Loading...
RES 2021-0607 - PO to MacQueen Equipment for (1) Street Sweeper for the Street Division City Clerk Office Use Only: !� Publication Date (if a plic ble): RESOLUTION NO.��" 1.NI/ / � � Agenda Date: I2I-0 Department: / c 5 Submitter: CU t/7 y 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 one (1) Street Sweeper, to be utilized by the Street Maintenance Division; and, WHEREAS, MacQueen Equipment, LLC submitted the lowest and best bid to Douglas County Purchasing on April 28, 2021, for the attached bid named Diesel Powered Broom Street Sweeper which by this reference, is made a part hereof; and, WHEREAS, the cost of this purchase, totaling $254,297.00, includes an allowance of $41,124.00, for trade-in value of older equipment, will be paid from the Street Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2021 funding. 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 MacQueen Equipment, LLC, for the purchase of one (1) Street Sweeper, to be utilized by the Street Maintenance Division, in the amount of$254,297.00. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of this purchase from the Street Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2021 funding. 2952grp APPROVED AS TO FORM 5-/17/P 14 vlfr CITY ATTORNEY DATE Adopted: JUN 0 8 Z0211-0 Attest: City Cler Approved: -LAZA_ Mayor FLEET MANAGEMENT INTEROFFICE MEMORANDUM TO: HEATHER TIPPEY PIERCE FROM: SCOTT GORDEN SUBJECT: DIESEL POWERED BROOM STREET SWEEPER DATE: 05/11/2021 cc: STEVE FARIS Please generate a Council resolution for the purchase of one (1) Diesel Powered Broom Street Sweeper in accordance with the bid opened on April 28th, 2021. MacQueen Equipment submitted the lowest compliant bid of $295,421.00 less our trade in sweepers of $41,124.00 for a total of $254,297.00. John Brown will submit the requisition for the purchase. The bid tabulation and specifications have been uploaded. MacQueen Equipment ATTN: Jason Hurt 5360 Alvo Road Lincoln, NE 68514 BID BOND: 5% TMH Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Elliott Refuse, Inc. Diesel Powered Broom Street Sweeper MacQueen dba Page 1 Equipment Equipment Refuse Truck Date of Opening Department Sales Wednesday,April 28,2021 FLEET MANAGEMENT Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE B PRICE B PRICE B PRICE B PRICE PRICE Diesel Powered Broom Street 1 each Sweeper BID/each: $292,570.68 $295,421.00 $282,198.00 Manufacturer: Schwneze Elgin Curbtender M6SE Model: Avalanche Broom Bear Warrior Trade-In Equipment: 3-911 2013 Freightliner M2-106 chassis with 33,171 miles. Elgin CNG Sweeper with 1 each 3,799 hrs ($20,000.00) ($16,124.00) ($25,000.00) 3-490 2007 Sterling chassis with 68,220 1 ach miles. Elgin Eagle Series F with 8,030 hrs ($5,000.00) ($25,000.00) ($10,000.00) TOTAL BID: $267,570.68 $254,297.00 $247,198.00 Bid Bond Received: YES YES YES Terms: 100%/30 days Net 30 Delivery: 150 days TMH DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Diesel Powered Broom Street Sweeper RETURN BIDS TO: Published: April 14,2021 Page 1 • CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CT on Wednesday,April 28,2021 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Farnam Street,LC-1, 4 Right is reserved to accept or reject any or all bids in their entirety and the bidders shall OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 have the right to appeal any decision to the Omaha City Council. by the opening date and time indicated in a sealed envelope marked: 5 When submitting bid on items listed,bidder may on a separate sheet,make BID ON:CITY OF OMAHA Diesel Powered Broom Street Sweeper suggestions covering reduction in costs wherever this is possible through 2. As evidence of good faith a bid bond or certified check must be submitted with bid. redesign,change of material or utilization of standard items or quantity change. Bid bond or certified check shall be made payable to"City of Omaha" 6 Bid tabulation are available on the Douglas County Purchasing website: FAILURE TO D0 SO IS CAUSE FOR REJECTION. www.douglascountypurchasing.org. DO NOT CALL FOR THIS INFORMATION. 3 The City of Omaha is tax exempt.Tax exempt certificates will be provided upon request Bid your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is seeking bids for a Diesel Powered Broom Street Sweeper per the attached specifications. 1 each Diesel Powered Broom Street Sweeper BID: $ Q'Tb Manufacturer: L Ij i r' Model: 13 To o m t r Trade-In Equipment: 3-911 2013 Freightliner M2-106 chassis with 33,171 miles. 1 each Elgin CNG Sweeper with 3,799 hrs t$ 1 '� ( �°�,O ) 3-490 2007 Sterling chassis with 68,220 miles. Elgin Eagle 1 each Series F with 8,030 hrs ($ C/C;0C),(:2 ) TOTAL BID: $ u�S'/1 a9 -'7 re (5%Bid Bond is to be based upon this amount,if over $20,000.00) Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title in the subject line. The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date. Answers to questions will be posted via an addendum no later than the Friday before bid opening at www.douglascountypurchasing.org. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms ° Firm: �,�1 Incorporated In: ��r eiskel — �-- — 1'�1.1(.��i ate�v>s �t�c.-lli'1YYl now �' Delivery(or completion) Name: L.!"` 't,r 1 {ktArt Signature: —r � CC Title: `j _ Phone: (� 1;, ( Fax: t...(3s) '1'f,3, --C.'��rit/ calendar days following ,�i,S"�. �F_.1 �?-,� (�!!►"', � c�"�.31 ��&,'t award Address: 5, 4/) Al ve �c L--if'lt,vt�� WET Street/P.O.Box City State Zip r 1 Email Address: fkas0t.1 harfL NtActIoe,e,,At{I`vt.1/D . tGirA of0Mnr1e,^,4�9 �� ���`t. Public Works Department ! ° ' «i Omaha/Douglas Civic Center z jaj�tJ 1819 Farnarn Street,Suite 601 toy Omaha,Nebraska 68183-0601 '° � (402)444-5220 R !1-4.ED FED Fax(402)444-5248 City of Omaha Robert G.Stubbe,P.E. Jean Stothert,Mayor Public Works Director May 12,2021 Mr.Jeff Ketelsen Refuse Truck Sales 9479 East Birch Road Adams, NE 68301 RE: City of Omaha Diesel Powered Broom Street Sweeper Dear Bidder: Section 10-110 of the Omaha Municipal Code allows a Departmental Director to reject "any or all bids received for any city purchase or contract". This letter is to serve as written notice that your bid for the City of Omaha procurement listed above has been reviewed, found to be non-compliant with the specifications for this purchase, and is therefore rejected. • Section 15.2 of the bid specified Hendrickson rear air suspension. The bid you submitted indicated Freightliner rear air suspension. • Sections 15.3 and 15.4 of the bid specified 11R22.5. The bid you submitted indicated 295/75R22.5. • Section 16.7 of the bid specified heated automatic moisture drains. The bid you submitted indicated no heater. • Section 20.1 of the bid specified gutter brooms 46 inches in diameter. The bid you submitted indicated gutter brooms 44 inches in diameter. • Section 20.3 of the bid specified the rear broom to reverse. The bid you submitted indicated the broom does not reverse. • Your bid did not meet any of the specifications of Section 26.0. These exceptions are not acceptable to the City. The Public Works Department appreciates your interest and participation in the bidding process. Section 10-110 OMC also provides that: "Within ten (10) days after a bid is rejected, any rejected bidder may appeal to the city council by