4021444-7155 or as shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 117° 9b 10 D Firm: C o c r'•(1, r.--r ty n.'.1'e s , +.‘ C Incorporated In: 7 cp Delivery(or completion) Name:,S 4-cue Cre h r: I ( Signature: 7 calendar days following award Title: P ,Q.,. I Phone:7oL-4(3-2' Fax res C Address: /73 O)t . 131„J S4 re•e4' _rPr:Kra ra�rQ /Ve. 6,03-1 Street/P.O,Box Clfy State Z.1 p Email Address: DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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.ug. 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 C°4-A-V/ct:te. .6r/f•-'t• By Title !t°,,,s Z__Ac- CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 � // :4ay;. � . •fit Regulation: • .4�"* 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 Is'- authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. V17. 1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). roc. Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards I Law(Neb.Rev.Stat.Section 73-I04 et seq.). SContractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. SG 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. 61'elj/C4' V"L. IA 0501 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. 2013-2014 Winter Season SPECIFICATIONS FOR WHEEL LOADERS AND SNOW HAULING EQUIPMENT GENERAL: This specification is for the rental of wheel loaders and snow hauling equipment on an hourly rate basis. Bidders may bid to provide wheel loaders, dump trucks for hauling snow, or both. This is separate from and in addition to the residential snow plowing contracts awarded based on an earlier bid. The contractor shall furnish one or more pieces of fully operated hauling equipment to include operator, complete maintenance, insurance, fuel and oil. The contractor shall furnish one or more wheel loaders to include operator, complete maintenance, insurance, fuel and oil. Equipment shall meet all requirements necessary for safe and efficient operation, day or night, under all weather conditions. Subcontracting is not allowed without the written permission of the Public Works Dir@ctor or his/her representative. Bidders shall not bid on snow plows and other snow removal equipment as part of this request for bids. Bidders interested in providing information on the availability and cost of equipment other than snow hauling trucks and wheel loaders may contact Kevin Daily at 402-444-4919. The terms of this agreement will be for one year from the date of the City Council resolution awarding the contracts for fully operated snow hauling equipment to the successful bidders. The City Council may make awards to more than one contractor. If warranted, equipment may be used by the Public Works Department for projects other than snow hauling. Equipment shall meet all state, local and Federal requirements necessary for safe, day and night operation, and under all weather conditions. Public Works Department supervisory personnel will determine the number and type of equipment necessary for each particular operation or project. TRUCK REQUIRcMENTS: 1. The trucks shall be equipped for operation in the snow. Tandem axle trucks shall have power to both rear axles. 2. All vehicles shall be registered in the State of Nebraska and have paid the City of Omaha wheel tax. 3. Bids will be accepted on the type and size of unit listed below and on the bid sheet. Bids may be accepted for other equipment that meets minimum qualifications. Page 1 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications 4. Haul trucks must be capable of carrying a minimum of 11 CY of snow. LOADER REQUIREMENTS: 1. Loader shall have a minimum nominal capacity of 3.0 cubic yards. 2. Loaders shall be capable of operating continuously for a minimum of 24 hours in winter conditions. OPERATOR REQUIREMENTS: The contractor shall furnish experienced, competent operators with sufficient knowledge of Omaha streets to follow routing instructions and/or maps and work with other snow removal equipment as a team. All operators shall be properly licensed for the equipment they operate. INSURANCE REQUIREMENTS: Prior to entering into a rental agreement, the contractor shall furnish certificates of the following insurance to the City of Omaha, Public Works Department, Street Maintenance Division 1. Workmen's Compensation 2. Public Liability in the amount of$1,000,000 per person. $500,000 per accident and property damage in the amount of $300,000 per accident. All such liability insurance shall apply to liability assured under these specifications. The City of Omaha shall be named as an additional insured to the extent of the operations under this contract. The certification of insurance shall be on file with the Public Works Department prior to any work being performed. Failure to maintain insurance during this contract period will result in no work being given to the bidder and shall result in forfeiture of the bid bond. INDEMNITY REQUIREMENTS: The contractor shall indemnify and save harmless the City, its officers and employees, from all damages, claims, suits and actions of any description, for or resulting from injuries or damages received or sustained by any party or parties, arising out of any act, of said contractor, or his agents, in the execution of work under the contract. INSPECTION REQUIREMENTS: Page 2 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications 1. The City may assign vehicle numbers to all equipment that complies with these specifications. This number shall be affixed to the body of the vehicle by the contractor in such a manner that it is visible at all times while in use under these specifications. If the City does not assign a number, the contractor shall have his own designation for each vehicle used under this contract and shall distinguish between vehicles for billing purposes. 2. The City reserves the right to make a rigid inspection as to mechanical and safety features of any and all equipment dispatched to work sites at any time during the rental period. Such inspections shall in no way relieve the contractor of the responsibility to furnish equipment in compliance with all requirements of these specifications and all applicable state, federal and local laws. All equipment which, in the opinion of the Public Works Director or his/her designated representative, is in poor mechanical condition or otherwise does not comply with these specifications will be rejected. No payment will be made for time expended if said equipment is rejected as a result of such an inspection. OPERATIONAL REQUIREMENTS: 1. OPERATION: Rental equipment shall be assigned tasks by City. 2. CALL: The rental equipment shall be subject to call any time of the day or night. If possible, rental equipment will be ordered at least twelve (12) hours prior to the time required: however, such notice is not guaranteed. Equipment shall report to a location within the City limits of the City of Omaha. The Contractor shall provide and maintain at least two contact persons with telephone numbers for day and night contact which may be used throughout the contract period. All equipment responding to the call will be guaranteed a minimum of four (4) hours of working time. 3. PAYMENT:, Payment will be based on the following items: A. The hourly rate bid for each piece of equipment. B. Time for payment will commence at the specified time the equipment has been told to report, provided the equipment is at the reporting location on time. C. The time for payment will terminate when the City releases the rental equipment. D. Payment will be computed to the nearest one-half (1/2) hour. Page 3 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications E. ABSOLUTELY NO PAYMENT WILL BE MADE FOR TIME LOST DUE TO EQUIPMENT BREAKDOWNS, MAINTENANCE OR REPAIRS, LUNCH OR DINNER PERIODS OR ANY OTHER REASONS THAT TAKE THE EQUIPMENT OUT OF SERVICE. Time for payment will not accrue for equipment not in assigned areas and/or working on assigned tasks. F. Payment will continue during the time equipment is being fueled and oiled providing such service is performed on the site by mobile service unit. G. LUNCH OR DINNER PERIODS: It is expected that operators be given rest periods and time to eat. Any billing for more than eight(8) hours in one day will have thirty (30) minutes deducted for a lunch period. For example: if the equipment works from 8:00 AM to 8:00 PM, a period of 12 hours, the amount billed and to be paid shall be 11 % hours. H. Payment will be made to the contractor within thirty (30) days after the City of Omaha receives the invoice from the contractor and verifies that the invoice is correct. I. The bill or invoice sent to the City of Omaha shall show the dates and hours for each piece of equipment. 