Loading...
RES 2012-1357 - PO to Badger Body and Truck Equipment for bucket lift 0tAAHA.NF tea` -4° w �..: Public Works Department Omaha/Douglas Civic Center F Ar � �• � "�OCT ._.2 M 8, CI 1819 Farnam Street,Suite 601 i'? fOr4, ctoer 16+ Omaha,Nebraska 68183-0601 Ob 2012 _' \o �.. ry A (402)444-5220 04i-ED FEBR or Fax(402)444-5248 8 Ati !4 as ALAI,S' { City of Omaha Robert G.Stubbe,P.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 the Purchasing Agent to issue a Purchase Order to Badger Body and Truck Equipment on the bid for the purchase of an aerial bucket lift to be utilized by the Traffic Maintenance Division. The following bids were received on September 19, 2012. A detailed bid tabulation is attached. Contractor Total Bid BADGER BODY AND TRUCK EQUIPMENT $32,773.00 (SOLE BID) A copy of the bid documents is on file and available for inspection and review in the City Clerk's office. The Contractor has a current Contract Compliance Report Form (CC-1) on file. As is City policy, the Human Rights and Relations Department will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of an aerial bucket lift from the Street and Highway Allocation Fund 12131, Traffic Engineering Equipment Organization 116191, year 2012 expenditures. The Public Works Department recommends the acceptance of the bid from Badger Body and Truck Equipment in the amount of $32,773.00, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Res ectfully submitted Refe to City ' uncil for Consideration: y.Z6, /- _ ��./ / z Ro ert G. Stubbe, P.E. Date Mayor's ff 'e Date Pu lic Works Director Approved as to Funding: Approved: 944., Pam Spaccarotella Date Human Rights and Relations Date 'D-9 Finance Director Department 198112scp ot properly complete form for each unit,a sum of$250.00 per unit will be deducted from purchase order amount. Other or Comments: 5 ll be placed either by, phone,fax,e-mail or Internet(if available and not to the exclusion of the other methods). All orders must reference a purchase order number and the purchase order number must be referenced on the packing slip, and invoice. Invoices are to be sent to the"Invoice to" address on the purchase order. 4 contract immediately upon written notice to the contractor and/or pay the contractor only for such performance as has been properly completed and is of use to the State and contract for provision of the services required to complete this contract and hold the contractor 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 allowable by law. Other or Comments: 3 in writing and faxed by the Bidder to:the State Purchasing Bureau, Fax(402) 471-2089 or e-mailed to mataurch.dasmat@nebraska.gov(inquiries received within 48 hours of bid opening may not be addressed). TERM OF CONTRACT: This Contract is in effect for a period of one year from the date of an award, unless otherwise terminated as provided herein. Contract may be renewed for additional 1 year periods when agreeable with the State of Nebraska and the contractor. CANCELLATION: The contract may be terminated at any time upon the mutual consent of the parties,or by the State of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F • 1. w Z U a in Z U a F''' w Z U O 2 n. W Z U a co C m m � 1- uj 0 E3 m Q z U o0 � D Z i. w a V 0 N o T a) � x I - W CD Cl) r; �In o a-0 it Z U_ ti co 0- o J N d E �W/ al E r r a) re 0 r m }--- 6 r M O a I rn E 0 1- g L. c O! 0 Q 0 U O u. Ili o Co a Z N p T .� O m 0 Q -.o (9 c ~ U o p .. o re V o 8 �" z ai N 0 o GO - a w D a N 0 a = »� > 0 O 1:1 Y 2 O E cn Om a 61 O •` E. va in p H Q m c N 0 > 0 O j E 0 .. 0 COH C GI _ (I) ro 7 a) m 0 w 0 review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of an aerial bucket lift from the Street and Highway Allocation Fund 12131, Traffic Engineering Equipment Organization 116191, year 2012 expenditures. The Public Works Department recommends the acceptance of the bid from Badger Body and Truck Equipment in the amount of $32,773.00, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Res ectfully submitted Refe to City ' uncil for Consideration: y.Z6, /- _ ��./ / z Ro ert G. Stubbe, P.E. Date Mayor's ff 'e Date Pu lic Works Director Approved as to Funding: Approved: 944., Pam Spaccarotella Date Human Rights and Relations Date 'D-9 Finance Director Department 198112scp ot properly complete form for each unit,a sum of$250.00 per unit will be deducted from purchase order amount. Other or Comments: 5 ll be placed either by, phone,fax,e-mail or Internet(if available and not to the exclusion of the other methods). All orders must reference a purchase order number and the purchase order number must be referenced on the packing slip, and invoice. Invoices are to be sent to the"Invoice to" address on the purchase order. 