filing with the city clerk a written objection stating all the reasons for the objection." This may be mailed,faxed or emailed to the May 12, 2021 Page 2 Omaha City Clerk, at 1819 Farnam St, Ste LC-1, Omaha NE 68183; fax: 402-444-5263, or email: Elizabeth.Butler@cityofomaha.org. Such appeal is due to be submitted by close of business May 22,2021. Sincerely, Robe t G.Stubbe, P.E. Public Works Director cc: Elizabeth Butler, City Clerk Eric Carlson, Purchasing Agent '' Ryan Wiesen,City Law Dept. Scott Gorden; Public Works Heather Tippey Pierce, Public Works File DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA - Diesel Powered Broom Street Sweeper NOT AN ORDER Page 2 BID CLAUSES -TERMS AND CONDITIONS Requirement for Bid Bond: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid, only one bid bond is required; however, the 5% bid bond must be calculated using the highest bid amount of all submitted bids. Conflict of Interest: Pursuant to all state and local rules,CONTRACTOR assures the City of Omaha(CITY)that no elected Official or any officer or CITY employee shall have a financial interest,direct or indirect, in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of,facilitation of, and execution of or during the duration of this Agreement. Communication with Staff: From the date this bid is issued until a contract is awarded, communication regarding this solicitation between potential vendors and individuals employed by the City of Omaha is prohibited. Only written communication via email to bidquestions@douglasCity-ne.gov is permitted. Once an award is made the vendor will be permitted to speak with person(s)participating in contract negotiations. Violation of these conditions may be considered sufficient cause to reject a vendor's bid and/or selection irrespective of any other condition. The following exceptions to these restrictions are permitted: (1)Contacts made pursuant to any pre-existing contracts or obligations; (2)City staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled,when recognized by the City as staff facilitating the meeting for the purpose of addressing questions;and (3)Presentations, key personnel interviews, clarification sessions or discussions to finalize a contract, as requested by the City. Unavailability of Funding: Due to possible future reductions including but not limited the City of Omaha(CITY), State and/or Federal appropriations, the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations, the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested,or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction,whichever is later. Provided, that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract. Any and all additional fees, charges, costs or expenses,which result from an approved assignment or delegation, shall be paid by the assigning/delegating Party. Termination: The City of Omaha may terminate the awarded contract at any time if the vendor fails to carry out the terms or fails to make substantial progress toward the fulfillment of the contract obligations. In such event,the City shall provide the vendor with thirty(30)days written notice of conditions which endanger contract performance. If after such notice the vendor fails to remedy these conditions,the City may send a certified letter to the vendor for immediate cancellation of the contract. In such event,the City would receive a pro-rated portion of the value of the performance bond depending on the value of the remaining portion of the contract. The City will give the vendor sixty(60)days'notice of termination of contract if appropriations cease.The City of Omaha may also terminate the agreement for any reason upon 30 days notice. Payment Terms: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services, whichever is later. Drug Free Policy: CONTRACTOR assures the City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. SIGN ALL COPIES Firm MAC,(\A)12/a'1 4'/1)NA— B)/ r4) 1 fiilrj 7``.• Title V p t ctr-Jci et I PI /m etly CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- Diesel Powered Broom Street Sweeper NOT AN ORDER Page 3 BID CLAUSES-TERMS AND CONDITIONS FEDERAL DEBARMENT OR SUSPENSION: Has bidder or its principls been debarred or suspended from Federal contracts? YES NO (failure to provide a response may be cause for rejection of bid) Bidder certifies by submission of this bid that neither it nor its principals are presently debarred or suspended from participation in Federal contracts. If during the term of the agreement the awarded bidder or any person engaged in performing this agreement becomes debarred or suspended such Party shall notify the City of Omaha immediately. Form CC-1: All bidders awarded a City contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance by having a current Contract Compliance Report(Form CC-1)on file with the Human Rights&Relations Department. 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. Bidders are encouraged to use the following weblink to determine if they have a current Form CC-1 on file (search by company name): https://humanrights.cityofomaha.org/cc-l-search. 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. Non-Discrimination: Both Parties agree that in accordance with 42 USCS 12101 et seq., the Nebraska Fair Employment Practice Act-Neb.Rev.Stat.§48-1122,and Omaha Municipal code 13-89,they will not 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 age, race,color,religion,sex,disability,or national origin of the employee or applicant. None of the Parties shall, in the performance of this Agreement, discriminate or permit discrimination in violation of federal or state laws or local ordinances. E-Verify: New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114): The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the state of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.G. 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. Joint Governmental Purchases:The City of Omaha has been authorized to join with other public corporations or units of government within the State of Nebraska in the cooperative procurement of materials,equipment,work,or services. With the consent of the successful bidder the City may use the public competitive bid secured herein for the procurement of future materials,equipment,work, or services under the same terms, conditions,and prices offered by the bidder herein. Bidders are requested to indicate below if they are willing to extend the pricing,terms,and conditions of this bid to other City of Omaha departments, Douglas County departments,or other government agencies, if the bidder is the successful bidder. If the successful bidder replies Yes to this provision, other City of Omaha departments, Douglas County departments,and other government agencies may enter into a contract with the successful bidder for the purchase of the goods and/or services described herein based on the terms,conditions,and prices offered by the successful bidder to the City of Omaha. _ _YES NO SIGN ALL COPIES Firm {(' llc' y1 { i✓'/` •Nl�lt By1M Title i_S /`X-1" r J t 14 ri f r CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA - Diesel Powered Broom Street Sweeper NOT AN ORDER Page 4 BID CLAUSES -TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000.00,it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1) adequate