Loading...
RES 2002-0044 - PO to National Crane for truck mounted crane RECEIVED ��F ogmi,A ,,,9 �;� Public Works Department . 1`ftsy l►4 r. 0 I DEC 2 I n f l 9: 05 Omaha/Douglas Civic Center it fl J .p a U 1819 Farnam Street,Suite 601 o"• '= " Omaha,Nebraska 68183-0601 �,�ro January 8, 2001 op�rFo Feea�r�� CITY CLERK (402)444-5220 Telefax(402)444-5248 OMAHA, IJ�.BRA`I“ City of Omaha Norm Jackman,P.E. Mike Fahey,Mayor Acting 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 National Crane on the bid for the purchase of a truck mounted crane to be utilized by the Missouri River Wastewater Treatment Plant. The following bids were received on June 27, 2001. Contractor Total Bid Omaha Standard $49,593.00 Crane Sales $55,609.00 NATIONAL CRANE $57,138.00 (RECOMMENDED BID) The Public Works Department recommends the award to National Crane. The bid submitted by Omaha Standard and Crane Sales failed to meet bid specification requirements as detailed in the attached inter-office communication. The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director 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 a truck mounted crane from the Wastewater Treatment Plant Maintenance and Engineering Organization 1474, Sewer Revenue Fund 541, Agency 140, year 2001 funding. The Public Works Department recommends the acceptance of the bid from National Crane, in the amount of$57,138.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully .. ,mitted, Ref r o 'ty ouncil for Consideration: ir Al/ . , - (if‘ /7- 2,0-0i M a• .n Date ayor's Office Date Acting Director Approved: Approv • tanley P. Ti mke' Regina . Yo ng D Finance Director Human Relations Dir or P:\PW I\STORED\0003.FMT 1 Interoffice MEMORANDUM Dedicated To Excellence To: John Leming,Purchasing Agent From: Wayne Reed,Automotive Repair Foreman Subject: Bid Award: Crane, Mo River Date: October 17,2001 • The Administrative Services Department,Vehicle Maintenance Division recommends acceptance of the bid by: National Crane,to supply(1)Truck Mounted Crane,for a bid price of$57,138.00. Low bid by Omaha Standard for$49,593.00 is being rejected due to 17 exceptions 3 permitting to reach limits which are very important due to this crane's primary function is to clean out sewer grit pits. The second bidder crane sales bid of$55,609.00 is being rejected due to the company does not provide all the factory safety test that are required due to this is a Europe built crane. Please proceed with writing the resolution for the City Council. Attachment PC. Dave Johnson Dave North Chuck Solomon Chuck Sprinkel Sue Preiner Norm Jackman C`) I I �t v Q I !iIiLJIIIIIIIIT S . .pi--.7<vd(r),A3_, ?.12-2,-zz Lu miummmog,..inkaLmousin v k y 1...........,p ■/ z �� w�� MME0N S �� Z E 1� IIIIIIIIIIIIiiiiW NIEMMIIIMINME111111111111I ti_7 ,, N ,,) u,'''''. 1 )1 liuiiiiiiiiiiiii r j '9.. "17C3 l hi k koroppoilim , ' ' "III m . CO rc':O 4IN g >EZ ::0 �'ti c a O cU LSft � n . ,; pl-) o .� Qo : \ cf. zo ,;:.: 0 `, . c 1111 C. . .-- . . • "1 i D ()_ -) •.\"----._________ _____-------'---- - '.Z•••\ Z.) -.1•-•-) (•-\C)'S(NI\...\(.? \ — (_)o.... ,,,- 1--.-.-- 1 '.-2- , - .. . , . -. • ,_.... ,....„ Not i 1 IAlti • • D 16.-. 0 \....._ .--.--------4------- . - - . _. 2 I— i61.,..,neN . ..:...... i D CC -2... . . • . w — 0 4-1_•-d.al \-1\-,-(Q.- z — ro cca. 31.• . ....------7---'. •--, . u • 0-- LLI .3\'d .3.I\A'vtzi.Th -- C.) .— • 1-_\- '.1) Z . -.... In . . . , • t\-4. s..4.0k•ri• Not brA\NNE:7_2. — (...) .1 — D ' EL --s< .• . 0 F . • • ! „..• ,,.. 4.1.,• 0. • ( --z ;•,..1 E --- * —' 44.. 1.., = a.) ( - C.) o ' P "; " ( .4 0 • ....• • OD E • Z ''' 1 u) 715 C ;...- CrZ- -.•.,0—... .....,: • f <. 0 ".. ..,.` 0 ,, • , , -, . 2 _ . co :-; j :, , 0 .., -4 r‘ 0 Li 's • . Z - •'' w 'T'7. .\1?' 0 .6 Cr) 0 ::. 1.:•. cz 0 'c'... , r, ...... J.= rn -:". ••• ‘ .— ... 0 i.--) LL •-t; '.:.t 1,,, 0 = ...::• • . 0_ z cf. . • ,, 0 .. . , _ .)• ,• , _ : co • ••.... .. •:. c c _... ...1 /...1 e..) 0 e. a o Cs.1 = •-• CC5 ° rs 0 ; < P. 2 a. Y• = -- CITY OF OMAHA J.T.L. REQUEST FOR BID AND BID SHEET ON: TRUCK MOUNTED ARTICULATING CRANE AND FLATBED • FROM: J.T.Leming Published June 14,2001 Acting City Purchasing Agent NOT AN ORDER Page 1 1003 Omaha-Douglas Civic Center 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT Omaha,Nebraska 68183-0011 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED(S$20,000 OR MORE. Bid Closing Date 11:00 A.M. June 27,2001 IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct. • Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated. in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. TRUCK MOUNTED ARTICULATING CRANE AND FLATBED 6. When submitting bid on items listed,bidder may on a separate sheet,make 2.As evidence of good faith a bid bond or certified check must be submitted with bid. 