4. BREAKDOWN: All equipment shall be in good mechanical condition when reporting for work. The City will not pay for time lost due to mechanical defect or while performing necessary repairs. This includes breakdowns due to the nature of work being performed. The contractor shall report all breakdowns immediately to the Public Works Supervisor at their reporting location. 5. TERMINATION: The City may order that a piece of equipment be removed from an operation if the continued use of the equipment is deemed to be unsafe or dangerous. No payment will be made one the equipment is deemed unsafe or dangerous. 6. Pursuant to Section 8.05 of the Home Rule Charter of the City of Omaha, no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City contract. A violation of that section with the knowledge of the contractor, in addition to constituting employee malfeasance, shall be cause for the City to unilaterally terminate or void this Agreement. 7. This agreement may not be amended or supplemented except by a Page 4 of 5 City of Omaha Public Works Department Street Maintenance Division Eauipment Specifications written change order signed by both parties. 8. The contractor shall not, in the performance of this Agreement, discriminate or permit discriminations against any person because of race, sex, age, or political or religious opinions or affiliations in violation of Federal or State Laws or Local Ordinances. INSTRUCTIONS TO BIDDERS: Bidders shall provide the number of pieces of equipment and unit price for each equipment type on the bid sheet. Bidders shall provide make, model, year of manufacture, HP, hauling capacity, and other characteristics that describe the equipment's snow hauling capacity. Provide information for miscellaneous equipment on additional sheets as necessary. Page 5 of 5 DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHAWheel Loaders &Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Farnam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Farnam 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 include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Wheel Loaders&Snow Hauling Equipment for 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2013-2014 Winter redesign,change of material or utilization of standard items or quantity change. 2. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the CNy Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so will indicate accept or reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. If Federal Excise Tax apples,show amount of same and deduct. www.douglascountynurchasing.org. DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax in bid. quote your lowest price,best delivery and terms,F.O.B.delivery point on the items)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION It is the intent of the Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five(5)pages of specifications. Hauling Eauinment Truck Capacity Estimated#Available 11 to 15 cubic yards l0-1S BID/hour: $ 15 to 20 cubic yards Zo BID/hour: $ Over 20 cubic yards u IA BID/hour: $ N/A Wheel Loader 2 BID/hour: $ 150," 3 cukc yard bucl!t Wheel Loader N.I,A BID/hour: $ NIA Wheel Loader NIA BID/hour: $ N i n Wheel Loader BID/hour: $ NIA Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. 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. 'Refer anv auestions reaardinathe BID or SPECIFICATIONS directly to the Purchasing Department(402)444.7155 or as shown on bid. J (PLEASE PRINT LEGIBLY OR TYPE) u Payment Terms Jr0 % 30 Firm: b?S. L In ated In: Zoo') Delivery(or completion) Name: Sliso,‘ Anyis Tbn, Signature. . calendar days following aware Title: prtsidt,e Phone: \I.OL to12?222 Fax 40 `J2.12A Address: 3104 L Srrr O1'ria.kf,- iG'8101 Street/P.O.Box City State Zip Email Address: OS qyp n p f vw<StrD lkt+t C.0 ,ILO Responsible Contractor Compliance Form RC-1 1. Regulation: 7'7:o r•[btk'-"P 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 21 authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. (".v`� Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev. Stat. Section 48-2901 et seq.). Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). EgI 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 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. I/K Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the ovisions of the Responsible Contractor Compliance Form RC-1. - 1b - (3 Si a Date B signing,I verify on be If of the Contractor that the information above is true and correct. Filing false inf ation carries a penal of up to a$500 fine or six months in jail. In addition,the contractor and sub- contr etors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER • Page 2 DESCRIPTION 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 Q . Li'_C. By Title CONTINUATION SH ET 2013-2014 Winter Season SPECIFICATIONS FOR WHEEL LOADERS AND SNOW HAULING EQUIPMENT GENERAL: This specification is for the rental of wheel loaders and snow hauling equipment on an hourly rate basis. Bidders may bid to provide wheel loaders, dump trucks for hauling snow, or both. This is separate from and in addition to the residential snow plowing contracts awarded based on an earlier bid. The contractor shall furnish one or more pieces of fully operated hauling equipment to include operator, complete maintenance, insurance, fuel and oil. The contractor shall furnish one or more wheel loaders to include operator, complete maintenance, insurance, fuel and oil. Equipment shall meet all requirements necessary for safe and efficient operation, day or night, under all weather conditions. Subcontracting is not allowed without the written permission of the Public Works Director or his/her representative. Bidders shall no Lbid on snow plows and other snow removal equipment as part of this request for bids. Bidders interested in providing information on the availability and cost of equipment other than snow hauling trucks and wheel loaders may contact Kevin Daily at 402-444-4919. The terms of this agreement will be for one year from the date of the City Council resolution awarding the contracts for fully operated snow hauling equipment to the successful bidders. The City Council may make awards to more than one contractor. If warranted, equipment may be used by the Public Works Department for projects other than snow hauling. Equipment shall meet all state, local and Federal requirements necessary for safe, day and night operation, and under all weather conditions. Public Works Department supervisory personnel will determine the number and type of equipment necessary for each particular operation or project. TRUCK REQUIREMENTS: 1. The trucks shall be equipped for operation in the snow. Tandem axle trucks shall have power to both rear axles. 2. All vehicles shall be registered in the State of Nebraska and have paid the City of Omaha wheel tax. 3. Bids will be accepted on the type and size of unit listed below and on the bid sheet. Bids may be accepted for other equipment that meets minimum qualifications. Page 1 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications 4. Haul trucks must be capable of carrying a minimum of 11 CY of snow. LOADER REQUIREMENTS: 1. Loader shall have a minimum nominal capacity of 3.0 cubic yards. 