4 contract immediately upon written notice to the contractor and/or pay the contractor only for such performance as has been properly completed and is of use to the State and contract for provision of the services required to complete this contract and hold the contractor 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 allowable by law. Other or Comments: 3 in writing and faxed by the Bidder to:the State Purchasing Bureau, Fax(402) 471-2089 or e-mailed to mataurch.dasmat@nebraska.gov(inquiries received within 48 hours of bid opening may not be addressed). TERM OF CONTRACT: This Contract is in effect for a period of one year from the date of an award, unless otherwise terminated as provided herein. Contract may be renewed for additional 1 year periods when agreeable with the State of Nebraska and the contractor. CANCELLATION: The contract may be terminated at any time upon the mutual consent of the parties,or by the State of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F • H.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Aerial Bucket Lift(9,600 GVW) RETURN BIDS TO: Published: September 5,2012 Page 1 CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% Omaha,Nebraska 68183-0011 IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,September 19,2012 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Famam Street,Omaha,NE 68183.0011 by the opening date and time indicated Exemption certificates will be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA Aerial Bucket Lift(9,600 GVW) 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or certified check shall be made payable to"City of Omaha" suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3, Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douatascountyourchasino.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION - UNIT PRICE EXTENSION 1 each Aerial bucket lift installed on a City of Omaha provided 9,600 GVW 2012 Chevy van, per attached five (5) pages of specifications and one (1)drawing. Manufacturer& Model: e,1 leth3r. — Delivery time: An 0,1yrca BID/each: $ �� $ A , ,,y,2J (5%Bid Boners lobe based Two copies of literature fully describing the unit offered is upon this amount) to accompany the bid. Any exceptions to specifications should be so noted on the attached "Exceptions to Specifications"sheet. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 or Marc McCoy at(402)444-6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Aerial Bucket Lift(9,600 GVW) NOT AN ORDER Page 2 DESCRIPTION REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United States Governement Bond (negotiable)are acceptable substitutes for bond requirements. 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 i ofp -'>f� f� ��► ,(� , i pq By Qfre,77 Title 4i� A2�Pi , CONTINUATION SHEET 6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F Responsible Contractor Compliance Form RC-1 12 _ - 1. Regulation: ��''r't'u,.con'-" 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. iling this Report(please initial in the boxes below): r IContractor 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 j 1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat. Section 48-2901 et seq.). I i 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 t e 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. tcZ-----Z?e , le , ___9_4/____S> / • Signature s if. i Date By signing,I verify on behal r 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. 