Loading...
RES 2013-0200 - PO to Hamilton Equipment Company for skid steer loaders otAAH • _ 11 s� f L t�� �_ Lyublic Works Department c; �' Omaha/Douglas Civic Center �}`ik L . 1 r^ 1819 Farnam Street,Suite 601 n ',1*- " February 12, 2013 �c_;� - ( ° ,�, . .� n r- .:.• .. Omaha,Nebraska 68183-0601 tt, (402)444-5220 4 �4reD FEB4P C i T r Fax(402)444-5248 City of Omaha n f1 `k Robert G. Stubbe,P.E. 1[ E Jim Suttle,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing tla Puc:,i•is1.1Lt ,i t to issue a Purchase Order to Hamilton Equipment Company on the bid for the puck tvv o steer loaders in the amount of $123,700.00 as detailed in the attached comnruna ion to be utilized by the Street Maintenance Division. Vehicle Maintenance has recommended the award to Hamilton Equipment Cot,loair, ba ec, on bids supplied to the State of Nebraska per Contract No. 13277 OC. The contractor has a current Contract Compliance Report Form (CC-1; on Ilk. .',s i•; City policy, the Human Rights and Relations Department will review the co:izai.t, .o , n ,nrc compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of two skid ste, r l ,:n e , ; ,he and Highway Allocation Fund 12131, Pavement Maintenance Organi , 1, I t 1 > , :; 1 funding. The Public Works Department recommends the acceptance of the bid f:on I Company in the total amount of $123,700.00 and requests your eon:Ades this Resolution. Respectfully submitted, Referred City Conn. .1 lut n:: kct-14€ ( , /5 Rob t G. Stubbe, P.E. Date Mayor's 3c I)ate Public Works Director Approved as to Funding: Approv ed. ti.-4aH(F Leslie A. Schaefer Date Human Rights and ; )ate ' Interim Finance Director Department 205913scp Preiner, Sue (PWks) From: McCoy, Marc (VMF) Sent: Friday, January 11, 2013 7:19 AM To: Preiner, Sue (PWks) Cc: McIntyre, Scott (PWks); Hurt, Holly (Prch); Carlson, Eric J. (Prch); Nissen, Joe (J`/IF), Fans, Steve (VMF) Subject: 2013 Skid Steer Loader with Attachments Attachments: r13277(oc)awd Skid Loader.pdf INTEROFFICE MEMORANDUM TO: SUE PRI:INER FROM: MARC MCCOY SUBJECT: STREET MAINTENANCE SKID STEER LOADER WITI-I ATTACI MINTS DATE: 01/09/2013 CC: SCOTI'MCINTYRE,IIOLLY HURT,ERIC CARISON,JOE NISSEN,S'I1 \E FARIS Sue, please generate a Council resolution for the purchase of two (2) Skid Steer Loaders with attachments to be utilized by the Public Works Street Maintenance Division. These loaders will be purchased and equipped using the following State Contract. Contract 13277 2013 Skid Steer Loader with Attachments Quantity Description Cost Each Total Cost SKID STEER LOADER WITH 2 ATTACHEMENTS $112,475.00 $224,950.00 2 NO 18 INCH PAVEMENT PLANER (DEDUCT) ($10,775.00) ($21,550.001 2 NO ANGLE BROOM (DEDUCT) ($4,600.00) ($9,200.00) 2 NO WHEEL SAW (DEDUCT) ($12,000.00) ($24,000.00; 2 NO VIBRATORY ROLLER (DEDUCT) ($6,600.00) ($13,200.00) 2 NO POST HOLE AUGER (DEDUCT) ($2,900.00) ($5,800.00) 2 NO BRUSH SAW (DEDUCT) ($4,250.00) ($8,500.00 2 NO STUMP GRINDER (DEDUCT) ($5,700.00) ($11,400.00) 2 NO INDUSTRIAL GRAPPLE (DEDUCT) ($2,550.00) ($5,100.00) 2 NO WATER SYSTEM t$1,2`h0.00) ($2,5500 00 TOTAL $123,700.00 Scott McIntyre will submit a requisition for the purchase. Attached is the State Contract. The contact person for this bid is: John Hestermann 1 Hamilton Equipment Company 8605 Cornhusker Highway Lincoln,Nebraska 68507-9813 Phone (402)464-6381 Fax(402)464-5989 "ph nra hamiltonequipmcntco.coin Thank you, Marc McCoy Equipment Services Manager City of Omaha Fleet Manageent 2606 N. 26th Street Omaha,Nebraska 68111 (402)444-6191 Office 2 STATE OF NEBRASKA CONTRACT AWARD State Purhasin j Bure<u 301 Centennial Mall Scut: 1st Floor Lincoln,Nebraska 68508 OR PAGE ORDER DATE P O Box 94847 1 of 5 05/04/12 Lincoln,Nebraska 68E'19‘.847 Telephone (402)471-'4'i BUSINESS UNIT BUYER Fax (402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500093 13277 OC VENDOR ADDRESS: HAMILTON EQUIPMENT COMPANY 8605 CORNHUSKER HIGHWAY LINCOLN NEBRASKA 68507-9813 AN AWARD HAS BEEN MADE TO THE VENDOR NAMED ABOVE FOR THE FURNISHING OF EQUIPMENT, MATERIAL,OR SUPPLIES AS LISTED BELOW FOR THE PERIOD: MAY 01, 2012 THROUGH APRIL 30, 2013 NO ACTION ON THE PART OF THE VENDOR NEEDS TO BE TAKEN AT THIS TIME. ORDERS FOR THE EQUIPMENT OR SUPPLIES WILL BE MADE AS NEEDED BY THE VARIOUS AGENCIES OF THE STATE. THIS CONTRACT IS NOT AN EXCLUSIVE CONTRACT TO FURNISH THE EQUIPMENT OR SUPPLIES SHOWN BELOW, AND DOES NOT PRECLUDE THE PURCHASE OF SIMILAR ITEMS FROM OTHER SOURCES. Il. & THE STATE RESERVES THE RIGHT TO EXTEND THE PERIOD QF THIS CONTRACT BEYOND THE TERMINAT,ON ',A1 E WHEN MUTUALLY AGREEABLE TO THE VENDOR AND THE STATE OF NEBRAASKA. Original/Bld Document 3935 OF Contract to supply and deliver Skid Steer Loader with Attachments as per the attached specifications,terms and co d,`ions for a period of one(1)year beginning May 1,2012 throughlApril,30,2013. The contract may be renewed for four(4\ additional one(1)year periods when mutually agreeable to the vendor'and the State of Nebraska. The State reserv-s the right to extend the period of this contract beyond the termir1ation date when mutually agreeable to the vendor and th : -:tcte of Nebraska. I Quantities shown are estimates only and are not to be construed to mean firm quantities. The State of Nebraska reserves the right to increase or decrease any quantities shown. The State may request that paymentfbe,made electroniclly insfeed of by state wt grant.ACH/EFT Enrollment Form can be found at:http://www.das.state.ne:us/account1ngfformslachentol,pdf , 1 s w.°. k1 . f� y p l. The Contractor is r aired and hereby gr es o e a fe 1et'a(°mtni r tton,verffi t'oSystem to determine the work eligibility status of new employees physically pe ormtn 'services)+ithin,ihe,`State'Of tebreska,•*A ‘deral'in?rnlgration verification system mean the ele rgnic y rificafip i pf,th,e Ni rk.aN th rizstton ro,,riim authorized�by�the Illega t;mmlgration Reform and Responsibility Act of 993,'8 U.S.C`:1324a, t'riown as'I*N/ttify'Pro'grarri,or an egdiVal'er1tfederal program designed by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. The contractor certifies that the contractor is not presently debarred,suspended, proposed for debarment, declared ,n.ligible, or voluntarily excluded by any federal department or agency from participating in transactions(debarred). The cont or alsp agrees to include the above requirements in any and all subcontracts into which it enters. The contractor shall imm( notify the Department if,during the term of this contract,contractor becomes debarred. The Department may lmmeclin,ely terminate this contract by providing contractor written notice if contractor becomes debarred during the term of this c c kract 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 proviae the US Citizenship and Immigration Services documentation require to verify the Contractor's lawful presence in the UniLec. States using the Systematic Alien Verification for Entitlements(SAVE)Program. MAT R E ADMINISTRATOR RC3s00,N,5(R1011 JO,3 STATE OF N E B RAS KA CONTRACT AWARD State Purchasing Sure, 301 Centennial Mall So it, 1st Floor Lincoln,Nebraska 6850 OR PAGE ORDER DATE P Box 94847 _ Linn coln,Nebraska 6850.;-aA4? 