2. Loaders shall be capable of operating continuously for a minimum of 24 hours in winter conditions. OPERATOR REQUIREMENTS: The contractor shall furnish experienced, competent operators with sufficient knowledge of Omaha streets to follow routing instructions and/or maps and work with other snow removal equipment as a team. All operators shall be properly licensed for the equipment they operate. INSURANCE REQUIREMENTS: Prior to entering into a rental agreement, the contractor shall furnish certificates of the following insurance to the City of Omaha, Public Works Department, Street Maintenance Division: 1. Workmen's Compensation 2. Public Liability in the amount of$1,000,000 per person. $500,000 per accident and property damage in the amount of $300,000 per accident. All such liability insurance shall apply to liability assured under these specifications. The City of Omaha shall be named as an additional insured to the extent of the operations under this contract. The certification of insurance shall be on file with the Public Works Department prior to any work being performed. Failure to maintain insurance during this contract period will result in no work being given to the bidder and shall result in forfeiture of the bid bond. INDEMNITY REQUIREMENTS: The contractor shall indemnify and save harmless the City, its officers and employees, from all damages, claims, suits and actions of any description, for or resulting from injuries or damages received or sustained by any party or parties, arising out of any act, of said contractor, or his agents, in the execution of work under the contract. INSPECTION REQUIREMENTS: Page 2 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications 1. The City may assign vehicle numbers to all equipment that complies with these specifications. This number shall be affixed to the body of the vehicle by the contractor in such a manner that it is visible at all times while in use under these specifications. If the City does not assign a number, the contractor shall have his own designation for each vehicle used under this contract and shall distinguish between vehicles for billing purposes. 2. The City reserves the right to make a rigid inspection as to mechanical and safety features of any and all equipment dispatched to work sites at any time during the rental period. Such inspections shall in no way relieve the contractor of the responsibility to furnish equipment in compliance with all requirements of these specifications and all applicable state, federal and local laws. All equipment which, in the opinion of the Public Works Director or his/her designated representative, is in poor mechanical condition or otherwise does not comply with these specifications will be rejected. No payment will be made for time expended if said equipment is rejected as a result of such an inspection. OPERATIONAL REQUIREMENTS: 1. OPERATION: Rental equipment shall be assigned tasks by City. 2. CALL: The rental equipment shall be subject to call any time of the day or night. If possible, rental equipment will be ordered at least twelve (12) hours prior to the time required: however, such notice is not guaranteed. Equipment shall report to a location within the City limits of the City of Omaha. The Contractor shall provide and maintain at least two contact persons with telephone numbers for day and night contact which may be used throughout the contract period. All equipment responding to the call will be guaranteed a minimum of four (4) hours of working time. 3. PAYMENT: Payment will be based on the following items: A. The hourly rate bid for each piece of equipment. B. Time for payment will commence at the specified time the equipment has been told to report, provided the equipment is at the reporting location on time. C. The time for payment will terminate when the City releases the rental equipment. D. Payment will be computed to the nearest one-half (1/2) hour. Page 3 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications E. ABSOLUTELY NO PAYMENT WILL BE MADE FOR TIME LOST DUE TO EQUIPMENT BREAKDOWNS, MAINTENANCE OR REPAIRS, LUNCH OR DINNER PERIODS OR ANY OTHER REASONS THAT TAKE THE EQUIPMENT OUT OF SERVICE. Time for payment will not accrue for equipment not in assigned areas and/or working on assigned tasks. F. Payment will continue during the time equipment is being fueled and oiled providing such service is performed on the site by mobile service unit. G. LUNCH OR DINNER PERIODS: It is expected that operators be given rest periods and time to eat. Any billing for more than eight (8) hours in one day will have thirty (30) minutes deducted for a lunch period. For example: if the equipment works from 8:00 AM to 8:00 PM, a period of 12 hours, the amount billed and to be paid shall be 11 1/2 hours. H. Payment will be made to the contractor within thirty (30) days after the City of Omaha receives the invoice from the contractor and verifies that the invoice is correct. I. The bill or invoice sent to the City of Omaha shall show the dates and hours for each piece of equipment. 4. BREAKDOWN: All equipment shall be in good mechanical condition when reporting for work. The City will not pay for time lost due to mechanical defect or while performing necessary repairs. This includes breakdowns due to the nature of work being performed. The contractor shall report all breakdowns immediately to the Public Works Supervisor at their reporting location. 5. TERMINATION: The City may order that a piece of equipment be removed from an operation if the continued use of the equipment is deemed to be unsafe or dangerous. No payment will be made one the equipment is deemed unsafe or dangerous. 6. Pursuant to Section 8.05 of the Home Rule Charter of the City of Omaha, no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City contract. A violation of that section with the knowledge of the contractor, in addition to constituting employee malfeasance, shall be cause for the City to unilaterally terminate or void this Agreement. 7. This agreement may not be amended or supplemented except by a Page 4 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications written change order signed by both parties. 8. The contractor shall not, in the performance of this Agreement, discriminate or permit discriminations against any person because of race, sex, age, or political or religious opinions or affiliations in violation of Federal or State Laws or Local Ordinances. INSTRUCTIONS TO BIDDERS: Bidders shall provide the number of pieces of equipment and unit price for each equipment type on the bid sheet. Bidders shall provide make, model, year of manufacture, HP, hauling capacity, and other characteristics that describe the equipment's snow hauling capacity. Provide information for miscellaneous equipment on additional sheets as necessary. Page 5 of 5 DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Wheel Loaders & Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September.11,2013 Page 1 CITY CLERK 1819 Famam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 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 wit 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 Wheel Loaders&Snow Hauling Equipment for 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2013-2014 Winter redesign,change of material or utilization of standard items or quantity change. 2. Right Is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so wit indicate accept or reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mating list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. If Federal Excise Tax applies,show amount of same and deduct. . DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not indude tax In bid. 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 Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five (5)pages of specifications. Hauling Equipment Truck Capacity Estimated#Available • 11 to 15 cubic yards 3 BID/hour: $ qS 15 to 20 cubic yards BID/hour: $ Over 20 cubic yards BID/hour: $ Wheel Loader BID/hour: $ Wheel Loader BID/hour. $ Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. AU bidders awarded a contract in the amount of S5,000 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. *Refer any Questions reaardine the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shovm on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: 0(4,4,— gh W pt rse s Zzt G ated In: Ai( Delivery(or completion) Name: 4 f , OrA„,,_,„„ Signature: — calendar days following award Title: 0 4(4_( Phonect-Solo>797- Fax c3 t�//Address: L O ( /7� 0/Ltc.hi, /V rC I Street/P.O.Box City State Zip Email Address: DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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 )mit--+- 1 p ri By tee . fit.t . Title 0,) CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 ��•• - 'b 1. Regulation: 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-l). 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 61/J authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. I Ny 1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev. Stat.Section 48-2901 et seq.)