workers'compensation(statutory); (2)commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than $500,000 for all claims arising out of a single occurrence;and(3)property damage insurance in an amount not less than $500,000;and naming CITY OF OMAHA as an additional insured,except for Workers'Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed$200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1)adequate workers'compensation(statutory); (2)commercial general liability in an amount not less than$1,000,000 for any person for any number of claims arising out of a single occurrence and not less than $5,000,000 for all claims arising out of a single occurrence;and(3)property damage insurance in an amount not less than $500,000; and naming CITY OF OMAHA as an additional insured,except for Workers'Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. INDEPENDENT VENDOR: Both parties understand and agree that(vendor)is an independent vendor under the provisions of this Agreement and not employed by or otherwise affiliated with Douglas County(COUNTY)or the City of Omaha(CITY). Employees of vendor(if any)are not employees of COUNTY/CITY. Each Party shall pay all wages,salaries and other amounts due its employees and shall be responsible for all reports, obligations, and payments pertaining to social security taxation, income tax withholding,workers' compensation, unemployment compensation,group insurance coverage, collective bargaining agreements or any other such similar matters. Both parties understand and agree that vendor is solely responsible for acquiring and maintaining,for the term of this Agreement, adequate general and special liability insurance, including but not limited to workers'compensation insurance, sufficient to protect vendor's ability to complete performance under this Agreement. Neither Party shall have any authority to bind the other by or with any contract or agreement, nor to impose any liability upon the other.All acts and contracts of each shall be in its own name and not in the name of the other. Both parties understand and agree that(vendor)is an independent vendor under the provisions of this Agreement and not employed by or otherwise affiliated with Douglas County(COUNTY)or the City of Omaha(CITY). Employees of vendor(if any)are not employees of COUNTY/CITY. Each Party shall pay all wages,salaries and other amounts due its employees and shall be responsible for all reports,obligations,and payments pertaining to social security taxation, income tax withholding, workers' compensation, unemployment compensation,group insurance coverage,collective bargaining agreements or any other such similar matters. Both parties understand and agree that vendor is solely responsible for acquiring and maintaining, for the term of this Agreement,adequate general and special liability insurance, including but not limited to workers' compensation insurance,sufficient to protect vendor's ability to complete performance under this Agreement. Neither Party shall have any authority to bind the other by or with any contract or agreement, nor to impose any liability upon the other.All acts and contracts of each shall be in its own name and not in the name of the other. SIGN ALL COPIES Firm rickc t 0 ueer\ By Title OD,341:174- :mot Az2/1 :_e" CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA - Diesel Powered Broom Street Sweeper NOT AN ORDER Page 5 BID CLAUSES -TERMS AND CONDITIONS FLEET DEFECTS: A fleet defect is defined as the failure of identical items covered by the warranty and occurring in the warranty period in a proportion of the vehicles delivered under this contract. For deliveries of 10 to 60 vehicles, the proportion shall be 20 percent. For deliveries of under 10 vehicles, the proportion shall be 50 percent. Scope of warranty provisions: The manufacturer shall correct a fleet defect by providing parts and labor free of cost to the buyer. After correcting the defect,the manufacturer shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program shall include inspection and/or correction of the potential of defective parts in all of the vehicles. The warranty on items determined to be fleet defects shall be extended for the time and/or miles of the original warranty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the repair/replacement date for corrected items. DESCRIPTIVE LITERATURE: Two(2)copies of full descriptive literature on each item bid are required with the bid. DULY LICENSED: Bidders must be duly licensed and authorized to sell the requested products under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat.Section 60-1401 et seq.,as of the date of bid. Bidders must indicate delivery time for this vehicle type on bid sheet. NOTE: Each bid shall be accompanied by: (1)proof that the bidder holds, as of the date of the bid, a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60-1401.01 et seq.; and (2)name of the bidder's salesperson, and proof that the bidder's salesperson holds, as of the date of the bid, a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act; and (3)name of the manufacturer of the product and proof that the manufacturer holds, as of the date of the bid, a Nebraska Motor Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being rejected. PURCHASE OF ADDITIONAL UNITS: Bidders must provide a date for the below statement. The purchase of additional units by the Cit of Omaha or Douglas County under this contract award shall be held firm through the following date: J / /5. / c a3 I . Liquidated damages shall be assessed at a rate of 1%of the total purchase order amount per calendar day that satisfactory delivery is not made. Satisfactory delivery shall occur on or before the date of delivery agreed to at the time of the bid or purchase award between the City and the awarded bidder. Satisfactory delivery shall also be deemed to include product or purchase compliance with all specifications set forth in the bid award. The amount of liquidated damages shall be deducted from any monies due the awarded bidder by the City. If applicable,when the monies due to the awarded bidder are not sufficient to satisfy the City's liquidated damages, the awarded bidder shall repay any down payment received from the City to satisfy any outstanding liquidated damages. The City may, at its sole discretion, allow"excusable delays"when assessing if liquidated damages are applicable. An excusable delay is defined as a delay that causes disruption to the delivery schedule but which is beyond the awarded bidder's control. Excusable delay may include delays caused by weather, strikes,or natural disasters. Any determination of excusable delay by the City shall be limited in time and scope and shall not be a guarantee or promise of future determinations of excusable delay by the City. Exceptions to Specifications:Any and all deviations will be so noted on the attached"Exceptions to Specifications"sheet. ACCEPTANCE OF MATERIAL: Unless otherwise stated in specifications, all components used in the manufacture or construction of materials,supplies and equipment, and all finished materials, will be new,the latest make/model, of the best quality, and the highest grade workmanship. Material