2 of 5 05/04/12 BUSINESS UNIT BUYER Fax(402)4(7020891-2401 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500093 13277 OC 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, The parties hereby agree that the following documents are incorporated into the contract resulting from this Invitation to Bid: 1.The signed Invitation to Bid Contract document; 2.The original ITB document; 3.Any Addenda and or Amendments to include Questions and Answers; 4.Warranty documents supplied with the bid; 5.The contract award. Unless otherwise specifically stated in a contract amendment, in case of any conflict between the incorporated docu no its, the documents shall govern in the following order of preference with number 1 receiving preference over all other do._;rents and with each lower numbered document having preference over any higher numbered document: 1)the contract a a i, 2) ITB addenda or amendments,to include Questions and Answers,.with the latest dated amendment having the highe:;t rionty, 3)the original ITB,4)the signed ITB Contract document, 5)wariranty,documents supplied with the bid. Any remaining uncertainty or ambiguity shall not be interpreted against either party because such party prepared an) portion of the Agreement, but shall be interpreted according to the application of rules of interpretation of contracts generally It is understood by the parties that in the State of Nebraska's,'9p'iniori,any limitation on the contractor's liability is unconstitutional under the Nebraska State Constitution,Article XIII„Section 3 and that any limitation of liability shall ,o:oe binding on the State of Nebraska despite inclusion of such lahguage in documents supplied with the contractor's bid t Vendor Contact:John Hestermann ' : Phone: 402-464-6381 Fax: 402-464-5989 E-Mail:john@hamiltonequipmentco.com I (05/04/12jh) ;, ; ' t r Estir1ated Unit of Unit Line DescriptionI *x`-.Quantity' - Measure Price 1 SKI STEER,LOADER WITH ; ., ti t ' � 4 STEER,, ,, � ;IO.00QO EA 11�.•t�5.0000 ATTACHMENTS " " ; • .'. - ;' Make: Bobcat Model: S750 Engine: Kubata Tier 4; Diesel OPTIONS The options shall meet or exceed the following requirements which are exceptions to specifications. Bids IT ,st be furnished if available for below list and not included as standard equipment or required in main part of this specification. BUYER INITIALS R,1 1590,,SCRM:1 109123 STATE OF N E B RAS KA CONTRACT AWARD State 301 Centenn en BU nrnal al Mall S outf,1st Floor Lincoln Nebraska 6850o OR PAGE ORDER DATE L O Box 94847 incoln3 of 5 05/04/12 Telephone Ne(402) 71-6852 47 BUSINESS UNIT BUYER Fa (402)471 9000 CONNIE HEINRICHS(AS) CONTRACT NUM3ER VENDOR NUMBER. 500093 13277 OC Hp IIIIIIII Estimated Unit of Un ' Line Description Quantity Measure Price 2 EQUIPMENT PARTS CD-ROM 10 0000 EA 90.0000 3 ENGINE PARTS CD-ROM 10.0000 EA 0.0000 INCLUDED IN EQUIPMENT PARTS CD-ROM 4 SOLID FLEX TIRES(12X16.5) 10 0000 EA 1,500.0000 5 ENCLOSED CAB W/HEAT ONLY 10.0000 EA -1 600.0000 NO AIR CONDITIONER(DEDUCT) ,, _ ` 6 ROPS ONLY MACHINE WITH NO ei 10.0000 EA -2 100 0000 ENCLOSED CAB W/HEATER OR 'ii, Air Conditioner(deduct) 9 ` 7 NO 18 INCH PAVEMENT PLANER 3 t 10 0000 EA -10 7/5 0000 (DEDUCT) I 8 NO HYDRAULIC HAMMER y 10.0000 EA - t 0 0000 (DEDUCT) I , 9 NO ANGLE BROOM I 10.0000 EA -4 6(0 0000 (DEDUCT) ° 10 NO WHEEL SAW -110.0000 EA -12 000 0000 (DEDUCT) I 11 NO VIBRATORY ROLLER III •, = ' �10.0000 EA -6 600 0000 (DER�1 T� w (' , ' ', - i ., . ,'J k 12 NO POST HOLE AUGER 10.0000 EA -2 900 0000 (DEDUCT) 13 NO BRUSH SAW 10.0000 EA -4 250 0000 (DEDUCT) 14 NO STUMP GRINDER 10.0000 EA -5,700 0000 (DEDUCT) 15 NO INDUSTRIAL GRAPPLE 10.0000 EA Is 0 0000 (DEDUCT) 16 NO 40 INCH PAVEMENT PLANER 10 0000 EA -1' 7(,0 0000 (DEDUCT) 17 NO WATER SYSTEM 10.0000 EA -1 2t)0 0000 BUYER I ALS k l.H Jl 11 3 STATE OF NEBRASKA CONTRACT AWARD State Purchasing Bure` 301 Cente inrel Mall So''r 1st Floor Lincoln,Nebraska 68509 OR PAGE ORDER DATE P O Box 94847 4 of 5 05/04/12 Lincoln,Nebraska 685c9-4847 Telephone (402)471-24C" BUSINESS UNIT BUYER Fax (402)471-2089 9000 CONNIE HEINRICHS(AS) CONTRACT NUMBER VENDOR NUMBER: 500093 13277 OC Estimated Unit of Unit Line Description Quantity Measure Price (DEDUCT) 18 NO AM/FM RADIO 10.0000 EA -125 0000 (DEDUCT) 19 ADDITIONAL COST FOR DELIVERY 1.0000 MI 4 0000 OUTSIDE THE LINCOLN AREA P r. v K M ' f { i b R ca I A 1 I a P {5 y • pk �'P spy l3 r r{�9hw 8 i i d.Ir i, r n �Ya�'`� i rA't: x� , .63 ` asp kry�. "J i ` )v I A PI .i1 1 all I • � K'`"f I BUYER INITIALS R43,CCIN SCRO I 1)0423 STANDARD CONDITIONS AND TERMS OF BID SOLICITATION AND OFFER Invitations to Bid and Contract Awards It is the responsibility of the bidder to check the website for all information relevant to this solicitation to include addenda and/or amendments issued prior to the opening date. Website address: )'ittu:llwww.das.state,tie.uslmateriel/purchasing/purchasing,llim SCOPE-These standard conditions and terms of bid solicitation and acceptance apply in like force to this inquiry and to any subsequent contract resu'tin I therefrom PRICES-Prices quoted shall be net, including transportation and delivery charges fully prepaid by the bidder, F.O B. destination named in the Invitation to Bid No additional charges will be allowed for packing,packages or partial delivery costs.When an arithmetic error has been made in the extended total,the unit price will govern EXECUTION-Bids must be signed in ink by the bidder on the State of Nebraska's Invitation to Bid form.All bids must be typewritten or in ink on the State of Nebraska's Invitation to Bid form.Erasures and alterations must be initialed by the bidder in ink.No telephone or voice bids will be accepted.Failure to comply with these provisions may result in the rejection of the bid. FACSIMILE DOCUMENTS-The State Purchasing Bureau will only accept facsimile responses to Invitations to Bid on bids under$25,000 and u,)to ten (10)pages. However,two party sealed bids containing facsimile pages are acceptable. No direct facsimile solicitation responses will be accepted for a commooity contract VALID BID TIME-Bids shall be firm fora minimum of sixty(60)calendar days after the opening date,unless otherwise stipulated by either party in the In citation to Bid DISCOUNTS-Prices quoted shall be inclusive of ALL trade discounts Cash discount terms of less than thirty(30)days will not be considered as part of the bid.Cash discount periods will be computed from the date of receipt of a properly executed claim voucher or the date of completion of delivery of all items in a satisfactory condition, whichever is later. PAYMENT-Payment will be made by the responsible agency in conjunction with the State of Nebraska Prompt Payment Act 81-2401 through'40c The Slate may request that payment be made electronically instead of by state warrant. COLLUSIVE BIDDING-The bidder guarantees that the prices quoted have been arrived at without collusion with