_ um�.•ff Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev. Stat. Section 73-104 et seq.). ko 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 laAdministration,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. 1�Y� n 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_ Signs a 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. DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Wheel Loaders & Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Farnam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11;00 a.m.CST on Wednesday.September 25,2013 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 include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Wheel Loaders d Snow Hauling Equipment for 2013.20141Mnter 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. redesign,change of material or utilization of standard items or quantity change. 2. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so wit Indicate accept or reject any part of your bid unless otherwise Indicated by you. your desire to be removed from our mailing list TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. If Federal Excise Tax applies,show amount of same and deduct. www.doualascountvpurchasing.orq. DO NOT CALL FOR THIS INFORMATION. Exemption certificates wit be furnished. Do not include tax in bid. - 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 Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five(5) pages of specifications. Haulinq Equipment Truck Capacity Estimated #Available 11 to 15 cubic yards BID/hour: $ 15 to 20 cubic yards BID/hour: $ Dv Over 20 cubic yards BID/hour: $ '� "' Wheel Loader $Gy BID/hour: $ f 70 Wheel Loader (p c3 1 BID/hour: $ 180 Wheel Loader 7,5 c3 1 BID/hour: $ 185 Wheel Loader BID/hour: $ Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. 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. *Refer any questions reaardino the BID or SPECIFICATlONSsirectly to the Purchasing Department(4021444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms/00 % 3O4u S Firm: r^ j J Y1 L Incorporated In: Ni 9 • Gf Na ro f �Gq tlaf-t►lq Delivery(or completion) Name: D ck v R,G r 7.Signatureislr Y4w+'►) calendar days following award Title: Pre s r cLe�t IPhone:102-733•-4L/00 Fax: l402- 7 3,3-5 7711 Address: 4f1 D! C7 5.6 Owl cal a_ AJ L (P / Street/P.O.Box City State Zip Email Address: (Lin .� IA C !Yl a v'D ( ) C-O X net DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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 cFc_ ,vt4 ro EX C-4VA-hn C'v . )yl c • BY in Title p.r e s 1 GI a 4— CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 014111A At., M. r I. Regulation: ').ko rr.o' 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 itrivK authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. " Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb. Rev.Stat. Section 48-2901 et seq.). AO_Contractoragrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Q(N� 1 Law(Neb.Rev. Stat.Section 73-104 et seq.). :ii' r 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 a y y.Administration,been convicted of a criminal,repeat,or willful violation of the Occupational i Safety and Health Act(OSHA)or been convicted of 3 (three)separate"serious"OSHA violations within the past three(3)years. tyna-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. i&tiAtt kin 9.14.4.,...v\pdt,A) 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. DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Wheel Loaders& Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Farnam Street LC-1 Omaha-Douglas Civic Center NO BID BOND REQUIREDOmaha,Nebraska 68183.0011 NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 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 include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Wheel Loaders&Snow Hauling Equipment for 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2013-2014 winter redesign,change of material or utilization of standard items or quantity change. 2. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so will indicate accept or reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. If Federal Excise Tax applies,show amount of same and deduct. www,douglasoountvuurchasin9_ore. DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax in bid. 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 Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five(5) pages of specifications. Hauling Equipment Truck Capacity Estimated#Available 11 to 15 cubic yards BID/hour. $ 15 to 20 cubic yards 3 BID/hour. $ Jib). oo A4/ Over 20 cubic yards BID/hour: $ Wheel Loader BID/hour: $_ Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. Ali bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordindrnro and have on file with the Human Rights& R etations 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. *Refer env questions recardngjtl g BID or SPECIFICATIONS directly to the Purchasina Department(4021444.7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms/0 rP % ;Zi Firm: ��2 ci,t v ,r J yl c Incorporated In: Delivery(or completion) Name: 7 t `Yh r✓�A Signature: "://2.41 /,/✓/ calendar days following award Title: /j f},tiiA Phone:9,02-S"/o- o7,A I' Address: /3 P1j 09PdA47 • 44111c/di ,',4 G•atb_i-Y Street/P.O.Box State Zip Email Address: :77( a .1 (.41E) /t9.9)1 • Cow , DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders & Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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 �/1 h C 4) ti J }/n c By [ M6-4y1,4 Title /1/V,Ze.h-e/1 CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 44. y^� 47 L rL b 1. Regulation: t o 1.1.1 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 Eli authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. �J Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of " Employee law(Neb. Rev. Stat. Section 48-2901 et seq.). MContractor 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 1 / ' , three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Administration,been convicted of a criminal,repeat,or willful violation of the Occupational ' ' ' Safety and Health Act(OSHA)or been convicted of 3 (three)separate"serious"OSHA violations within the past three(3)years. 17- j Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project ' 1 comply with the provisions of the Responsible Contractor Compliance Form RC-1. //1.4j, 2 X1,- Signatur 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. DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Famam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 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 include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON;CITY OF OMAHA Wheel Loaders&Snow Hauling Equipment for 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2013.2014 Winter redesign,change of material or utilization of standard items or quantity change. 2. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so will indicate accept or reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. If Federal Excise Tax applies,show amount of same and deduct. www.dougtascountyourchasing.org. DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax In bid. 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 Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five(5)pages of specifications. Hauling Equipment Truck Capacity Estimated#Available 11 to 15 cubic yards BID/hour: $ 15 to 20 cubic yards g"'r L BID/hour: $ 1 D-4 Over 20 cubic yards BID/hour: $ Wheel Loader BID/hour: $ jas- Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Successful bidders will be issued contracts for the season. No • other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. 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 fn 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. 'Refer any Questions reoarginq thelSID or SPEWICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Finn: L , f�G incorp ted In: 1 C Delivery(or completion) Name: 1,4 E . �,�� Signatur • calendar days following aware Title: 11(,,,G.; �,�-f" Phone40.1(.0 0-96/ Fax r Address: T,C7 p} (4 q OMRJ . 1,a„ I No Street/P.O.Box City State Zip Email AddressU. (ccwa.i/ 6 she& DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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 yyww.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 wizeifi21 ( 1.c, By (LA 14. 