delivered under this proposal will remain the property of the Bidder until: (1)A physical inspection and actual usage of the material is made and found to be acceptable to the City; and (2) Material is determined to be in full compliance with the bidding documents and accepted bid. In the event the delivered material is found to be defective or does not conform to the bidding documents and accepted bid,the City reserves the right to cancel the order upon written notice to the Bidder and return materials to the Bidder at Bidder's expense. Awarded Bidder will be required to furnish title to the material,free and clear of all liens and encumbrances, issued in the name of the City of Omaha, Nebraska,as required by the bidding documents or purchase orders. Awarded Bidder's advertising decals,stickers or other signs will not be affixed to equipment.Vehicle mud flaps will be installed blank side out with no advertisements. Manufacturer's standard production forgings, stampings, nameplates and logos are acceptable. SIGN ALL COPIES Firm / a 1." �� c?d f f t 1�1�1�1C�►1 By �- / i2 I Title ;s4r i`"_ f- S J , e c 1114/I e'r CONTINUATION SHEET AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT& FAIR LABOR STANDARDS a_Sv't ti i , being first duly sworn under oath, state and depose as follows: 1. I am competent to testify to, and have personal knowledge of,the matters stated in this affidavit. 2. I am (a contractor) or (the authorized agent of the contractor) for ct �l(?Cr1 L ,ni\t' Company, (hereinafter "Contractor"). I attest to the following: (a) each individual performing services for Contractor is properly classified under the Nebraska Employee Classification Act, ("the Act"), (b) Contractor has completed a federal I- 9 immigration form and has such form on file for each employee performing services, (c) Contractor has complied with Neb. Rev. Stat. 54-1.14 (use of federal immigration verification system), (d) Contractor has no reasonable basis to believe that any individual performing services for Contractor is an undocumented worker, (e) as of the time of the contract, Contractor is not barred from contracting with the state or any political subdivision pursuant to the Act, and (f) Contractor is complying with and will continue to comply with, fair labor standards as provided in Neb.Rev.Stat. §§73-102 & 73-104, as applicable and as amended hereinafter. Contractor will also ensure that all subcontractors execute affidavits in compliance with the Act. FURTHER AFFIANT SAYETH NAUGHT Al an ( Contractor) SUBSCRIBED AND SWORN TO before me this Z6 day of Apr( , 20 Z( 14 :(7,::---) -- otary c GENERAL NOTARY-State of Nebraska JAMES H.HALL -" MY Comm.Exp.January t6,2025 Responsible Contractor Compliance Form RC-1 ��phAHA,Air G �T 7 o .2 777 4 41- 1. Regulation: p`t�''o Pius-t... A.Article IV,Division 1 of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void, 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. c.;:g Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb. Rev.Stat. Section 48-2901 et seq.). • inContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). L-4° Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health InAdministration,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. Signntute Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 tine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. EMPLOYEE CLASSIFICATION ACT: Each contractor who performs construction or delivery service pursuant to this contract shall submit with their bid submission an affidavit attesting that (1) each individual perti)rming services for such contractor is properly classified under the Nebraska Employee Classification Act, 2010 LB 563 ("the Act"); (2) such contractor has completed a Federal I-9.Immigration form and has such form on file for each employee performing services; (3) such contractor has complied with Neb. Rev. Stat. Section 4-114 (Federal Immigration Verification System--E- Verify); (4) such contractor has no reasonable basis to believe that any individual performing services for such contractor is an undocumented worker; and (5) as of the time of the contract, such contractor is not barred from contracting with the state or any political subdivision pursuant to the Act. The contractor shall follow the provisions of the Act. A violation of the Act by a contractor is grounds for rescission of the contract by City of Omaha/Douglas County. CONTRACTOR shall follow the provisions of the Employee Classification Act (Act). A violation of the Act will be a material breach and, in addition to any other remedies, be grounds for immediate contract rescission. If CONTRACTOR is performing construction or providing delivery service, CONTRACTOR shall submit an affidavit that complies with the • Act. CONTRACTOR will also ensure that all subcontractors performing services for Contractor will also complete affidavits that comply with the Act. Contractor may submit the affidavit(s) with their bid submission. In all circumstances, Contractor shall provide the affidavits before work or services are undertaken pursuant to this Agreement. Following award, if CONTRACTOR changes or adds additional subcontractors, CONTRACTOR shall ensure that the subcontractor provides an Employee Classification Act affidavit to Douglas County Purchasing Department before that subcontractor begins work or services. All Employee Classification Act affidavits shall be sent to: Douglas County Purchasing Agent, 1819 Farnam Street, Room 902,Omaha NE 68183. FAIR LABOR STANDARDS: CONTRACTOR agrees to maintain FAIR LABOR STANDARDS as defined in Neb. Rev Stat § 73-104. CONTRACTOR has filed with Douglas County (City/County Purchasing) a statement that it is complying with and will continue to comply with, fair labor standards as provided in Neb. Rev. Stat. §§73-102 & 73-104. In addition, CONTRACTOR assures County that it will continue to comply with statutory fair labor standards throughout its performance under this contract. Specifications for Diesel Powered Broom Street Sweeper Yes,.No Other 1.0 GVW Rating 1.1 Unit bid not to be less than 33,000 GVW. / 1-2 Chassis must be Freightliner Conventional type with a set back front axle. Other or Comments: Yes No Other 2.0 Cab 2.1 Cab shall be designed for MAXIMUM VISIBILITY BOTH FORWARD AND TO EITHER SIDE O F CAB. 2.2 All glass must be safety tinted 2.3 Door windows shall be of the roll down type. Any side windows must be equipped with a defogger. 2.4 Cab doors shall be key locked 2.5 As the unit can be driven from both front operator seats, each operator position must have an adjustable sun visor. Ili 2.6 Cab shall be air-conditioned and include a fresh air heater, ventilator and defroster system. 2.7 HVAC system to have a replaceable fresh air cabin filter11 2.8 Full flow through cab ventilation for temperature control and operator comfort is required. 2.9 All cab switches for the operation of the cab and chassis plus those used to operate the street sweeper must be of the illumination type as they will be used for night operations without the use of cab interior light. 2.10 Sweeper hydraulics system will be operated through an in-cab mounted console. 2.11 All cab switches for the operation of the cab and chassis plus those used to operate the street sweeper must be clearly marked with the function name and symbol. 