other eligible bidders and without, r t to preclude the State of Nebraska from obtaining the lowest possible competitive price LUMP SUM OR ALL OR NONE BIDS-The State reserves the right to purchase item-by-item,by groups or as a total when the State may benefit I y so doing Bidders may submit a bid on an"all or none or"lump sum"basis but should also submit a bid on an item-by-item basis The term all or none"means a ro rtional bid which requires the purchase of all items on which bids are offered and bidder declines to accept award on individual items,a"lump sum"bid is one in whi, I i e udder offers a lower price than the sum of the individual bids if all items are purchased but agrees to deliver individual items at the prices quoted SPECIFICATIONS-Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for rn fe-er,ce and not intended to limit competition,but will be used as the standard by which equivalent material offered will be judged The State Purchasing Director will he the sole fudge of equivalency.The bidder may offer any brand which meets or exceeds the specification.When a specific product is required,the Invitation to Bid wills sate.Any item bid is to be the latest current model under standard production at the time of order.Nip used er refurbished equipment will be accepted,unless otherwise stated ALTERNATE/EQUIVALENT BIDS-Bidder may offer bids which are at variance from the express specifications of the Invitation to Bid The State rc,'Pies the right to consider and accept such bids if,in the judgement of the State Purchasing Director'',the,bid will result in goods and/or services equivalent to or be' '. han those which would be supplied in the original bid specifications. Bidders must indicate on„the;Ilvitation to Bid the manufacturer's name, number and shall ,.,t it with their bid, sketches, descriptive literature and/or complete specifications. Reference to literature submitted with a previous bid will not satisfy this provision ft ds which do not • comply with these requirements are subject to rejection.In the absence of any stated deviation or exception,the bid will be accepted as in strict compliance with all terms, conditions and specifications,and the bidder shall be held liable therefore. '. rf SAMPLES-When requested,samples shall be furnished at the bidders expense priorito the opening of the bid,unless otherwise specified Each sample must be labeled clearly and identify the bidders name,the Invitation to Bid number and the ikertl nunjber. Samples submitted must be representative of the commodiries or equipment which would be delivered if awarded the bid.The State of Nebraska reserves the rightloFrequest samples even though this may not have been set forth in the Invitation to Bid.Samples not destroyed in testing will be returned at bidders expense,if rejuested1 or will be donated to a public institution. RECYCLING-Preference will be given to items which are manufactured or produced from recycled material or which can be readily reused or recycled after their normal use as per State Statute Section 81-15,159. LATE BIDS-All bids will be time and date stamped upon receipt by the State purchasing Bureau,and this shall be the official time and date of receipt Bids received after the time of the bid opening will be considered late bids and will be returned to the bidder unopened The State Purchasing Bureau is not responsible for late bids or lost requests due to mail service inadequacies,traffic or other similar reasons. BID OPENING-Openings shall be public on the date and time specified on the Invitation to Bid form.It is the bidder's responsibility to assure the b d Is delivered at the designated date,time and place of the bid opening.Telephone bids are not acceptable.A bid may not be altered after opening of the bids NO BID-If not submitting a bid,respond by returning the Invitation to Bid form explaining the reason in the space provided Failure to respond to an'n vi,ation to Bid may be cause for the removal of the bidder's name from the mailing list NOTE:To qualify as a respondent,bidder must submit a"NO BID"and it must be received no later than the stated bid opening date and time. AWARD-All purchases, leases, or contracts which are based on competitive bids will be awarded to the lowest responsible bidder, determn d according to the provisions of State Statute Section 81-161,R.R.S. 1943 .The.Satate reserves the right to reject any or'all bids,wholly or in part and to waive any deg at,ns or errors that are not material,do not invalidate the,legitimacy of the bid artdp Rot improve,the bidders competitive position.All awards will be made in a manner deemed in the best interest of the State. , ' I , BID TABULATIONS-Tabulations will 1be ftrnishedupon written reque'st.'A self-addressed, stamped envelope which must include the agency am si 'citation number must be enclosed.Bid tabulations will not be provided by telephone or facsimile Bid files may be examined during normal working hours by appoint' . Bid labclations are available on the website at: http•I/www das state ne.usimaleriel/purchasing/bidtabs htm PERFORMANCE AND DEFAULT-The State reserves the right to require a performance bond from the successful bidder, as provided by law w I expense to the State Otherwise, in case of default of the contractor,the State may procure the articles from other sources and hold the contractor responsible +, any excess cost occasioned thereby. IN-STATE PREFERENCE-A resident bidder shall be allowed a preference against a nonresident from a state which gives or requires a preference to'adders from that state.The preference shall be equal to the preference given or required by the state of the nonresident bidders.Where the lowest responsible bid from a.esident bidder is equal in all respects to one from a nonresident bidder from a state which has no preference law,the resident bidder shall be awarded the contract. NONDISCRIMINATION-The Nebraska Fair Employment Practice Act prohibits contractors of the State of Nebraska,and their subcontractors,from e a ,mingling against any employee or applicant for employment, to be employed in the performance of such contracts, with respect to hire, tenure, terms, uondit,ont. or pr.vileges of employment because of race,color,religion,sex,disability,or national origin.