844d4i Title ..Ct,,d e t-F— CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 Lit:, r.i t'�'' • ,ti ,_'ems , ,e ,,. . . .,..,„„ • , ,f ,„„...... •-•-7:"--.7.,-.4.. 1. Regulation: ''''t•o,.cn~z'='• 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 ,)l.-• authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. lit...,I Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of 1 Employee law(Neb.Rev. Stat. Section 48-2901 et seq.). I W I Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb. Rev.Stat. Section 73-104 et seq.). J( 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 lit, 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. JV Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the p isions of the Responsible Contractor Compliance Form RC-1. f 4. cilAt-1I3 Signa Date By • ing,I verify on behalf the Contractor that the information above is true and correct. Filing false in rmation 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 I0 years. 2013-2014 Winter Season SPECIFICATIONS FOR WHEEL LOADERS AND SNOW HAULING EQUIPMENT GENERAL: This specification is for the rental of wheel loaders and snow hauling equipment on an hourly rate basis. Bidders may bid to provide wheel loaders, dump trucks for hauling snow, or both. This is separate from and in addition to the residential snow plowing contracts awarded based on an earlier bid. The contractor shall furnish one or more pieces of fully operated hauling equipment to include operator, complete maintenance, insurance, fuel and oil. The contractor shall furnish one or more wheel loaders to include operator, complete maintenance, insurance, fuel and oil. Equipment shall meet all requirements necessary for safe and efficient operation, day or night, under all weather conditions. Subcontracting is not allowed without the written permission of the Public Works Director or his/her representative. Bidders shall not bid on snow plows and other snow removal equipment as part of this request for bids. Bidders interested in providing information on the availability and cost of equipment other than snow hauling trucks and wheel loaders may contact Kevin Daily at 402-444-4919. The terms of this agreement will be for one year from the date of the City Council resolution awarding the contracts for fully operated snow hauling equipment to the successful bidders. The City Council may make awards to more than one contractor. If warranted, equipment may be used by the Public Works Department for projects other than snow hauling. Equipment shall meet all state, local and Federal requirements necessary for • safe, day and night operation, and under all weather conditions. Public Works Department supervisory personnel will determine the number and type of equipment necessary for each particular operation or project. TRUCK REQUIREMENTS: 1. The trucks shall be equipped for operation in the snow. Tandem axle trucks shall have power to both rear axles. 2. All vehicles shall be registered in the State of Nebraska and have paid the City of Omaha wheel tax. 3. Bids will be accepted on the type and size of unit listed below and on the bid sheet. Bids may be accepted for other equipment that meets minimum qualifications. Page 1 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications 4. Haul trucks must be capable of carrying a minimum of 11 CY of snow. LOADER REQUIREMENTS: 1. Loader shall have a minimum nominal capacity of 3.0 cubic yards. 2. Loaders shall be capable of operating continuously for a minimum of 24 hours in winter conditions. OPERATOR REQUIREMENTS: The contractor shall furnish experienced, competent operators with sufficient knowledge of Omaha streets to follow routing instructions and/or maps and work with other snow removal equipment as a team. All operators shall be properly licensed for the equipment they operate. INSURANCE REQUIREMENTS: Prior to entering into a rental agreement, the contractor shall furnish certificates of the following insurance to the City of Omaha, Public Works Department, Street Maintenance Division: 1. Workmen's Compensation 2. Public Liability in the amount of$1,000,000 per person. $500,000 per accident and property damage in the amount of $300,000 per accident. All such liability insurance shall apply to liability assured under these specifications. The City of Omaha shall be named as an additional insured to the extent of the operations under this contract. The certification of insurance shall be on file with the Public Works Department prior to any work being performed. Failure to maintain insurance during this contract period will result in no work being given to the bidder and shall result in forfeiture of the bid bond. INDEMNITY REQUIREMENTS: The contractor shall indemnify and save harmless the City, its officers and employees, from all damages, claims, suits and actions of any description, for or resulting from injuries or damages received or sustained by any party or parties, arising out of any act, of said contractor, or his agents, in the execution of work under the contract. INSPECTION REQUIREMENTS: i -� Page 2 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications 1. The City may assign vehicle numbers to all equipment that complies with these specifications. This number shall be affixed to the body of the vehicle by the contractor in such a manner that it is visible at all times while in use under these specifications. If the City does not assign a number, the contractor shall have his own designation for each vehicle used under this contract and shall distinguish between vehicles for billing purposes. 2. The City reserves the right to make a rigid inspection as to mechanical and safety features of any and all equipment dispatched to work sites at any time during the rental period. Such inspections shall in no way relieve the contractor of the responsibility to furnish equipment in compliance with all requirements of these specifications and all applicable state, federal and local laws. All equipment which, in the opinion of the Public Works Director or his/her designated representative, is in poor mechanical condition or otherwise does not comply with these specifications will be rejected. No payment will be made for time expended if said equipment is rejected as a result of such an inspection. OPERATIONAL REQUIREMENTS: 1. OPERATION: Rental equipment shall be assigned tasks by City. 2. CALL: The rental equipment shall be subject to call any time of the day or night. If possible, rental equipment will be ordered at least twelve (12).hours prior to the time required: however, such notice is not guaranteed. Equipment shall report to a location within the City limits of the City of Omaha. The Contractor shall provide and maintain at least two contact persons with telephone numbers for day and night contact which may be used throughout the contract period. All equipment responding to the call will be guaranteed a minimum of four (4) hours of working time. 3. PAYMENT: Payment will be based on the following items: A. The hourly rate bid for each piece of equipment. B. Time for payment will commence at the specified time the equipment has been told to report, provided the equipment is at the reporting location on time. C. The time for payment will terminate when the City releases the rental equipment. D. Payment will be computed to the nearest one-half (1/2) hour. Page 3 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications E. ABSOLUTELY NO PAYMENT WILL BE MADE FOR TIME LOST DUE TO EQUIPMENT BREAKDOWNS, MAINTENANCE OR REPAIRS, LUNCH OR DINNER PERIODS OR ANY OTHER REASONS THAT TAKE THE EQUIPMENT OUT OF SERVICE. Time for payment will not accrue for equipment not in assigned areas and/or working on assigned tasks. F. Payment will continue during the time equipment is being fueled and oiled providing such service is performed on the site by mobile service unit. G. LUNCH OR DINNER PERIODS: It is expected that operators be given rest periods and time to eat. Any billing for more than eight (8) hours in one day will have thirty (30) minutes deducted for a lunch period. For example: if the equipment works from 8:00 AM to 8:00 PM, a period of 12 hours, the amount billed and to be paid shall be 11 '/2 hours. H. Payment will be made to the contractor within thirty (30) days after the City of Omaha receives the invoice from the contractor and verifies that the invoice is correct. I. The bill or invoice sent to the City of Omaha shall show the dates and hours for each piece of equipment. 