2.12 Cab seats shall be air seat, cloth covered and adjustable. 2.13 Seat belts are required. 2.14 Interior of the cab must be constructed in such a manner that excessive noise from operating the unit will be excluded. 2.15 AM/FM stereo radio with weatherband and clock shall be provided.Other or Comments: Yes No Other 3.0 Paint V _ 3.1 Color to be STANDARD WHITE / 3.2 All visible metal surfaces are to be coated prior to assembly with a V base coat clear coat. 1,/ 3.3 Paint thickness must be two (2)mils or greater. Other or Comments: YVio Other 4.0 Mirrors 4.1 Cab must have twok2) heated outside West Coast type 1 Specifications for Diesel Powered Broom Street Sweeper t mirrors,with lower sections of mirror of the convex type for viewing the street sweeper operations. 4.2 For maximum operational viewing of the unit, two (2) 12" parabolic mirrors are to be mounted forward of the front wheels on the cab. Other or Comments: Yes ,No Other 5.0 Wheel Base 5.1 Wheelbase shall be a minimum of 136"with approximately 70" CA 5.2 Cab to axle to accommodate vertical exhaust. Other or Comments: Yes No Other 6.0 Frame 6.1 Frame shall be of the heavy duty channel type minimum yield strength of 80,000 PSI. __.. Other or Comments: Yes,,No Other 7.0 Front Bumper 7.1 A front bumper shall be of the standard manufactures desi n. 7.2 Unit bid must be equipped with bumper and or chassis mounted V tow hooks. Other or Comments: Yes No I Other 8.0 Fuel Tanks 8.1 50 gallon aluminum fuel tank shall be supplied 8.2 An in cab fuel gauge is required. Other or Comments: Yes No Other 9.0 Lights 9.1 Halogen high/low beam headlights, stoplights, taillights, backup 17. lights, clearance lights and directional signals are required. Lights are to be LED type where possible. 9.2 In-cab lights and all gauges/instrument cluster panels are to be illuminated. 9.3 Federal Signal LED Amber Arrow Stick with controller or equivalent Other or Comments: Yes ,,No Other 10.0 Controls and Instrument cluster 10.1 Cab controls to include engine key locking starter switch _ 10.2 Cab chassis/engine gauges shall include speedometer,odometer, coolant temperature, tachometer, oil pressure, fuel levels and air pressure. 10.3 Cab chassis engine instruments shall include both warnin li hts 2 Specifications for Diesel Powered Broom Street Sweeper and a chime type indicator for low coolant and high coolant temperatures. 10.4 Both chassis right and left side operators instruments panels should be both of full vision type, illuminated, containing engine tachometer, speedometer, odometer, trip meter,fuel gauge, air pressure gauge and voltmeter. 10.5 There shall be an auxiliary engine air restriction indicator mounted in a fixed with the above gauges. 10.6 There must be an in-cab"full load" indicator 10.7 Cab and Chassis dash, all consoled switches, instrument panels, gauges and transmission shifter controls must be of the illumination type. 10.8 There must be an in-cab electrical plug in circuit of the cigarette lighter type to be used as a cell phone or other plug in electrical accessory. 10.9 An electrical backup warning device must be provided and functional when the transmission is placed in reverse. Along with a backup camera. 10.10 Air horns are to be installed that can be operated from both left and right driver positions. Other or Comments: Yes No Other 11.0 Windshield Wipers 11.1 Unit shall have dual intermittent, 2speed electric,factory installed, windshield wipers with windshield washers. Other or Comments: Yes No Other 12.0 Steering 12.1 Manufacturer's recommended power steering system to be full power with dual operators controls. Other or Comments: Yes,„No Other 13.0 Cab and Chassis Engine 13.1 Shall be Cummins L9 engine, min 260 hp and 720ft-lbs of torque 13.2 Unit must have a vertical right hand exhaust system. 13.3 Manufacturer's heaviest duty cooling capacity system complete with coolant recovery must be furnished.To have automatic over temp shut down. —_ 13.4 Engine must have an oil cooler 13.5 Engine shall be equipped with a cold weather starting aid. 13.6 Engine noise levels mast fall within Federal O.S.H.A. regulations. 13.7 Engine shall be equipped with a dual stage dry type air cleaner with safety element and full flow oil filter. To have an air cleaner dash mounted restriction indicator. 13.8 Engine shall have coolant protection to -30 degrees Fahrenheit. Other or Comments: --- 3 Specifications for Diesel Powered Broom Street Sweeper Yes No Other 14.0 Batteries and Alternator 14.1 Cab and chassis batteries shall be at least two (2) 12volt, V maintenance free batteries rated at or above 1850 CCA total 14.2 Cab and Chassis engine alternator shall be at least 120 amps. 14.3 Batteries are to be in an enclosed battery box V' 14.4 To have a master battery shut off switch Other or Comments: Yes No Other 15.0 Front and Rear Axles, Wheels and Tires 15.1 Front axle shall be a minimum 10,000 lb capability, equipped 10,000 lb springs and shock absorbers. 15.2 Rear axle shall be 23,000 lb capability supported by Hendrickson V HAS-230 air suspension having a minimum capacity of 23,500 lbs. 15.3 Rear end is to be a 2 speed with a gear ratio of 6.17/8.42 15.4 Front tires will be 14 ply"." rated 11 R22.5 highway tread design. 15.5 Rear axle will incorporate rear dual tires.Tires are to be 14ply "G" rated 11R22.5 highway tread design. 15.6 Rims are to be 10 hole, steel hub piloted 22x8.25 drop center I/ 15.7 Front and Rear tire and rims are to be interchangeable. 15.8 Tires to be Goodyear, Firestone, Bridgestone, Hankook or Michelin. Other or Comments: Yes No Other 16.0 Brakes 16.1 Cab and chassis brakes shall be full air brakes with a minimum 13.2 CFM capacity air compressor. 16.2 Front brakes shall be 15"x4"Q+ 16.3 Rear brakes shall be 16.5"x7" Q+ 16.4 Unit must have automatic slack adjusters 16.5 Air system to have an air dryer with electric heater and moisture separator. 16.6 Parking brake to be of the"piggy back" mounted 30" MGM spring actuated design, with air operated dash control. 16.7 Air tanks to have automatic heated moisture ejectors on all tanks. Other or Comments: Yes No Other 17.0 Transmission 17.1 Cab and chassis unit to be driven by an Allison 3500 RDS transmission with a PTO provision. _. 17.2 Transmission must be equipped with a heavy duty oil cooler. 17.3 Transmission oil filter with synthetic transmission fluid. Other or Comments: 4 Specifications for Diesel Powered Broom Street Sweeper Yes No Other 18.0 Street Sweeper 18.1 Must have a main pickup broom. _ 18.2 Must have both a right and left side gutter broom assembly .................... 18.3 To have a 4.5 cubic yard hopper volumetric minimum capacity. 18.4 To have a Slow Moving Vehicle Si n installed on the rear of unit. Other or Comments: Yes No Other 19.0 Broom Assist 19.1 The rear main broom shall not be less than 60 inches long and 34 inches in diameter. V/ 19.2 A hydraulic driven motor mounted on the broom core will power the rear main broom. / 19.3 The rear main broom speed will be operator controlled from the V cab through a range of 80 to 140 RPM's. / 19.4 Main broom shall be pre-fabricated, disposable and made up of Polypropylene bristles. / 19.5 Sweeping areas of the main broom with both gutter brooms in V operation will not be less than 10 feet. 19.6 Broom rotation shall stop and raise automatically, when 1 ' transmission is placed in reverse or when the sweeper is placed in transport mode. 19.7 There shall be a cover over the rear main broom for control of ✓ debris which is being thrown by the broom. - 19.8 Broom operator, shall be able to raise and lower the main broom +' through cab controls, pneumatically. 