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 i ofp -'>f� f� ��► ,(� , i pq By Qfre,77 Title 4i� A2�Pi , CONTINUATION SHEET 6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F August 2012 SPECIFICATIONS FOR AERIAL BUCKET LIFT • GENERAL: The vehicle to be the latest current model of standard design manufactured,complete with all standard equipment,tools and warranty. Bidders are to supply full description and descriptive materials on unit bid with the proposal. Truck must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. Aerial Bucket Lift shall be designed for use on 9,600 G.V.W. 2012 Chevy Express van with wheel base of 135 inches. Lift, hydraulic pump, hydraulic power drive and controls to be of the latest current models manufactured. Bidders are to supply full description and descriptive materials on unit bid with the proposal. Pickup and delivery shall be the responsibility of the successful bidder. Unit furnished shall have the capability to lower Bucket without engine running. Meet Specification-Please indicate-(if other explain on comment line). Yes/ No Other 1. GENERAL A. Working height.minimum-30 feet. / B. Horizontal Reach minimum-20 feet C. Stowed travel height maximum-10 feet D. Capacity of Bucket minimum-300 pounds E. Bucket access when lift is fully retracted and stowed cannot exceed length of extended Bumper F. Weight of lift not to exceed 1900 pounds G. Minimum tipping load, horizontally extended. J H. On level ground-450 pounds I. At 5 degrees-400 pounds f J. Complete unit shall be capable of passing O.S.H.A. stabilization test without outriggers. The successful bidder will be required to demonstrate their capabilities. Yes/ No Other 2. PEDESTAL A. All steel fabricated pedestal,fully braced to provide strength and / rigidity. B. Pedestal shall be securely fastened to Van/Truck frame with heat-treated grade five(5) minimum bolts and all mounting holes shall be drilled. Threaded rod will not be accepted. Shall be equipped with flexible rubber boot for pedestal at roof line of Van/Truck for a positive watertight seal. Aerial Bucket Lift. Page 1 of 5 ed 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 i ofp -'>f� f� ��► ,(� , i pq By Qfre,77 Title 4i� A2�Pi , CONTINUATION SHEET 6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F Yes No Other 3. BOOM A. The aerial boom shall be telescopic type or approved equal. Extension and retraction shall be accomplished with a hydraulic cylinder. The boom shall operate at 78 degrees above and 14 degrees below horizontal. The upper boom section shall be constructed of fiberglass and shall be electrically tested to 100 KV and certified for work on voltages of below 46 KV. B. Rotation shall be 540 degrees non-continuous with a cushioned mechanical stop and equipped with a rotation drag brake. C. Equipped with a boom rest with tie down strap. Other or Comment Yes j No Othe 4. HYDRAULICS J A. 12 VDC Motor must be of Permanent Magnet type design capable of continuous operation. Motor must produce 2200 RPM at 4 HP with a 350 AMP supply. The hydraulic pump must be direct coupled to the motor face with a"bell housing"type adapter and a flexible ® 3,r4 1 ©o ft- coupling to connect the pump shaft to the motor shaft. The pump 1 shall be a gearotor type with a displacement of 45 cubic inches per revolution. The power unit shall produce 3 GPM at 1500 PSI. Must have battery and insulator to operate and protect Carrier system. Shall Shaall be equipped with suction line and return line hydraulic oil filters. Shall have a shut-off valve at oil tank. %77 C. Hydraulic hose,all high pressure hoses shall be nonconductive / and have a minimum safety factor of four(4)to one(1). ,/ D. Hydraulic system shall be protected with adjustable pressure relief valves in the event of a hose failure. E. Bucket leveling shall be automatic by hydraulic leveling system. Other or Comment 5-Grfri t Yes / No Other 5. CONTROLS f A. All aerial lift controls from bucket and cab position shall be fully insulated and shall be smooth and precise. B. Shall be equipped with truck engine start/stop control at bucket position. V v4, C. All controls shall return to neutral when released. D. All controls required to engage the lift system prior to use or required to stow the lift prior to moving the vehicle shall be kAefp M`'Lo accessible from the drivers seat. E. No master switch on the tower. Aerial Bucket Lift. Page 2 of 5 AVE) 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 i ofp -'>f� f� ��► ,(� , i pq By Qfre,77 Title 4i� A2�Pi , CONTINUATION SHEET 6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F F. A control shall be provided with bucket and cab controls to bring the bucket out of the air in case of electrical, hydraulic or engine / failure. r/ G. This unit must be able to work in cold weather. Must be able to V operate at a minimum of 0 degrees. H. Controls shall be operated by fiber optic or hydraulic. Air or ` u•( 44 p eal.cut(.. pneumatic will not be accepted. I. All controls on boom to be waterproof. Other or Comment 1.k. CS-k'Gsz.6ti3.