4. BREAKDOWN: All equipment shall be in good mechanical condition when reporting for work. The City will not pay for time lost due to mechanical defect or while performing necessary repairs. This includes breakdowns due to the nature of work being performed. The contractor shall report all breakdowns immediately to the Public Works Supervisor at their reporting location. 5. TERMINATION: The City may order that a piece of equipment be removed from an operation if the continued use of the equipment is deemed to be unsafe or dangerous. No payment will be made one the equipment is deemed unsafe or dangerous. 6. Pursuant to Section 8.05 of the Home Rule Charter of the City of Omaha, no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City contract. A violation of that section with the knowledge of the contractor, in addition to constituting employee malfeasance, shall be cause for the City to unilaterally terminate or void this Agreement. 7. This agreement may not be amended or supplemented except by a / Page 4 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications written change order signed by both parties. 8. The contractor shall not, in the performance of this Agreement, discriminate or permit discriminations against any person because of race, sex, age, or political or religious opinions or affiliations in violation of Federal or State Laws or Local Ordinances. INSTRUCTIONS TO BIDDERS: Bidders shall provide the number of pieces of equipment and unit price for each equipment type on the bid sheet. Bidders shall provide make, model, year of manufacture, HP, hauling capacity, and other characteristics that describe the equipment's snow hauling capacity. Provide information for miscellaneous equipment on additional sheets as necessary. Page 5 of 5 9/25/2013 Leeway Trucking Inc. Bid On: P.O. Box 6619 City of Omaha Omaha NE 68106 Wheel Loaders&Snow Hauling Equipment Jimmy Lee - 402-670-9090 For 2013-2014 Winter Susan Lee - 402-658-7140 Type of Equipment Make and Mode, License Number Bate Per Hour Dump Truck Freightliner #132 - 2000 38449 $104.00 Dump Truck Freightliner #120 - 2007 127568 $104.00 Dump Truck Freightliner #120 - 2007 115899 $104.00 Dump Truck xenworth W900 - 2004 154677 $104.00 Dump Truck Peterbuilt #379 - 2003 74477 $104.00 Dump Truck Peterbuilt #379 - 2006 150585 $104.00 Dump Truck Peterbuilt #379 - 2006 142069 $104.00 Dump Truck Freightliner #120 - 2011 162393 $104.00 Dump Truck Freightliner #132 - 2000 170429 $104.00 Dump Truck Freightliner - 2012 171977 $104.00 Dump Truck Freightliner d#132 - 2013 177884 $104.00 Wheel Loader 740 Hyundai $125.00 Leeway dump trucks and plate numbers DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET • ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Famam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 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 wit 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 Wheel Loaders 8 Snow Hauling Equipment for 2013.2014 Winter 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. redesign,change of material or utilization of standard items or quantity change. 2. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right Is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so will indicate accept or reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. If Federal Excise Tax applies,show amount of same and deduct. www.douglascountvourchasina.orq. DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax in bid. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the items)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION It is the intent of the Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five(5) pages of specifications. Haulina Equipment Truck Capacity Estimated#Available 11 to 15 cubic yards BID/hour: $ 15 to 20 cubic yards 2. 4.h/e'en 'few4 f BID/hour: $ /3, Cc/ Over 20 cubic yards / fir 1„r BID/hour: $ //U 4‘ Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. 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(Farm 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. 'Refer any auestions recording the BID or SPECIFICATIONS directly to the Purchasing Devilment(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: it/eLfilli r fd Incorporated In:76,,r Delivery(or completion) Name: / „5 J�fah Signature: rrEt calendar days following award Title: /l/�y Phone: v 5/ l/f(2 Fax: Zig ecU37 Address: 757S /V /2' , / 0-y clr i/'z Street/P.O.Box CI State Zip Email Address: h� f/��/— i1� r<., 17it , La•— DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders& Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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 /" h A6.1h/ BY TZf4( 44s, Title Arty CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 t',50t14 i Regulation: 'rto 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 IJfA authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. �f I Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of tl��� Employee law(Neb. Rev.Stat. Section 48-2901 et seq.). Eli Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards ' Law(Neb.Rev. Stat.Section 73-104 et seq.). pmLl Contractor has not been convicted of any tax violations(local,State and Federal)within the last '/ three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3 (three)separate"serious"OSHA violations within the past three(3)years. I'MContractor 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. � 27—l ? Signatu e 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. DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Wheel Loaders& Snow Hauling Equipment for 2013-2014 winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Famam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 88183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25.2013 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 include tax in bid. by the opening date and time Indicated in a sealed envelope marked: BID ON;CITY OF OMAHA Loaders&Snow Hauling Equipment for 2013-2014 Winter 5, BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. redesign,change of material or utilization of standard items or quantity change. 2. Right is reserved to acceptor reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so wit Indicate accept or reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. If Federal Excise Tax applies,show amount of same and deduct. w or.douglascountvourchasina.ort. DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax in bid. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(a)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION It is the intent of the Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five(5)pages of specifications. Haulina Equipment Truck Capacity Estimated#Available 11 to 15 cubic yards BID/hour: $ 15 to 20 cubic yards ) ' BID/hour: $ Over 20 cubic yards BID/hour: $ Wheel Loader T Xo7 BID/hour: $ Jlj k Wheel Loader 95-3 k a BID/hour: $ Wheel Loader _ BID/hour: $ Wheel Loader BID/hour: $ Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. 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 5055. ( )444_ 'Refer any Questions reoardlno the BID or SPECIFICATIONS directly toile Purchasing Department(4021444.7155 or as shown on bld. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: So_v'e 11 1 n q 1-N -s tr,n cu 0_02 !Incorporated In: ?dl-- Delivery(or completion) Nam: -31,e SQ J,e l fl e) Signature: calendar days following award Title: Qf<J3ia .-CA !Phone:40), 5q 6t 8(4 IF t-% 0 e.+ - (pay y Address: Opp ( la Fitt n S -IA-t O r yr via L E� ��v„ t l o b Street/P.O.Box City State Zip Email Address: ;vim , f p rho,L0.. 4 Responsible Contractor Compliance Form RC-1 .,..,,,.t - tt i • 9 -� 1. Regulation: 'It,'" rf'u,.r.n '-', 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 ragl authorized to perform employment in the United States and that the Contractor and all sub- - contractors shall use E-Verify to determine work eligibility. +.'C Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards E—I Law(Neb.Rev.Stat. Section 73-104 et seq.). '''T 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 I. 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. 