19.9 There shall be two (2)work lights mounted on the rear of the sweeper unit controlled from the operator cab. One on each side. Other or Comments: Yes No Other 20.0 Both Right and Left Gutter Brooms 20.1 Gutter brooms shall be no less that 46" in diameter �,. 20.2 Gutter brooms will use at least five (5) replaceable plastic segments holding 26" long tempered steel wires. 20.3 There will be operator controls in the cab which will control the i/ speed of the gutter brooms and, allowing the operator to raise, lower and control the rotation of the broom, both clockwise and counterclockwise, gutter broom down pressure along with the ability to tilt the broom from the cab as well. 20.4 Both gutter brooms will be driven by hydraulic motors mounted on the broom disc. 20.5 Both gutter brooms rotation shall stop and raise automatically, when the transmission is placed in reverse or when sweeper is placed in transport mode. V/ 20.6 There shall be a work light mounted near both gutter brooms controlled from the operator cab. Other or Comments: 5 Specifications for Diesel Powered Broom Street Sweeper Yes No Other 21.0 Sweeper Hopper 21.1 Sweeper hopper shall have a minimum thickness of 7gauge steel floor. 21.2 Sweeper hopper shall have a minimum thickness of 11gauge steel door, top and sides. 21.3 Sweeper hopper volumetric capacity shall not be less than 4.5 cubic yards with usable capacity of 3.3 cubic yards. 21.4 Hopper lift mechanism must be capable of lifting 11,001bs, be of double stage scissor type utilizing two (2) hydraulic cylinders with bores not less than 3.5 inches and strokes not less than 33.5 inches. 21.5 Hopper dump mechanism must utilize two (2) hydraulic cylinders with boree not less than 3.5 inches and a stroke not less than 19.8 inches. 21.6 Hopper shall be able to dump at varying heights ranging from 38 inches to 11 feet and able to tilt to an angle no less than 50 degrees. 21.7 There shall be no outriggers or any type of stabilizers used for or during the dump cycle. 21.8 There must be cab controls for operator controlled hopper dumping and interlock to prevent dumping when the parking brake is not engaged. 21.9 There must be clear vision for the operator throughout the dumping cycle without the use of mirrors. 21.10 Maximum time for a full lift and dump cycle shall not exceed 70 seconds. 21.11 There must be an overload warning device and un-level grade warning device in the operator compartment. 21.12 All scissor joints are to have self-lubricated bronze long wearing bearings. 21.13 Sweeper hopper, must have a hopper inspection door. Other or Comments: Yes No Other 22.0 Conveyor 22.1 Conveyor shall be of the high strength molded in full width cleat type. 22.2 The molded conveyor belt must carry, not drag debris into the hopper unit. 22.3 Conveyor shall be capable of carrying debris from 9"in height to fine sand without making adjustments. 22.4 The lower portion of the conveyor must be capable of rising 9" while sweeping. 22.5 Conveyor rotation (forward and reverse) and conveyor speed are V to be controlled from the cab. 22.6 Conveyor shall be reversible in either direction without stopping or reversing the main rear broom or the gutter brooms. 22.7 The conveyor must automatically stop and raise when the transporting chassis transmission is placed in reverse or the unit is put in transport mode. 22.8 There must be an audible conveyor alarm located in the operator's cab to warn conveyor stoppage. 6 Specifications for Diesel Powered Broom Street Sweeper 22.9 A remote tube station is to be installed at a location that is easily accessible so the operator can grease the conveyor bearings without climbing on the machine. Other or Comments: Yes No Other 23.0 Water Spray System qr 23.1 Water tank capacity shall be 360 gallons. 23.2 Water tank must be constructed of non-rusting material. 23.3 Water tank hose must be 16 feet in length with a 2 NST hydrant coupler V,, 23.4 An equipment wash down hose must be provided which shall be no less than 25 feet in length. 23.5 An in line water filter must be provided with the water tank fill hose. 23.6 Sweeper water must be equipped to be a self priming diaphragm type, capable of running dry indefinitely, causing no damage to itself. 23.7 Sweeper water system must have at a minimum three (3)water spray nozzles on each gutter broom and three(3) spray nozzles on the rear main broom. Spray bars shall be constructed of non-ferrous components. One (1) spray bar mounted on the front bumper with six (6) nozzles pointing down at the pavement. 23.8 Water supply to both gutter brooms and the rear amin broom must be controlled by the operator through electronically activated switches. Water valves must be of the non-ferrous heavy duty agricultural type. 23.9 A low water indicator must be located in the operator's cab. 23.10 Sweeper water must be equipped with an anti-siphon device compliant to American National Standard Air gap in plumbing systems ASME 112.12-1991 23.11 The sweeper unit shall be equipped with an automatic internal hopper/conveyor flush and wash down system. This system shall divert hydrant fill water to flush the conveyor after water tanks have been filled. Other or Comments: Yes No Other 24.0 Sweeper Electrical System 24.1 Sweeper lighting system must include rear identification light, side brooms and rear clearance lights. Use LED lights were possible. 24.2 All electrical circuits must be protected by fuses or circuit V� breakers. 24.3 Sweeper wiring harness must be color coded and "hot" stamped with the appropriate word designation for the wire labeling wire functions every four(4) inches. 24.4 Sweeper wiring to the operator's cab must provide a wiring harness and indicators for hydraulic filter restriction, air filter restriction, low water spray, hopper up position, hopper full load. 24.5 To have the following warning lights installed to give 360 degree coverage. All lights to be switch controlled through a relay and fuse 7 Specifications for Diesel Powered Broom Street Sweeper protection. (2) IPX 300 in grill (2) IPX 300 on side of cab in front doors (4)IPX 600 on the rear doors (2) IPX 600 on the side rear (1) Highlighter on cab roof (1) Signal Master arrow bar on the rear with controller in cab 24.6 Two cameras are to be installed, one camera to view the left side gutter broom and rear facing camera is to be installed so the operator can see the view behind the machine. The monitor is to be mounted in the cab at a location that is easily viewed by the operator. The camera system shall default to the gutter broom camera and switch to rear camera when the machine is placed in reverse. Other or Comments: Yes No Other 25.0 Sweeper controls 25.1 All sweeper controls must be mounted on a fixed console located between the left and right operator seats in the cab. 25.2 The controls shall include all sweeper functions,sweeper,hopper, conveyor and all lights. It will be mounted in the fixed operator control console between seats. -y_ */ 25.3 Conventional rocker switches must be used for all control V functions located in the operator's cab console. 