- . luzz._ D«tA,U C. Y No Other 6. BUCKET A. Bucket shall be one piece square fiberglass constructed,with 4 step for easy entrance. B. Bucket leveling device shall be hydraulically activated with / control at bucket. �/ C. Easy entrance to bucket for operator at rear bumper of van / shall be provided. ` ' D. Safety ring near the upper boom and separate from bucket to be provided. Other or Comment Yes No Other 7. ELECTRICAL A. Shall be able to lower reach in case of engine failure or 7 electrical failure. B. Two(2)Target Tech Model 851 amber strobe lights mounted on the van rear (See VMF for location). Shall be dash mounted flush rocker style switch. The strobe light system shall be activated and protected by a 20 amp breaker installed in fuse box. The strobe light is only to be activated when the ignition key is in the"on"position. The system shall be protected by NAPA AR272 accessory relay. If the vehicle is not equipped With a plug in,an adaptor will have to be used. No type of Solenoid shall be used in the system. All strobe light wires are / To be protected by plastic loom covering. ✓ C. To have one(1)yellow and one(l)blue Target Tech 851 strobe lights mounted on pivot area of reach. Lights to move with V reach. D. To have 2 LED recessed oval Stop/Tail lights and 2 side marker d lights mounted in rear bumper/platform. F. To have Dash mounted lights to indicate: Platform raised. G. To be equipped with an electric back up alarm. H. To be equipped with a SignalMaster SMLED8 LED arrow stick (PN 320772)and controller(PN 331105). Arrow stick to be roof mounted on the rear of the van above the rear doors. Other or Comment Aerial Bucket Lift. Page 3 of 5 s 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 i ofp -'>f� f� ��► ,(� , i pq By Qfre,77 Title 4i� A2�Pi , CONTINUATION SHEET 6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F Yes / No Other 8. ADDITIONAL REQUIRMENTS / A. Shall have metal safety cage behind front seats. ✓/ B. The cage must go from the roof to the floor. ii C. Manually operated heavy duty micro brake lock for all four(4)wheels. Micro brake until must be enclosed to / protect for road hazard. V D. Automatic speed control to increase engine R.P.M. when lift is being raised if required. Other or Comment e ttcx ' 2Sc�•L‘,3 4-P Yes No Other 9. MOUNTING A. Mounting of Aerial Lift unit to City of Omaha furnished Cargo Van shall be accomplished by the successful bidder,cost of which shall not be paid directly,but shall be considered incidental to the bid price. Other or Comment 1 Yes/No Other 10. BOLTS ✓ A. All bolts used for manufacture and mounting shall meet S.A.E.J 429 specifications. Other or Comment Yes No Other 11. BUMPER A. Rear bumper shalrbe designed where it is the full width of the van and be capable of protecting the fiberglass bucket when in a stowed position. Bumper platform to be supported as per attached drawings. B. Boom support to not restrict rear door from opening at least 50% Other or Comment Yes No Other 12. MANUALS A. The following sets of manuals shall be provided with each unit on all components of unit. - Two(2)copies of maintenance and operation manuals. Two(2)copies of parts lists on all components of unit. Two(2)copies of hydraulic circuits. Two(2)copies of electrical circuits. Other or Comment Aerial Bucket Lift. Page 4 of 5 t wires are / To be protected by plastic loom covering. ✓ C. To have one(1)yellow and one(l)blue Target Tech 851 strobe lights mounted on pivot area of reach. Lights to move with V reach. D. To have 2 LED recessed oval Stop/Tail lights and 2 side marker d lights mounted in rear bumper/platform. F. To have Dash mounted lights to indicate: Platform raised. G. To be equipped with an electric back up alarm. H. To be equipped with a SignalMaster SMLED8 LED arrow stick (PN 320772)and controller(PN 331105). Arrow stick to be roof mounted on the rear of the van above the rear doors. Other or Comment Aerial Bucket Lift. Page 3 of 5 s 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 i ofp -'>f� f� ��► ,(� , i pq By Qfre,77 Title 4i� A2�Pi , CONTINUATION SHEET 6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F Yet/ No Other 13. WARRANTY A. The successful bidder shall warranty all components of the High Reach for one full year or 12,000 miles from date of satisfactory delivery. The