(State Statute Sections 48-1101 through 48-1125)The bidder guarantees compliance with the Nebraska Fair Employment Practice Act,and breach of this provision shall be regarded as a material breach of contract.The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this Invitation to Bid. TAXES-Purchases made by the State of Nebraska are exempt from the payment of Federal Excise Taxes,and exemption certificates will be furnished on request.State and local taxes are exempt by State Statute Section 77-2704(I)(m)R.R.S.1943 and must not be included in the bid prices.Exemption by statute precludes the furnishing of State exemption certificates. DRUG POLICY-Bidder certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the State. GRIEVANCE AND PROTEST-Grievance and protest procedure is available by contacting the buyer Protest must be filed within ten(10)days of award NE ACCESS TECHNOLOGY STANDARDS-Vendor agrees to ensure compliance with Nebraska Access Technology Standards. See website at http:/www.retc.state.ne.us/standards/accessibility/ Revised 0212004 Page 5 of 5 SPECIAL CONDITIONS Contract to supply and deliver Skid Steer Loader with Attachments to the State of Nebraska a er the attached specifications for a one year period from date of award. Contract may be renewed for four(4) additional one (1) year periods when mutually agreeable with the vendor and the StatE of Nebraska. The State reserves the right to extend the period of this contract beyond the termir ttion date when mutually agreeable with the vendor and the State of Nebraska. If the vendor breaches this contract, the State of Nebraska may, at its discretion, terminate the contract immediately upon written notice to the vendor. The State of Nebraska shall pay the vendor only for such performance as has been properly completed and is of use to the State of Nebraska. The State of Nebraska may, at its discretion, contract for provision of the goods or services required to complete this contract and hold the vendor liable for all expenses incurred in such additional contract over and above the total cost of performance. This provision shall not preclude the pursuit of other remedies for breach of contract as allowed by law. Bid prices shall be FOB Destination, with no additional charges for packing or handling. Quantities stated are estimated only and shall not be construed to be either a minimum or a maximum. The orders shall be for the actual quantities of each item ordered by or for any ag , ,;y, during the life of the contract. Vendor shall not impose minimum order requirements. Prices shall remain firm for the duration of the initial 90 days of the contract period. If adjustn — is are necessary at the end of this period, a request for increase must be submitted in writing to the state Purchasing Bureau at least thirty (30) days prior to the effective date and accompanied by supp )rting manufacturer's documentation indicating percentage of increase. The supporting documentation must clearly establish the increase is for all customers, not to the State of Nebraska alone. The State further reserves the right to reject any proposed price increase within 15 days of re ,o pt, cancel the contract and re-bid if determined it is in the best interest of the State. No price increases are to be billed without prior written approval by the State Purchasing Bureau. It is understood and agreed that in the event of a reduction in the manufacturer's published standard price list for all or any portion of the proposed items, the State of Nebraska will be given full benefit of such decline in price immediately. The contract may be terminated at any time upon mutual consent of the parties, or by the State of Nebraska, with or without consent upon thirty (30) days written notice. Vendor is to supply information regarding contract usage by State Agencies, Boards, and Commissions. Information will include: Agency, Item(s) purchased, and dollar amount. Info mation will be provided to State Purchasing Bureau at the end of the contract or upon renewal of the contract. Contract supplier or suppliers may honor pricing and extend the contract to political sub-divis,oi s, cities and counties. Terms and conditions of the contract must be met by political sub-divisio,c cities and counties. Direct all inquiries to the buyer: Connie Heinrichs, State Purchasing Bureau, 301 Centennial Mall South, PO Box 94847, Lincoln, NE 68509. Phone: 402-471-2401. G06-12 STATE OF NEBRASKA DEPARTMENT OF ROADS � _,�5, l e� 3 >{ ..t � _ E Lt �7 a,' }t, r ,i� -wry ` 4„ G06-12 February 2012 EAMS-Gf6 SCOPE THE SKID STEER LOADER WITH ATTACHMENTS SHALL BE THE LATEST CURRENT MODEL OF PROVEN PERFORMANCE AND UNDER STANDARD PRODUCTION BY THE MANUFACTURER AN IS TO BE OF STANDARD DESIGN, COMPLETE AS REGULARLY ADVERTISED AND MARKETED INCLUDING ALL SPECIFICED ACCESSORIES, TOOLS AND SPECIAL FEATURES. All necessary ; u is for satisfactory operation of the equipment whether or not they may be specifically mentioned below. Compete detailed specifications and advertising data sheets with cuts or photographs should be attached to the invitation to bid on the IDENTICAL equipment proposed. ANY INFORMATION NECESSARY TO SHUN COMPLIANCE WITH THESE SPECIFICATIONS, IN ADDITION TO INFORMATION GIVEN ON ADVERTISING DATA SHEETS, SHOULD BE SUPPLIED IN WRITING AND ATTACHED TO THE BID DOCUMENT. The Unit must meet or exceed the following requirements. RIGHTS The State of Nebraska reserves the right to waive technicalities and to reject any or all bids. NON-COMPLIANCE STATEMENT Read this specification carefully. Any or all exceptions to this specification must be written on or attac led to invitation to bid. Non-compliance can void your bid document. DELIVERY Between 9:00 AM and 3:00 PM daily, except Sunday, Saturday and holidays. Delivery desired prior to 60 days after receipt of purchase order; deliveries quoted beyond 60 days are an award consideration. Vender -lust notify Fleet management minimum of 24 hours prior to delivery on workday basis at (402)479-4319 c (1323. Department of Roads'equipment will be delivered to 5001 South 14th Street, Lincoln, Nebraska. Meets Specification—Please indicate—(if other, explain on comment line). YES NO OTHER 1. GENERAL A. Rubber tired unit,four wheel drive. B. Unit to have hydraulically operated bucket and marketed for industrial use. C. To be equipped with OSHA approved ROPS Cab with heater and air conditioning. D. Adjustable,vinyl,suspension seat and seat belt required. E. Electronic backup alarm required. F. Travel speeds from minimum 0 to 6.5 mph,forward and reverse. G. Minimum ground clearance 8 inches. H. Operating weight of loader alone,without ballast or optional counterweights, must be at least 8,360 pounds. Other or Comment YES NO OTHER 2. LOADER A. Equipped with Heavy Duty Dirt bucket. k 1. Heaped capacity of not less than 14 cubic feet. 2. Welded on Cutting Edge to be minimum ''/2 inch by 6 inch. 3. Bucket will have a bolt on edge installed. 4. Bucket to be hydraulic self-leveling type. 5. The width of the cutting edge of the bucket shall not be less than 65 in;hes and not less than the overall width of the machine. 1 G06-12 B. Rated operating capacity(SAE J732)of 3,000 pounds,without counterweight kit to maximum height. 