71 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 91)g13 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. DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Wheel Loaders & Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September 1t,2013 Page 1 CITY CLERK 1819 Farnam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 88183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 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 include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA WheelLoaders 8 Snow Hauling Equipment for 2013.20141Mnter 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 20 redesign,change of material or utilization of standard items or quantity change. 2. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so will indicate accept or reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. It Federal Excise Tax applies,show amount of same and deduct. www.dougtascountyourchasing.orq. DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax in bid. 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 Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the attached five (5)pages of specifications. Hauling Equipment Truck Capacity Estimated#Available 11 to 15 cubic yards BID/hour: $ $ • O 15 to 20 cubic yards 3 BID/hour: $ i w • cp Q Over 20 cubic yards BID/hour: $ Wheel Loader 'BID/hour: $ 1 5 S . ao Wheel Loader ( BID/hour: $ IS S .o 0 Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. 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. 'Refer any questions reaardina the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % 3o Firm: ije% Cejh,.[, 7 In:Ak)64115 /1 Delivery(or completion) Name: S d N-.r-, ‘N. .ONA-k ,e-e-t7 Signature: 1r-a calendar days following award Title: p� /Q� Phone•4-QV`7 4--(t 'Fax:4t . ij21 9 Z Address: l )4 1G^ .a.'-'r- (9,is /�it� 6.510 Street/P.O.Box City State Zip Email Address: DOUGLAS COUNTY • REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders& Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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 �h�,... ,. ���{ v. r-t♦V .O•►S4‘. .LMNti • BY vtih, Title 1, r� �: t CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 ,,.»ua ,toy, iiV.4..1 JIr: f• � ,.- _•ram - `„�� • 1. Regulation: �'r)'u,.cti*='� 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 CI authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. �._ Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat. Section 48-2901 et seq.). ,. 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 ...__ 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. at.. 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. K---...........) 41—.---- n\---- Ci\— — r'5 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. 2013-2014 Winter Season SPECIFICATIONS FOR WHEEL LOADERS AND SNOW HAULING EQUIPMENT GENERAL: This specification is for the rental of wheel loaders and snow hauling equipment on an hourly rate basis. Bidders may bid to provide wheel loaders, dump trucks for hauling snow, or both. This is separate from and in addition to the residential snow plowing contracts awarded based on an earlier bid. The contractor shall furnish one or more pieces of fully operated hauling equipment to include operator, complete maintenance, insurance, fuel and oil. The contractor shall furnish one or more wheel loaders to include operator, complete maintenance, insurance, fuel and oil. Equipment shall meet all requirements necessary for safe and efficient operation, day or night, under all weather conditions. Subcontracting is not allowed without the written permission of the Public Works Director or his/her representative. Bidders shall no bid on snow plows and other snow removal equipment as part of this request for bids. Bidders interested in providing information on the availability and cost of equipment other than snow hauling trucks and wheel loaders may contact Kevin Daily at 402-444-4919. The terms of this agreement will be for one year from the date of the City Council resolution awarding the contracts for fully operated snow hauling equipment to the successful bidders. The City Council may make awards to more than one contractor. If warranted, equipment may be used by the Public Works Department for projects other than snow hauling. Equipment shall meet all state, local and Federal requirements necessary for safe, day and night operation, and under all weather conditions. Public Works Department supervisory personnel will determine the number and type of equipment necessary for each particular operation or project. TRUCK REQUIREMENTS: • 1. The trucks shall be equipped for operation in the snow. Tandem axle trucks shall have power to both rear axles. 2. All vehicles shall be registered in the State of Nebraska and have paid the City of Omaha wheel tax. 3. Bids will be accepted on the type and size of unit listed below and on the bid sheet. Bids may be accepted for other equipment that meets minimum qualifications. Page 1 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications 4. Haul trucks must be capable of carrying a minimum of 11 CY of snow. LOADER REQUIREMENTS: 1. Loader shall have a minimum nominal capacity of 3.0 cubic yards. 2. Loaders shall be capable of operating continuously for a minimum of 24 hours in winter conditions. OPERATOR REQUIREMENTS: The contractor shall furnish experienced, competent operators with sufficient knowledge of Omaha streets to follow routing instructions and/or maps and work with other snow removal equipment as a team. All operators shall be properly licensed for the equipment they operate. INSURANCE REQUIREMENTS: Prior to entering into a rental agreement, the contractor shall furnish certificates of the following insurance to the City of Omaha, Public Works Department, Street Maintenance Division: 1. Workmen's Compensation 2. Public Liability in the amount of$1,000,000 per person. $500,000 per accident and property damage in the amount of $300,000 per accident. All such liability insurance shall apply to liability assured under these specifications. The City of Omaha shall be named as an additional insured to the extent of the operations under this contract. The certification of insurance shall be on file with the Public Works Department prior to any work being performed. Failure to maintain insurance during this contract period will result in no work being given to the bidder and shall result in forfeiture of the bid bond. INDEMNITY REQUIREMENTS: The contractor shall indemnify and save harmless the City, its officers and employees, from all damages, claims, suits and actions of any description, for or resulting from injuries or damages received or sustained by any party or parties, arising out of any act, of said contractor, or his agents, in the execution of work under the contract. INSPECTION REQUIREMENTS: Page 2 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications 1. The City may assign vehicle numbers to all equipment that complies with these specifications. This number shall be affixed to the body of the vehicle by the contractor in such a manner that it is visible at all times while in use under these specifications. If the City does not assign a number, the contractor shall have his own designation for each vehicle used under this contract and shall distinguish between vehicles for billing purposes. 