warranty shall cover defective / materials and workmanship. B. The hydraulic DC motor warranty shall be for an additional one year or a total of 2 years from satisfactory delivery. C. If warranty work is not available for providing all warranty work within the Metro area the vendor will be responsible for any cost including transportation. D. The vendor must be able to provide warranty work within 24 hours of the break down. I f there is no local dealer the vendor must locate and/or provide the work within the 24-hour time / frame. E. The vendor must be able to provide any needed parts within 24 hours of the break down. If air shipping is required,the dealer will be responsible to any additional cost. Other or Commen a'-Ye" e '(,res- $Aizt S 41.- L( Ct_ Yes No Other 14. DELIVERY A. Unit to be delivered to the City of Omaha, Vehicle Maintenance Facility at 2606 N.26`h Street, fully serviced to recommended new vehicle specifications. If the vendor is not in the City of Omaha area,the City will not be responsible for any cost from pickup or the delivery of any vehicle or mounted equipment. Bidder shall state delivery time with bid. Bid will not be considered if not listed. Aerial Bucket Lift. Page 5 of 5 of unit. Two(2)copies of hydraulic circuits. Two(2)copies of electrical circuits. Other or Comment Aerial Bucket Lift. Page 4 of 5 t wires are / To be protected by plastic loom covering. ✓ C. To have one(1)yellow and one(l)blue Target Tech 851 strobe lights mounted on pivot area of reach. Lights to move with V reach. D. To have 2 LED recessed oval Stop/Tail lights and 2 side marker d lights mounted in rear bumper/platform. F. To have Dash mounted lights to indicate: Platform raised. G. To be equipped with an electric back up alarm. H. To be equipped with a SignalMaster SMLED8 LED arrow stick (PN 320772)and controller(PN 331105). Arrow stick to be roof mounted on the rear of the van above the rear doors. Other or Comment Aerial Bucket Lift. Page 3 of 5 s 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 i ofp -'>f� f� ��► ,(� , i pq By Qfre,77 Title 4i� A2�Pi , CONTINUATION SHEET 6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F 1 EXCEPTIONS TO SPECIFICATIONS Check One /7 The equipment offered meets. II specifications as set forth in the bid. Name (print) C Signed _ .A1-O'� Title 1�=LC-0— .p...As—,41). The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) Oat Signed A/t/frfh Title U Lea - C? O rr•: N `<nO z O O n CD O q �. 5- r . V 3 • ••• .•L , ,,,,c. • : f. ; ,. ,• .. ,,..„ •• . • V' . c-ZSA CITY OF OMAHA LEGISLATIVE CHAMBER • Omaha,Nebraska c: RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on September 19, 2012 for the purchase``of an Raerial bucket lift to be utilized by the Traffic Maintenance Division; and, I- WHEREAS, Badger Body and Truck Equipment submitted a bid of $32,773.00, being the sole bid received for the purchase of an aerial bucket lift. 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 Badger Body and Truck Equipment for the purchase of an aerial bucket lift to be utilized by the Traffic Maintenance Division in the amount of $32,773.00; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Traffic Engineering Equipment.Organization 116191, year 2012 expenditures. 198212scp APPROVED AS TO FORM: &CITY ATTORNEY DATE • By C i ilmember Adopted 21. 1 6 Cit Clerk Approved 4000"a;--- Mayor Facility at 2606 N.26`h Street, fully serviced to recommended new vehicle specifications. If the vendor is not in the City of Omaha area,the City will not be responsible for any cost from pickup or the delivery of any vehicle or mounted equipment. Bidder shall state delivery time with bid. Bid will not be considered if not listed. Aerial Bucket Lift. Page 5 of 5 of unit. Two(2)copies of hydraulic circuits. Two(2)copies of electrical circuits. Other or Comment Aerial Bucket Lift. Page 4 of 5 t wires are / To be protected by plastic loom covering. ✓ C. To have one(1)yellow and one(l)blue Target Tech 851 strobe lights mounted on pivot area of reach. Lights to move with V reach. D. To have 2 LED recessed oval Stop/Tail lights and 2 side marker d lights mounted in rear bumper/platform. F. To have Dash mounted lights to indicate: Platform raised. G. To be equipped with an electric back up alarm. H. To be equipped with a SignalMaster SMLED8 LED arrow stick (PN 320772)and controller(PN 331105). Arrow stick to be roof mounted on the rear of the van above the rear doors. Other or Comment Aerial Bucket Lift. Page 3 of 5 s 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 i ofp -'>f� f� ��► ,(� , i pq By Qfre,77 Title 4i� A2�Pi , CONTINUATION SHEET 6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F 1 NUG apN nn O" _ • N O 0 x •J 0 N : UQ O W :� con N E.