4 C. Minimum tipping load of 6,300 pounds. D. Dump angle at maximum height shall be at least 41 degrees. E. Dump Height with bucket shall be at least 98 inches. F. Reach at maximum height shall be at least 30 inches. G. Minimum hydraulic system shall have a total pump capacity of 33 GPM at governed RPM. 1. Operating pressure to be minimum of 3000 PSI. 2. AUXILIARY OR HIGHER OUTPUT PUMP (Hy-flo hydraulics) MUST BE X H. FURNISHED FOR PLANER OPERATION. Hydraulic oil cooler and 4 to 10 micron filter system required. —4"-- I. Bucket shall attach to boom arms with a hydraulic quick connect/disconnect hitch that is compatible with other attachments listed in this specification, and to La universal skid loader quick attach. J. Counterweights are required if recommended by manufacturer for loader arr., planer operations. K. Twin double acting lift cylinders required. L. Twin bucket cylinders -4_ M. Water system for dust control including poly tank(s), hose, control, nozzle(s,, t 2 volt pump and other items necessary for operation is required. 1. Water tank(s)to be easily removable for cleaning and winter storage 2. Tank(s)not to increase the height of machine. N. Optional valve to front of machine. Other or Comment YF NO OTHER 3. ENGINE A. Four cycle diesel engine X. B. Minimum 80 net horsepower required at manufacturer's recommended governed Speed. C. Air cleaner of two-stage type,with restriction gauge. 1. Pre-cleaner required of Turbo II, Centri brand or OEM rotary ejection style precleaner. D. Muffler required. E. Polypropylene or Ethylene glycol antifreeze protection to minimum 34 degrees below zero Fahrenheit to be furnished in all water-cooled units. F. Cold weather starting aid including cartridge or glow plugs shall be included. G. Unit shall have a 110-volt engine coolant heater with sturdily-mounted male receptacle and cover for liquid cooled units. H. Fuel tank capacity minimum 22 gallons. Please state fuel capacity: c3 7' Other or Comment YES NO OTHER 4. OPERATOR'S STATION __X_ A. Electric starter with security type ignition or switch with removable key requi,e,,, Please state what is being provided: K.,Sw.4-0--.�.+`Crw,ove-t.C-L Ay B. Electrical system shall be 12 volt. 1. State battery Cold Cranking Amps: 9.50 _ 2. State alternator amperage: 9p C. Instruments shall include fuel gauge, engine temperature gauge or indicator, oil pressure gauge or indicator and tachometer. D. Ammeter or voltmeter or indicator and hourmeter to be furnished. E. Audible alarm for low fuel level,low engine oil pressure,and high engine temperature to be provided if available from manufacturer. 1. Auto engine shut down for the above listed if available from manufacturer. F.AM/FM radio. 2 G06-12 Other or Comment YES NO OTHER 5.TRANSMISSION A. Hydrostatic with chain drive to four wheels. Other or Comment YES NO OTHER 6. CONTROLS `/� A. Float position in lift valve circuit,independent steering, throttle and other coniros normally furnished by manufacturer. B. Preferable steering to be by hand lever(s)if available from manufacturer. Other or Comment YES NO OTHER 7. BRAKES YES, A. Manufacturer's recommended type. _ B. Mechanical parking brake as regularly supplied by the manufacturer. _ 1. Parking brake to automatically engage when operator leaves seat. Other or Comment YES NO OTHER 8. TIRES A. Minimum 12.00 x 16.5 inch-12 ply with rim guard, modified grader or chew Dr lug Tread or severe duty non direction tread with a tread depth of at least 21/32 inch. • B. Preferred tires would be Goodyear, Michelin, Bridgestone, Bobcat, Cat, Fireulone, SKS or General and would carry said company name. Other brands m'1y he acceptable if brand normally supplied by manufacturer is not listed. Brun: and other pertinent information MUST BE suppli d with bid. Tire brand if not one of preferred brands: L(4 c. C. Tires shall have synthetic foam-filled rubber sealant in entire cavity of tires. Other or Comment YFr,S NO OTHER 9. 18" PAVEMENT PLANER �( A. Coneqtec, Gehl,Alitec, Caterpillar,John Deere, Bobcat or equivalent approved in writing by Fleet management 5 days prior to bid opening any approved addendum will be posted to the State Purchasing Bureau website. B. Hydraulically-operated concrete and asphalt planer of minimum 18 inches width. 1. Shall mount on loader boom. 2. Have a minimum 22-inch hydraulic side shift and be equipped with controls so that the planer can sideshift from operator's seat. 3. Quick connect/disconnect hitch. 4. Flush-face hydraulic couplers required. Parker brand preferable. Brand bidding: f c4i 4cf- C. Minimum cutting depth of 4 inches and minimum tilt capability of seven degr3es. D. Depth skids or wheels are to be adjustable of hydraulic type only. _ E. Cutter drum for concrete and asphalt shall have minimum 60 tool bit holden, 1. Carbide tool bits will be Wirtgen W6, Sandvik K6MW1949-3866 or TT equivalent. 2. Holders must be capable of accepting Wirtgen, Sandvik or equivalent bits from above. 3. A tool for replacing bits required. F. Must be capable of planning flush to curb. 3 • G06-12 Other or Comment YES NO OTHER 10. 40" PAVEMENT PLANER A. Unit bid to be Bobcat or Coneqtec 40 Inch High Flow Planer attachment or equivalent. ALL OTHER BRANDS NEED TO HAVE ADEQUATE REFERENCES PROVIDED, HAVE ADEQUATE SERVICE FACILITIES IN NEBRASKA, BE FIELD PROVEN AND BE APPROVED IN WRITING B(FLEET MANAGEMENT OF THE DEPARTMENT OF ROADS FIVE (5) DAYS PRIOR TO BID OPENING. Any approved addendum will be posted to the State Pt:,chasing Bureau website. B. Weight to be minimum 2,300 pounds _ (L C. Overall attachment width to be approximately 68 inches. _ D. Standard drum cutting width to be minimum 40 inches. E. Cutting depth to be from 0 to at least 5 inches. F. Hydraulic side shift of minimum 24 inches. ___�_ G. Must be able to plane within 4 inches of curb. __,-�_ H. Cutter drum for concrete and asphalt shall have minimum 72 tool bit ho.,c' s. 1. Carbide tool bits will be Wirtgen W6, Sandvik K6MW1949-3866 or equivalent. 2. Holders must be capable of accepting Wirtgen, Sandvik or equivalen, h is from above. 3. A tool for replacing bits required. �p I. Planer to have water spray nozzle kit. ". >C. J. Operator's manual must accompany each unit delivered. K. Manufacturer's usual warranty shall apply,and shall be in effect for at least one year from the date the equipment was placed in service. • 1. 40"pavement planer must be approved for use on Skid Steer Loader bid and not void any new warranty on New Skid Loader bid. L. The planer housing will oscillate approximately plus or minus 8 degrees for cutting at an angle or matching uneven surfaces. 1. An oscillation indicator will be provided. M. The planer will have hydraulic oscillation controlled from the operator's seat. _ __ N. The oscillation of the planer will be capable of a"locked position"to prevent rotation if desired. O. The teeth shall have a carbide tip,easily installed with supplied tool. P. The unit shall have depth control for skis/wheel assembly and the depth v,II be x Indicated by a depth gauge and be visible from the operators seat. Q. The planer will be easily attached by means of hydraulic couplers, elec.