2. The City reserves the right to make a rigid inspection as to mechanical and safety features of any and all equipment dispatched to work sites at any time during the rental period. Such inspections shall in no way relieve the contractor of the responsibility to furnish equipment in compliance with all requirements of these specifications and all applicable state, federal and local laws. All equipment which, in the opinion of the Public Works Director or his/her designated representative, is in poor mechanical condition or otherwise does not comply with these specifications will be rejected. No payment will be made for time expended if said equipment is rejected as a result of such an inspection. OPERATIONAL REQUIREMENTS: 1. OPERATION: Rental equipment shall be assigned tasks by City. 2. CALL: The rental equipment shall be subject to call any time of the day or night. If possible, rental equipment will be ordered at least twelve (12) hours prior to the time required: however, such notice is not guaranteed. Equipment shall report to a location within the City limits of the City of Omaha. The Contractor shall provide and maintain at least two contact persons with telephone numbers for day and night contact which may be used throughout the contract period. All equipment responding to the call will be guaranteed a minimum of four (4) hours of working time. 3. PAYMENT: Payment will be based on the following items: A. The hourly rate bid for each piece of equipment. B. Time for payment will commence at the specified time the equipment has been told to report, provided the equipment is at the reporting location on time. C. The time for payment will terminate when the City releases the rental equipment. D. Payment will be computed to the nearest one-half (1/2) hour. Page 3 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications E. ABSOLUTELY NO PAYMENT WILL BE MADE FOR TIME LOST DUE TO EQUIPMENT BREAKDOWNS, MAINTENANCE OR REPAIRS, LUNCH OR DINNER PERIODS OR ANY OTHER REASONS THAT TAKE THE EQUIPMENT OUT OF SERVICE. Time for payment will not accrue for equipment not in assigned areas and/or working on assigned tasks. F. Payment will continue during the time equipment is being fueled and oiled providing such service is performed on the site by mobile service unit. G. LUNCH OR DINNER PERIODS: It is expected that operators be given rest periods and time to eat. Any billing for more than eight (8) hours in one day will have thirty (30) minutes deducted for a lunch period. For example: if the equipment works from 8:00 AM to 8:00 PM, a period of 12 hours, the amount billed and to be paid shall be 11 '/z hours. H. Payment will be made to the contractor within thirty(30) days after the City of Omaha receives the invoice from the contractor and verifies that the invoice is correct. I. The bill or invoice sent to the City of Omaha shall show the dates and hours for each piece of equipment. 4. BREAKDOWN: All equipment shall be in good mechanical condition when reporting for work. The City will not pay for time lost due to mechanical defect or while performing necessary repairs: This includes breakdowns due to the nature of work being performed. The contractor shall report all breakdowns immediately to the Public Works Supervisor at their reporting location. 5. TERMINATION: The City may order that a piece of equipment be removed from an operation if the continued use of the equipment is deemed to be unsafe or dangerous. No payment will be made one the equipment is deemed unsafe or dangerous. 6. Pursuant to Section 8.05 of the Home Rule Charter of the City of Omaha, no elected official or any officer or employee of the City shall have a financial interest, direct or indirect, in any City contract. A violation of that section with the knowledge of the contractor, in addition to constituting employee malfeasance, shall be cause for the City to unilaterally terminate or void this Agreement. 7. This agreement may not be amended or supplemented except by a Page 4 of 5 City of Omaha Public Works Department Street Maintenance Division Equipment Specifications written change order signed by both parties. 8. The contractor shall not, in the performance of this Agreement, discriminate or permit discriminations against any person because of race, sex, age, or political or religious opinions or affiliations in violation of Federal or State Laws or Local Ordinances. INSTRUCTIONS TO BIDDERS: Bidders shall provide the number of pieces of equipment and unit price for each equipment type on the bid sheet. Bidders shall provide make, model, year of manufacture, HP, hauling capacity, and other characteristics that describe the equipment's snow hauling capacity. Provide information for miscellaneous equipment on additional sheets as necessary. Page 5 of 5 DOUGLAS COUNTY H.H. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Wheel Loaders & Snow Hauling Equipment for 2013-2014 Winter RETURN BIDS TO: Published: September 11,2013 Page 1 CITY CLERK 1819 Farnam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 NO BID BOND REQUIRED NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 25,2013 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Farnam 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 include tax in bid. by the opening date and time indicated in a sealed envelope marked: WhBID ON:CITY OF OMAHA �Loaders 8 Snow Hauling Equipment for 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2013-2014 Winter redesign,change of material or utilization of standard items or quantity change. 2. Right is reserved to accept or reject any or all bids in their'entirety and the bidders shall have the right to appeal any decision to the City Council. Right is also reserved to 6. If you do not bid,return sheets with reason for declining. Failure to do so wiN indicate accept or reject any part of your bid unless otherwise indicated by you. your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT 3. If Federal Excise Tax applies,show amount of same and deduct. ltww.douglascountyourchasing,orq. DO NOT CALL FOR THIS INFORMATION. Exemption certificates will be furnished. Do not include tax in bid. 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 Request for Bid to establish a list of fully- operated and maintained vehicles for snow hauling on the City streets during the winter of 2013-2014. All to be as per the �l attached five (5) pages of specifications. AKC, Dsc. V$.A/ c'l Hauling Equipment 1. UMp �;ict �'1,5 Truck Capacity Estimated #Ava'lab e 11 to 15 cubic yards BID/hour: $ � J, • U`t /NRAA t11DPAt: 1440 15 to 20 cubic yards BID/hour: $ 90, 1) 51 /N1vbrimapAr_ «S Over 20 cubic yards BID/hour: $ eitt 1C tiso f L d Wheel Loader BID/hour: $ • Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Wheel Loader BID/hour: $ Successful bidders will be issued contracts for the season. No other authorization will be valid. Invoicing instructions will be included therein. The City reserves the right to accept or reject any or all bids or alternate bids and to waive any informality. Questions regarding this bid should be directed to: Kevin Daily at(402)444-4919. _ 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. *Refer any cuestions reaardina the BID or SPECIFICATIONS directly to the Purchasing Deoartment 14021444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) PaymentTerms_12___%NC-+ 3b Firm: U)NNj1 -retf, se4VIC6 i p ed In: 1J'p Delivery(or completion) Name: \J i,J►{4aT N ,Rt AD Signature: calendar days following award Title: bwrsit Phone: ,�.r� Fax: µC'2-• Address: tiny\ 1.. �� L/thrnt i+ tO6 G$11`I StreeUP.O.Box City State Zip Email Address: DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Wheel Loaders &Snow Hauling Equipment for 2013-2014 Winter NOT AN ORDER Page 2 DESCRIPTION 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 U`1Ng S ?241 See a►cJ By Vimfi PAckawz Title �eat, CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 we, . Regulation: 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 gtriauthorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. ,�►ti1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of i■ Employee law(Neb.Rev. Stat. Section 48-2901 et seq.). FynContractor 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 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. `11 Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project i comply with the prov' ions of the Responsible Contractor Compliance Form RC-1. grz�r � 3 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. ``llQ 1 NO. �7P _S Resolution by Res. that, as recommended by the Mayor, the bids from Action Contracting, Blade Masters Grounds Maintenance, Inc., Cockerill Enterprises, Inc., DPS, LLC, Dana Enterprises, Inc., Fucinaro Excavating Co., Inc., Gruhn Trucking, Inc., Leeway Trucking, Inc., Nebraska's Best, Sevenings Lawn & Landscape, Navarro Enterprise Construction, and Vinny's Tree service for wheel loaders and snow hauling equipment rentals for the 2013-2014 winter season as detailed in the bid tabulation, be accepted; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Snow and Ice Control Organization 116154, year 2013 expenditures; and, that the Public Works Department be authorized to negotiate with additional contractors for equipment at the same rate or less and enter into a contract not to exceed the highest bid accepted. 229413Ascp !.' Presented to City Council NOV - 5 2013 Adopted o gutter grown City Clerk