-' O I . ' C) CD "0 N C.) • , 0 C1Q 11)''b 0-0A� .y • v� rz -V r 4. �. O at CAD n O CA I II N N C) CCDD a CND n O CD a O �G O . '"r 0 a CD Po. 0 O 4 r�'h $-t CCDD ,-+ • 0 i0-h'0 AD C T CDD • • • • • • t'A 4 .', Q '. .. i+ a ,S, ..a a'c .� • S .m{`a\j'i.4,., - .. n v, y ei P `fe.i ,� pment.Organization 116191, year 2012 expenditures. 198212scp APPROVED AS TO FORM: &CITY ATTORNEY DATE • By C i ilmember Adopted 21. 1 6 Cit Clerk Approved 4000"a;--- Mayor Facility at 2606 N.26`h Street, fully serviced to recommended new vehicle specifications. If the vendor is not in the City of Omaha area,the City will not be responsible for any cost from pickup or the delivery of any vehicle or mounted equipment. Bidder shall state delivery time with bid. Bid will not be considered if not listed. Aerial Bucket Lift. Page 5 of 5 of unit. Two(2)copies of hydraulic circuits. Two(2)copies of electrical circuits. Other or Comment Aerial Bucket Lift. Page 4 of 5 t wires are / To be protected by plastic loom covering. ✓ C. To have one(1)yellow and one(l)blue Target Tech 851 strobe lights mounted on pivot area of reach. Lights to move with V reach. D. To have 2 LED recessed oval Stop/Tail lights and 2 side marker d lights mounted in rear bumper/platform. F. To have Dash mounted lights to indicate: Platform raised. G. To be equipped with an electric back up alarm. H. To be equipped with a SignalMaster SMLED8 LED arrow stick (PN 320772)and controller(PN 331105). Arrow stick to be roof mounted on the rear of the van above the rear doors. Other or Comment Aerial Bucket Lift. Page 3 of 5 s 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 i ofp -'>f� f� ��► ,(� , i pq By Qfre,77 Title 4i� A2�Pi , CONTINUATION SHEET 6191 All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_a2%� Firm tf repr Rawer X)t l;�Porat=. . A J / Delivery(or completion) Name: * �1 w Signature: •/ _calendar days following Title:lj tee MSS Phhone a irr -t', ,, Fax:1i, r v4 award Address: 6: 36 epooVa c17- ik ME_ _1g11646 Street/P.O.Box City State Zip Email Address: /di gg ete Cr.. e.7 ,e4er, ate of Nebraska,with or without cause and/or consent upon 30 days written notice. BREACH OF CONTRACT: If the Contractor breaches this Contract,the State of Nebraska may, at its discretion,terminate the Contract - immediately upon written notice to the Contractor. The State of Nebraska shall pay the Contractor only for 1 Q U a - ° a i b a C 3a 0 a a OU C C CI YV N V1 c0 CI •Y a 00 o C ti C) c a)a ^ > A O ° CD a; C a)E a) a) o o > rn Q C vc 0 g o ., a a ) o o , o U 0 vn U ,) a. U a a W CO w v) U v) a U a a Q ^-- N cn V v \o S 00 01 CD El WI .-, N M ‘t cn 1/40 S 00 O) O the stricken provision. These General Terms and Conditions shall survive the completion of the services under this Agreement and the termination of this Agreement for any cause. This Agreement between Client and Kirkham Michael shall pertain only to the benefit of the parties hereto, and no third party shall have rights hereunder. 18. OPINIONS OF PROBABLE COST Opinions of probable cost, cost estimates, and construction cost estimates provided herein are made based upon Kirkham Michael's experience and qualifications as professional engineers. However, since Kirkham Michael has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or other market conditions, any opinions of cost shall be accepted by Client subject to Paragraph 3 of these General Terms and Conditions. In the event Client desires a level of accuracy of an estimate which establishes cost ceilings or detailed cost component analyses, Kirkham Michael will upon written authorization from Client secure the services of a specialized cost estimating and analyzing firm acceptable to Client. The Client shall agree to the payment of additional compensation as required. Revised: 09-02-11 Page 3 of 3 7 C L ,,..3 000 en 7 v, 1D 1.- 00 0, 0 - N en a v, 10 n 00 0, 0 - N C „., o f V' W L N N N N N N N N N N en en M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl) u y y N N N N N N N N N N N N N N N N N N N N �7 L O u on C, L. 0'' c c a F