(,u, I R. connector and mounting frame. Planer mounting will not hinder the standard lift arm actions on the load-r. Other or Comment: YES NO OTHER 11. HYDRAULIC IMPACT HAMMER ATTACHMENT 4 A. The impact hammer shall be in the 500-foot pound class. B. The impact hammer must deliver minimum 1300 blows per minute at 20 Gf ,v1. C. Impact hammer must weigh at least 500 pounds. D. The impact hammer must not require more than 23 GPM at a maximum 3000 PSI. 1. It must operate satisfactorily on the skid steer(s)described on attachment. _ 2. High pressure hoses and flush face quick couplers for male and female sides shall be furnished. E. Mounting assembly to be included with impact hammer and the unit must `/ properly fit the skid steer(s)bid. �( 1. Quick Attach attachment to fit both the impact hammer and the skid steer bid above 2. Vendor WILL NOT be required to install impact hammer. F. Nail or Moil point bit required 4 G1 GO -12 V x 1. Concrete point tool required. If concrete tool cannot be rotated 90 degrees, then both in-line and cross-cut tools must be furnished. 2. Tools shall be minimum 2.38 inches in diameter. G. Breaker Performance to conform to the following guidelines 1. A guideline for recommended working thickness to be 6 to 14 inches e' reinforced concrete. _ 2. A guideline for demolished volume per hour to be 5-15 cubic yards per hour on non-reinforced concrete and 2-6 cubic yards per hour on reinforced concrete. H. Operator's manual must accompany each unit delivered. I. Manufacturer's usual warranty shall apply, and shall be in effect for at least one year from the date the equipment was placed in service. 1. Impact Hammer must be approved for use on Skid Steer Loader bid and not void any new warranty on New Skid Loader bid. Other or Comment YE NO OTHER 12. POST HOLE AUGER A. Unit bid to be Auger Attachment with hex shaft. 1. One auger drive with Loader Mount Kit. 2. One(1)9 inch by 42 inch auger with retaining pins to be furnished. 3. One(1) 12 inch by 42 inch auger with retaining pins to be furnished. 4. Total weight of auger drive shall be approximately 250 pounds B. Planetary drive design, chain and sprocket type drive is not acceptable 1. Auger drive minimum speed of 35 RPM @18 GPM. 2. Auger drive to develop minimum 3500 foot pounds of torque @ 3,00,) C. Mounting assembly to be included with auger attachment and the unit must properly fit the skid steer(s)bid. 1. Mounting system to have a knuckle type joint to allow vertical hole drilling if the skid loader is on an uneven surface. 2. Quick Attach attachment to fit both the auger drive and the skid steer bid. 3. Vendor WILL NOT be required to install auger attachment. ___ 4. Unit to have flush face couplers or equivalent on hoses of appropriate size. D. Operator's manual must accompany each unit delivered. E. Manufacturer's usual warranty shall apply, and shall be in effect for at least one year from the date the equipment was placed in service. F. Auger attachment must be approved for use on Skid Steer Loader bid and not void any new warranty on New Skid Loader. • Other or Comment: YES NO OTHER 13. ANGLE BROOM A. Unit bid to be approximately 84 Inch wide. 1. Sweeping width fully angled to be approximately 72 inches. 2. Broom angling to be activated by hydraulic cylinder. 3. Able to sweep flush to a curb or wall on right side. 4. Total weight of attachment shall be approximately 920 pounds. B. Hydraulics to be direct drive system with hydraulic motor. 1. Flow range to be between 15 to 28 GPM. C. Broom to be 32 inches in diameter. 1. Broom to be replaceable polypropylene. 2. Broom to have approximately 38 zigzag sections and 2 straight sect'.)r s. 3. Spray nozzle kit required. (NOTE: machine already has water tanks installed on machine as it has a planer attachment.) ___,__ D. Mounting assembly to be included with angle broom and the unit must properly fit the skid steer bid. 1. Quick Attach attachment to fit both the broom and the skid steer shown on attachment. 2. Vendor WILL NOT be required to install angle broom. 3. Unit to have flush face couplers on hoses of appropriate size. 5 F G06-12 x E. Operator's manual must accompany each unit delivered. _ F. Manufacturer's usual warranty shall apply,and shall be in effect for at least one year from the date the equipment was placed in service. Other or Comment: YE'S/ NO OTHER 14. WHEEL SAW A. Cutting width to be approximately 3 inches. 1. Cutting depth to be from 6-18 inches. X 2. Total weight of attachment shall be approximately 1550 pounds (Les-u,feel) B. Hydraulically side shifts minimum 24.0 inches. 1. Hydraulic depth control to be provided. - 2. High flow hydraulics to run a direct-drive hydraulic piston motor. C. Mounting assembly to be included with Wheel saw and the unit must properi;fit the skid steer being bid. 1. Quick Attach attachment to fit both the wheel saw and the skid steer shown on attachment. 2. Vendor WILL NOT be required to install wheel saw attachment. _ 3. Unit to have flush face couplers on hoses of appropriate size. D. Operator's manual must accompany each unit delivered. __A_ E. Manufacturer's usual warranty shall apply,and shall be in effect for at least cne X year from the date the equipment was placed in service. F. Wheel Saw must be approved for use Skid Steer Loader bid and not void any new x warranty on New Skid Loader. G. A tool for replacing bits required. Other or Comment: YES NO OTHER 15. VIBRATORY ROLLER �( A. Drum width to be approximately 72 inches. —4. 1. Overall attachment width to be approximately 76 inches. _� 2. Total weight of attachment shall be approximately 1900 pounds B. Drum to be approximately 24 inches in diameter. 1. Drum to be smooth type that can be used for asphalt patching. -4 2. Dynamic force to be approximately 4600 pounds at 18 GPM. 3. Frequency shall be approximately 2350 VPM @ 18 GPM. l __ 4. Spray nozzle kit required. (NOTE: machine already has water tanks . ,/ installed on machine as it has a planer attachment. n C. Mounting assembly to be included with roller and the unit must , 4 properly fit the skid steer(s)shown on attachment. 1. Quick Attach attachment to fit both the roller and the skid steer bid. 2. Vendor WILL NOT be required to install roller attachment. __X_ 3. Unit to have flush face couplers on hoses of appropriate size. D. Operator's manual must accompany each unit delivered. E. Manufacturer's usual warranty shall apply,and shall be in effect for at feast cne )\I year from the date the equipment was placed in service. 1. Roller must be approved for use on Skid Steer Loader bid and not void any new warranty on Skid Loader. Other or Comment: YES NO OTHER 16. BRUSH SAW 74 A. Operating weight minimum 560 pounds. B. Cutting wheel diameter 27 inch minimum. r 5- C. Cutting teeth, please state number: �J _____ 1.Teeth to be carbide tipped. __Y-__ D. Degree of angle right or left approximately 10 degrees. __ __ E. Maximum wheel tip speed approximately 3000 ft./min @ 22 GPM. ___1. F. Deflector shields to protect machine and operator from flying debris. 6 G -12 G. Mounting assembly to be included with brush saw and the unit must properly fit the skid steer(s)shown on attachment. 1.Quick Attach attachment to fit both the brush saw and the skid steer bid. 2. Vendor WILL NOT be required to install brush saw attachment. 