25.4 There shall be separate in cab sweeper control gauges which indicates the amount of air pressure being used to hold the gutter brooms in the down position. The right and left gutter broom gauges are separately mounted in the operator's cab. Other or Comments: Yes No Other 26.0 Pneumatic System 26.1 A separate air tank shall be provided for all sweeper air components. 26.2 There shall be a PR4 type air pressure regulator installed to V protect the chassis air system. _ 26.3 All air fittings are to be DOT approved. 26.4 All pneumatic cylinders are to be interchangeable. 26.5 All air cylinders must have separate rod seal and wipers to protect against contamination and pressure rated to 250 psi. Other or Comments: Yes No Other 27.0 Hydraulic System 27.1 A sweeper hydraulic system must have no less than 23 gallon reservoir with an external level gauge and thermometer. / 27.2 There shall be twin hydraulic pumps and be direct driven variable V displacement piston type with load sensing to adjust flow. 27.3 The hydraulic tank reservoir vent must be equipped with a 10 8 Specifications for Diesel Powered Broom Street Sweeper vrr micron spin on filter to trap contamination. 27.4 There shall be a 10 micron full flow hydraulic filter with bypass in the return lines to prevent hydraulic oil contamination. 27.5 A cab console mounted hydraulic restriction indicator shall light before hydraulic fluid bypass begins. 27.6 A 10 micron oil filter must be located in the oil reservoir fill spout 27.7 All hydraulic circuits shall be incorporated with quick disconnect for testing purposes. �- 27.8 All high pressure hydraulic fittings must be of the flat face "0" ring ✓� type. Other or Comments: Yes No Other 28.0 Lubrication System 28.1 An automatic lubrication system is to be installed to lube both the sweeper and the truck chassis. Note 23.1 A manual lube station is to be installed for the conveyor bearings only. Other or Comments: Yes No Other 29.0 Manuals 29.1 An operator's manual must be furnished. 29.2 A parts manual must be furnished with the unit. 29.3 A repair manual must be furnished with the unit. Other or Comments: Yes No Other 30.0 Warranty 30.1 Manufacturer's warranty of not less than one (1) year is required on the sweeper unit and the cab and chassis, as one unit, with full coverage for parts and labor. 30.2 Manufacturer's statement of origin and completed pre-delivery inspection certificates are required. 30.3 Manufacturer's warranty shall not be less than two (2)years on the chassis engine, transmission and rear differential, with full coverage for parts and labor. r- 30.4 Manufacturer's warranty must be submitted with the bid. 30.5 The successful bid award winner will provide all warranty work. If warranty work is not available in the City of Omaha, it will be the bid award winner's responsibility to transport the unit to an authorized repair facility at NO COST to the City of Omaha. 30.6 The vendor must be able to provide needed parts within twenty- four (24) hours of the breakdown. If shipping by air is necessary the vendor will be responsible for any additional costs associated with obtaining the parts. Other or Comments: 9 Specifications for Diesel Powered Broom Street Sweeper Yes No Other 31.0 Training _ 31.1 Training will be provided to the City of Omaha by the successful bid award winner. Training will be provided in all aspects of proper operation, service, maintenance and safety by qualified technicians. Other or Comments: Yes No Other 32.0 Delivery 32.1 Bidder shall state delivery time after confirmation of bid award and order is placed. 32.2 The sweeper unit will be delivered to the Fleet Management V Facility location at 2606 Lake Street in Omaha, Nebraska. 32.3 The sweeper unit shall be delivered in a NEW UNUSED, FULLY OPERATIONAL CONDITION. 32.4 Acceptance of the unit will be subject to inspection and approval from the Fleet Management supervisor or his designated representative. Other or Comments: Yes No Other 33.0 Trade In Units 33.1 The City intends to trade in two sweepers for this purchase. ,t 33.2 3-911 2013 Freightliner M2-106 chassis with 33,171 miles. Elgin '✓ CNG Sweeper with 3,799 hrs. 33.3 3-490 2007 Sterling chassis with 68,220 miles. Elgin Eagle Series F with 8,030 hrs. 33.4 Units may be viewed by contacting Steve Faris at (402)_680- 0827. Other or Comments: 10 EXCEPTIONS TO SPECIFICATIONS Check One Y The equipment offered meets all specifications as set forth in the bid. 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) � PcS oNi Rut R 7" SignedGZ Title i5r"s'tc_ft ,S Met tt" MacQueen Equipment Presents a Proposal Summary of the i fllultt for Clean.alt/led IDr life 11'1 ,,‘,440; 11i11100 ,11111is• tumuli r _ tilt/ .) Elgin Broom Bear Broom Bear Single Engine Diesel Street Sweeper with Dual Side Brooms for City of Omaha Jason Hurt Tel: 402-890-5363 Quote Number: 2021-40876 1 of 5 2021-04-05 10:04:17 PRODUCT DESCRIPTION • Conveyor belt,variable height,right side dumping,4.5 cubic yard hopper,with dual,hydraulically driven,trailing arm side brooms,sweeper is powder coated from powder coatings chart 2003/N with powder coated gray undercarriage. STANDARD FEATURES • Broom side.46"steel vertical digger 4 or 5 segment • Broom side,air floating suspension with adjustable reach,air deploy Broom,main,34"diameter,60"wide prefab disposable • Broom Measurement Ruler • Conveyor chain,hardened with polyurethane sprockets Conveyor•,belt type with 13 molded-in full width cleats • Conveyor,lift independent from main broom • Conveyor,three piece replaceable wear plates • Conveyor•flush out system • Conveyor raise in reverse • Conveyor stall alarm • Dirt shoes,spring assisted,heavy duty single row carbide steel(rubber isolated) • Electric backup alarm • Hopper inspection door • Hopper.4.5 cu yd with window and skylight • Hopper up indicator and beep • Hopper,variable high dump;9'6",4.5 yard • I-lose,hydrant fill.. 16'8" with coupling • Hydraulic oil level gauge w/external thermometer and in-cab level light • Hydraulic system,load sensing with selectable transmission driven PTO pump • Lights,automatic backup Lights,combination tail/stop,separate amber signal • Lights,flood light,one per broom(3) • Manuals,operator and parts Rear broom cover and anti-carryover wrap • Rear broom spray bar • Rear right hand flood light • Reflectors,set of 6 • Sidebroom speed control,external to cab • Sweep resume/raise in reverse • Tactile controls for all sweep functions • Tool storage Water fill,anti-siphon • Water level indicator in-cab • Water Pump,electric diaphragm • Water tank,molded polyethylene,360 gallon total nominal capacity • I Year Parts and Labor Warranty • AM/FM/CD Radio • Left Hand Fender Mounted Mirror • Steel Bristles with Polyethylene Segments • Sweeper Painted Standard White • Chassis Painted Standard White • Red Logo Sweeper-Operator Manual • Sweeper Parts Manual Sweeper Service Manual Quote Number:2021-40876 2 of 5 ADDITIONAL FEATURES • 2022 Freightliner M2 Dual Steer • Chassis Battery Disconnect • Mirrors,West