3. Unit to have flush face couplers on hoses of appropriate size. H. Manufacturer's usual warranty shall apply,and shall be in effect for at least one year from the date the equipment was placed in service. 1.Brush saw must be approved for use on Skid Steer Loader bid and not void any new warranty on Skid Loader. Other or Comment: YES/ ,X_, NO OTHER 17. STUMP GRINDER A. Operating weight minimum 970 pounds. B. Wheel diameter wlteeth minimum 25 inches. C. Cutting teeth, please state number: IA. D. Tip speed 4480-6330 ft./min. E. Maximum cutting height 25 inches. F. Maximum cutting depth(below grade) 12 inches. G. Swing arc approximately 60 degrees. H. Hydraulic flow 17-32 GPM. x I. Deflector shields to protect operator and machine from flying debris. J. Mounting assembly to be included with Stump Grinder and the unit must pro. y fit the skid steer(s)shown on attachment. 1.Quick Attach attachment to fit both the stump grinder and the skid steer bid. 2.Vendor WILL NOT be required to install stump grinder attachment. 3. Unit to have flush face couplers on hoses of appropriate size. K. Manufacturer's usual warranty shall apply, and shall be in effect for at least cne year from the date the equipment was placed in service. 1.Stump grinder must be approved for use on Skid Steer Loader bid and not void any new warranty on Skid Loader. Other or Comment: YES NO OTHER 18. INDUSTRIAL GRAPPLE A. Operating weight minimum 800 pounds. B. Width minimum of 70 inches. C. Bolt on cutting edge. D. Minimum number of teeth 4 (curved skeletal design). E. Mounting assembly to be included with Industrial grapple and the unit must properly fit the skid steer(s)shown on attachment. 1.Quick Attach attachment to fit both the Industrial grapple and the skid veer bid. 2.Vendor WILL NOT be required to install industrial grapple attachmen.. 3. Unit to have flush face couplers on hoses of appropriate size. F. Manufacturer's usual warranty shall apply, and shall be in effect for at least nrik, year from the date the equipment was placed in service. 1. Industrial grapple must be approved for use on Skid Steer Loader bi,, .nd not void any new warranty on Skid Loader Other or Comment: Y�$ NO OTHER 19. ATTACHMENTS A. The skid steer must be able to operate the following Melrose/Bobcat attach,r< Its. �} 1. The vendor to furnish all necessary hardware,software, electrical harnesses and Hydraulic hoses/fittings necessary to operate the listed attachments. a. 18"pavement planer. b. 40"pavement planer. c. Hydraulic impact hammer attachment. • d. Post hole auger. 7 G06-12 e. Angle broom. f. Wheel saw. g. Vibratory roller. h. Brush Saw. i. Stump grinder. j. Industrial grapple. YES NO OTHER 20. NOISE LEVEL 1( A. Bidder shall supply with proposal the following decibel level per SAE standar, s x 1. Sound Exposure Work Cycle Rating ' I dba Other or Comment ioe ebk7j YES NO OTHER 21. MANUALS A. Operator's manual must accompany each unit delivered. B. Equipment shop repair manual required with each unit delivered. C. Engine shop repair manual required with each unit delivered. __ _ D. Equipment parts manual required with each unit delivered. E. Engine parts manual required with each unit delivered. F. All manual(s)must be furnished prior to payment and delivered to Fleet Management Equipment Data Coordinator. Failure to deliver all manuals that are ordered may result in non-payment of ten percent of purchase order total until all manuals are delivered. Other or Comment YES.A NO OTHER 22. MISCELLANEOUS 7� A. The bidders should submit with their bid a list of any special tools they will urnish with each machine. B. Dealer's decals, stickers or other signs shall not be affixed to units. Manufacturer's nameplates, stampings and other similar signs are acceptable. C. Dealer pre-delivery service required. + rr D. Paint-Manufacturer's standard color. Please state color: tkit-i. 1. Unit will be primer-coated prior to final coat. Other or Comment VEXNO OTHER 23. WARRANTY ]� A. Manufacturer's usual warranty shall apply, and shall be in effect for at least cnr' year from the date the equipment was placed in service by the ordering entity. B. Vendor shall be responsible for all repairs to include parts and labor during the 12 month warranty period. C. All transportation costs to and from the nearest authorized repair facility will be the responsibility of the ordering entity. D. Prior to the awarding of,or entering into any agreement or contract,it shall be the responsibility of the manufacturer and/or the successful bidder to warrant to the State of Nebraska,in writing, that it has factory authorized dealers in the State of Nebraska who will provide warranty/service and repair work without undue delay. Other or Comment YFtS, NO OTHER 24. SPECIFICATION FORM �/[� A. Successful bidder will be required to complete a form to the fullest extent pess,ble for each unit and must accompany each unit when delivered. B. Forms will be supplied by Department of Roads to successful bidder after F,r nase order is awarded. C. If vendor does not properly complete form for each unit, payment may be dr la,'ed. 8 G06-1 2 Other or Comment YE_S, NO OTHER 25. DEMONSTRATION A. The State of Nebraska may require a working demonstration of the equipment being considered. Bidders will be required to provide the demonstration,at a location within the State of Nebraska, within ten(10)days of such request by the State. B. The bidder will demonstrate such features, attachments and accessories as are called for in these specifications to the satisfaction of the State. C. Failure to comply with a Demonstration Request will VOID your bid. Other or Comment _^ YES, NO OTHER 26. TRAINING ✓�(� A. Successful bidder must furnish a factory trained representative in operation maintenance for four hours of instruction for each unit at its assigned location within the State of Nebraska. Fleet Management will contact vendor on sch art ,le and location for training session(s). Other or Comment YES NO OTHER 27. SUSTAINABILITY A. Does any part or component of the equipment bid contain recycled or bio-Las, d material? If so, please list and provide detailed information on the environrr,e,, al attributes. !AJ Other or Comment yc L i'L , .w,�o r c,,,�i Cr c 1M of c. o 4 c�pro1 recytL 1 w.c c_�. � Dj�ti s Ce,rr ee"e.,-1-s �� Gp���,,....1 dV ��)c� ree (1,4 linv.44 February 2012 END OF SPECIFICATIONS 9 A Ft •.�:`. - Carlos ,lto, Jr. Admi ,dstrat ervices Director Dave Heineman,Governor ADDENDUM ONE Date: March 27, 2012 To: All Bidders From: Connie Heinrichs, Buyer AS Materiel State Purchasing RE: Questions and Answers for Invitation to Bid 3935 OF to be opened April 3, 2012 Following are the questions submitted and answers provided for the above mentioned Invitation to Bid. The questions and answers are to be considered as part of the Invitation to Bid. Questions Answers 1. Engine Emissions; The engines are to be interim Tier 4 or Tier 4 Manufactures are in a currant change compliant. Tier 3 engines are not acceptable over period with EPA engine emissions from Tier 3 to Tier 4 requirements, manufactures have to build Tier 4 in 2012. There is a significant cost difference with Tier 4 engines as they have after treatment devices on the exhaust to provide cleaner exhaust. Some manufactures may what is called "Flexing" or use credits and not change over this year. Some manufactures are de-rating the machines to 74HP to comply; only engines above 75 HP have to meet Tier 4 in 2012. Some of these could be bid with stock units Tier 3 that are obsolete but new in stock. Does the State want the cleanest running diesel engines available currently. Can you clarify what EPA Tier rating the engine should be to be fair because of the cost difference. Steve Sulek • Administrator Materiel Division • 301 Centennial Mat South • P.O.Box 94847 • Uncoin,Nebraska 68509-4847 • Phone:402-471-2401 • Fax 402-47 Transportation Services Bureau • 1-4p0 M 5t • P.Q.Box 95025 • Lincoln,Nebraska 68508-5025 • Phone;402-471-2897 • Fax 402-47' 2 r 39 At)Equal OpporrunI Aftrmotlue.4ctior.Employer Printed with Ow ink an rercyclee pager Questions Answers 2. Life Cycle Cost; Please give life cycle costing on the loader only. On line 6 Bid Price, that includes the Do not supply any life cycle costing for the attachments. attachments. On Line 7 We have documentation on the loader value but it will be very difficult to include the documentation with the "attachment values" how should we price those. Can we price just the loader without the attachments. 3. Loader Water Tank; Minimum 25 gallons on the water tank. Can you provide the min. gallon size of Minimum 2.5 GPM flow tank and GPM flow requirements? 4. 18"Cold Planer; Please comply with specifications as written. Section F. Please confirm planning flush to curb, the spec we have is around 3 inches. This addendum will become part of the bid and should be acknowledged with the ITB. Page 2 ` 'IA SL Carlos Ct,sti 1 lo, �)>•. Adrinistrat .4"' ervices Director Dave Heineman,Governor ADDENDUM TWO Date: March 29, 2012 To: All Bidders From: Connie Heinrichs, Buyer State Purchasing Bureau RE: Addendum for Invitation to Bid 3935 OF Original Opening Date and Time :April 3, 2012 at 2:00 p.m. Central Time New Opening Date and Time: Friday, April 6, 2012 at 2:00 p.m. Central Time Following is a change in red to the Life-Cycle Cost Analysis — Heavy Equipment Vendor Submission form, line 6 Bid Price: Net Cost t ru F 6 Bid Price (Listed on ITB Line#1 minus the ^r r,7" y a � � attachment options Lines#7 -16) Salvage Value � , 7� , ' . ° . 7 ProjectedJnrtr e ® fe Itt nt , (Using Projected Total Hours&Projected Total Months) , ,,k ,. Average Projected Salvage Value based on 8 Provided by State Purchasing qualified bids Bureau upon bid oparing review 9 Net Cost(Line 6-Line 8) $ Total Net Cost This addendum will become part of the bid and should be acknowledged with the ITB. Steve Sulek • Administrator Materiel Division • 301 Centennial Mall South • P.O.Box 94847 • Lincoln,Nebraska 68509-4847 • Phone:402-471-2401 • Fax:402-471 ?Ce,9 Transportation Services Bureau • 1400 M St • P.O Box 95025 • Lincoln,Nebraska 68508-5025 • Phone:402-471-2897 • Fax:402-47' 9 ??n Equal Opportunity/Affirmative Acton Employer Printed with Soy ink on rocyded paper Preiner, Sue (PWks) From: Decker, Bibiana (PWks) Sent: Friday, January 11, 2013 1:47 PM To: Preiner, Sue (PWks) Subject: RE: 2013 Skid Steer Loader with Attachments t,\---reek- LAAA_ ft)) (c cc(t( l.,rt-e l2 l It would be 12131, 116158 From: Preiner, Sue (PWks) Sent: Friday, January 11, 2013 9:02 AM To: Decker, Bibiana (PWks) Subject: FW: 2013 Skid Steer Loader with Attachments Bea, Do you know the fund and org this is to be paid from? Thanks, Sue From: McCoy, Marc (VMF) Sent: Friday, January 11, 2013 7:19 AM To: Preiner, Sue (PWks) Cc: McIntyre, Scott (PWks); Hurt, Holly (Prch); Carlson, Eric J. (Prch); Nissen, Joe (VMF); Faris, Steve (VMF) Subject: 2013 Skid Steer Loader with Attachments INTEROFFICE MEMORANDUM TO: SUE PREINER FROM: MARC MCCOY SUBJECT: STREET MAINTENANCE SKID STEER LOADER WITH ATTACHMENTS S DATE: 01/09/2013 CC: SCOTT MCINTYRE,IIOLLY HURT,ERIC CARISON,JOE NISSEN,STLVE FARIS Sue, please generate a Council resolution for the purchase of two (2) Skid Steer Loaders with attdchments to be utilized by the Public Works Street Maintenance Division. These loaders will be purchased and equipped using the following State Contract. Contract 13277 2013 Skid Steer Loader with Attachments Quantity Description Cost Each Total Cost SKID STEER LOADER WITH 2 ATTACHEMENTS $112,475.00 $224,950.00 2 NO 18 INCH PAVEMENT PLANER (DEDUCT) ($10,775.00) ($21,550.00) 2 NO ANGLE BROOM (DEDUCT) ($4,600.00) ($9,200.00) 1 2 NO WHEEL SAW (DEDUCT) ($12,000.00) ($24,000.00) 2 NO VIBRATORY ROLLER (DEDUCT) ($6,600.00) ($13,200.00) 2 NO POST HOLE AUGER (DEDUCT) ($2,900.00) ($5,800.00) 2 NO BRUSH SAW(DEDUCT) ($4,250.00) ($8,500.00) 2 NO STUMP GRINDER (DEDUCT) ,$5,700.00) ($11,400 00 2 NO INDUSTRIAL GRAPPLE (DEDUCT) ($2,550.00) (S5,100.00, 2 NO WATER SYSTEM • ($1,250.00) ($2,500.00) TOTAL $123,700.00 Scott McIntyre will submit a requisition for the purchase. Attached is the State Contract. The contact person for this bid is: John Hestermann Hamilton Equipment Company 8605 Cornhusker Highway Lincoln,Nebraska 68507-9813 Phone (402)464-6381 Fax(402)464-5989 john(aThamiltonequipmentco.com Thank you, Marc McCoy Equipment Services Manager City of Omaha Fleet Manageent 2606 N. 26th Street Omaha,Nebraska 68111 (402)444-6191 Office 2 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Public Works Department desires to purchase two skid steer loaders to be utilized by the Street Maintenance Division; and, WHEREAS, Hamilton Equipment Company submitted a total bid of $123.700.00 to the State of Nebraska under Contract No. 13277 OC for two skid steer loaders as detailed in the attached communication; and, WHEREAS, the Purchasing Agent is authorized to purchase two skid steer loaders in the amount of $123,700.00 to be utilized by the Street Maintenance Division based on the bids submitted to the State of Nebraska. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Hamilton Equipment Company for the purchase of two skid steer loaders in the amount of$123,700.00 as detailed in the attached communication to be utilized by the Street Maintenance Division; and, that the Finance Department is authorized to pay this cost from Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 1 16158, year 2013 funding. 206013scp APPROVED AS TO FORM: - itt/A4v A:sS- CITY ATTORNEY By C n ilmember Adopted FE 1 2 2013 ity Clerk /"C) Approved.... Mayor NO. 22C' Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Hamilton Equipment Company for the purchase of two skid steer loaders in the amount of $123,700.00 as detailed in the attached communication to be utilized by the Street Maintenance Division; and, that the Finance Department is authorized to pay this cost from Street and Highway Allocation Fund 12131. Pavement Maintenance Organization 116158, year 2013 funding. 206013Ascp Presented to City Council FEB 1 2 2013 Adopted 7 gym, U�u�ter grol4/n City Clerk