Coast type with 12"convex inserts,one each side • Dual Air Horns • In Cab Air Restriction Gauge for Chassis • Sidebroom Tilt Option Left Hand Inluding Indicator Sidebroom Tilt Option Right Hand Inluding Indicator • In-Cab Variable Speed and Reversing Broom Control • Two-camera System.Backup/Rear Camera&Left Sidebroom. • Rubber Dirt Shoes • Hopper Full Indicator(volumetric) • Midwest Autolube Sweeper and Chassis • (4)LED Work Lights • LED Stop/Tail/Turn Lights Signal Master Arrow bar on rear with in-cab controller • (2)1PX300 in grill • (2)IPX.on side of cab in front of doors • (4)IPX600 on rear doors • (2)IPX600 on the side rear • (1)Highlighter strobe on cab roof • Operation,Service,Maintenance&Safety Training provided Quote Number:2021-40876 3 of 5 • • Chassis Year-2022 Total: $295,421.00 Price valid for 30 Days from dateof 4/24/2021 Product Model:BROOMBEAR Product Model:BROOMBEAR Proposal Date:4/24/2021 Quote Number:2021-40876 Price List Date: 1/27/2021 P.O.Number: Payment Terms: Net 30 days.Finance options available. • Proposal Notes: 1. Multiple unit orders will be identical to signed proposal.Changes or deviations to any unit of a multiple unit order will require a new signed proposal. 2 Proposed price effective till 12/15/2021 for additional sweeper/s. 3. Chassis specifications and data codes for customer supplied chassis must be submitted to and approved by Elgin Sweeper Company prior to submittal of customer purchase order. Freightliner specs meet bid specifications. 4. All prices quoted are in US Dollars unless otherwise noted. 5. This proposal incorporates,and is subject to, Elgin Sweeper Manufacturing's standard terms and conditions attached hereto and made a part hereof. 6. One Year Warranty on Sweeper;Two Year Warranty on Freightliner Chassis. LIMITED WARRANTY ELGIN SWEEPER COMPANY warrants each new machine manufactured by it against defects in material and workmanship provided the machine is used in a normal and reasonable manner.This warranty is extended only to the original user-purchaser for a period of twelve (12)months from the date of delivery to the original user-purchaser. ELGIN SWEEPER COMPANY will cause to be repaired or replaced,as the Company,may elect,any part or part of such machine which the Company's examination discloses to be defective in material or workmanship. Repairs or replacements are to be made at the selling Elgin distributor's location or at other locations approved by ELGIN SWEEPER COMPANY. The ELGIN SWEEPER COMPANY warranty shall not apply to: 1. Major components or trade accessories such as but not limited to,trucks,engines,tires or batteries that have a separate warranty by the original manufacturer. 2. Normal adjustments and maintenance services. 3. Normal wear parts such as but not limited to,broom filters,broom wire,shoe runners and rubber deflectors. 4. Failures resulting from the machine being operated in a manner or for a purpose not recommended by ELGIN SWEEPER COMPANY. 5. Repairs,modifications or alterations without the consent of ELGIN SWEEPER COMPANY which,in the Company's sole judgment, have adversely affected the machine's stability or reliability. 6. Items subjected to misuse,negligence,accident or improper maintenance. The use in the product of any part other than parts approved by ELGIN SWEEPER COMPANY may invalidate this warranty. ELGIN SWEEPER COMPANY reserves the right to determine,in its sole discretion, if the use of non-approved parts operates to invalidate the warranty. Nothing contained in this warranty shall make ELGIN SWEEPER COMPANY liable for loss,injury,or damage of any kind to any person or entity resulting from any defect or failure in the machine. TO THE EXTENT LIMITED BY LAW,THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES,EXPRESS OR IMPLIED,INCLUDING WITHOUT LIMITATION,ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. This warranty is also in lieu of all other obligations or liabilities on the part of ELGIN SWEEPER COMPANY,including but not limited to,liability for incidental and consequential damages on the part of the Company or the seller. ELGIN SWEEPER COMPANY makes no representation that the machine has the capacity to perform any functions other than as contained in the Company's written literature,catalogs or specifications accompanying delivery of the machine. No person or affiliated company representative is authorized to give any other warranties or to assume any other liability on behalf of ELGIN SWEEPEAR COMPANY in connection with the sale,servicing or repair of any machine manufactured by the Company. • ELGIN SWEEPER COMPANY reserves the right to make design changes or improvements in tis products without imposing any obligation upon itself to change or improve previously manufactured products. QuoteNumber:2021-40876 5 of 5 ACC CERTIFICATE OF LIABILITY INSURANCE DATE(MMIODNYYYY) Imo, ."- I 1/1/2021 11./2/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LOCKTON COMPANIES CONTACT 5500 Wayzata Blvd.,Suite 510 ((A/i ,N,Eat): I FAX No): Minneapolis MN 55416 E-MAIL 763-512-8600 ADDRESS: INSURERISI AFFORDING COVERAGE NAIC# INSURER A: The Charter Oak Fire Insurance Company 25615 INSURED MACQUEEN EQUIPMENT,LLC INSURER B: The Travelers Indemnity Company of Connecticut 25682 1432884 DB/A MACQUEEN EMERGENCY GROUP INSURER C: Travelers Property Casualty Co of America 25674 5360 ALVO ROAD LINCOLN NE 68514 INSURER D: INSURER E; INSURER F: COVERAGES CERTIFICATE NUMBER: 16778018 REVISION NUMBER: XXXX XXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 'INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCEDEp BYp PAID CLAIMS. LTAR TYPE OF INSURANCE INSDD %WO POLICY NUMBER j�j�jLjppYyyyy�iMMmCO yyXyyi LIMITS A x COMMERCIAL GENERAL LIABILITY Y N 630-867K8328 1I/1/2020 11/1/2021 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE x OCCUR PREMISES(EaEac rrence) S 300,000 MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY[JPERQ I X LOC PRODUCTS-COMP/OP AGG $ 2,000,000 — OTHER: $ B AUTOMOBILE LIABILITY Y .N 8(0-7N364433 11/1/2020 11/1/2021 (Ea accident}SINGLE LIMIT S 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX _ AUTOS ONLY _SCHEDULED BODILY INJURY(Per accident'$ XXXXXXX HIRED NON-OWNED PROPERTY DAMAGE $ XXXXXXX _ AUTOS ONLY _AUTOS ONLY jeer accident) $ XXXXXXX C X UMBRELLA LIAB X OCCUR Y N CUP-01(231444 11/l/2020 II/I/2021 EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED I.X I RETENTION$10,000 $ XXXXXXX WORKERS COMPENSATION A AND EMPLOYERS'LIABILITY 1r!N N UB-0L654504 11/1/2020 I I/1/2021 X 1 STATUTE I GER ANY OFFICEWMEMDERR EXCLUDED?ECUTIVE F N I A EL EACH ACCIDENT $ 1,000,000 (Myyandatory In NH) t"� ( EL DISEASE-EA EMPLOYEE $ 1,000,000 lOESSCCRiPT10N OF OPERATIONS below E.L DISEASE-POIJCY UNIT $ 1.,000,000 DESCRIPTION OF OPERATIONS_!LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached it more space is required) CITY OF OMAHA IS LISTED AS ADDITIONAL INSURED AS RESPECTS GENERAL,AUTO,AND UMBRELLA LIABILITY AS REQUIRED BY WRIITEN CONTRACT SUBJECT TO POLICY TERMS,CONDITIONS,AND EXCLUSIONS. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, 16778018 AUTHORIZED REPRESENTATIVE CITY OF OMAHA 1819 FARNAM STREET OMAHA NE 68183 / ACORD 25(2016/03) ©19$8-2015 ACORD CORPORATION.All rights reserved The ACORD name and logo are registered marks of ACORD