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 desire to bid,return sheets with reasons for declining. Failure to do so have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of accept or reject any part of your bid unless otherwise indicated by you. tabulation,check[ ]. PLEASE 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 Truck mounted articulating crane to be installed on City of Omaha furnished 27,500 GVW cab and chasis per attached specifications(8 pages)dated August 2000. Purchase anticipated 2nd half, 2001. Priced to remain firm through 2001. BID $ If you have any questions, direct them to Wayne Reed at(402)444-4934. BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING DATA WITH EACH BID (Protected Class is defined as Black,Hispanic,Asian and Pacific Islander,American Indian or Alaskan Native,Female.) Total Employees Protected Class Males Protected Class Females American American Total Total Asian or Indian or Asian or Indian or Total Work Protected Pacific Alaskan Pacific Alaskan Female- Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native All Races • Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. 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 Relations Department the Annual Contract Compliance Report(Form CC-1). This report shall be in effect for 12 months from the date received by the Human Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm Incorporated in Delivery(or completion) Name Signature calendar days following award Title Phone Fax • Address Street/P.O.Box City State Zip Email Address August 2000 SPECIFICATIONS FOR TRUCK MOUNTED ARTICULATING CRANE &FLAT BED 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. Crane shall be designed for use with single axle,27,500 G.V.W. chassis and cab with axle measurement of 84 inches.Body,hydraulicpump,hydraulic powe r 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. Meet Specification-Please indicate-(if other explain on comment line). Yes No Other 1. TYPE A. To be National N-50 or approved equal,rear-mount. Other or Comment Yes No Other 2. CRANE A. Shall comply with ASME/ANSI(B 30.22)AWS and OSHA standards. B. Crane rating of 53,400 ft-lbs., and a 8,300 pound lifting capacity. C. A 42'8"reach above truck frame. • D. A 40'horizontal reach. E. A 30'2"reach below the truck frame. F. To have two hydraulic extensions reaching 27'with two pull-out manual boom extensions to 40'. G. Jib pins in place with a pin. H. Booms constructed of high-strength, low-alloy steel. I. The outer boom extends and retracts smoothly and proportionately on long-wearing, lubricant-impregnated wear pads and is powered by a one-stage cylinder and cable. J. The boom nose or jib nose is equipped with a swivel hook with a safety latch and is designed to accept all boom-tip options. K. Large-diameter, chrome-plated pins combined with composite bearings. 1 Articulating Crane, Truck Mounted Page 2 of 8 L. To have Rack-and-pinion rotation. Other or Comment Yes No Other 3.WELDING A. All joints and seams shall be fully welded inside and outside. Skip welding not acceptable. Other or Comment Yes No Other 4. HYDRAULIC SYSTEM A. The hydraulic system shall provide hydraulic power for the operation of crane. B. The hydraulic system shall be set to operate at 3250 P.S.I. as required and shall be protected with a pressure relief valve. C. All components of hydraulic system shall be rated to withstand all pressures encountered. D. Counterbalance valves on the lift, fold and extend cylinders to hold these cylinders in place until they are powered, and will hold all cylinders in place in the event of hydraulic failure and prevent overload. E. Hose connection in the hydraulic system use positive acting 0-ring face. F. All cylinders to be double acting. G. Vendor to supply P.T.O. gear box and pump to supply crane and all operations. H. Shall have 10-micron filter. I. Hydraulic reservoir capacity - 10 '/2 gallons. Other or Comment Yes No Other 5. CONTROLS A. To have dual, waist-level on both sides to be identical. B. To have remote control, shall be one-hand control. Must be able to operate all controls plus bucket. Other or Comment 2 • Articulating Crane, Truck Mounted Page3of8 Yes No Other 6. LIGHTS A. To have recessed strobe lights on the rear of the box. Both sides to be rubber mounted and keyed switched in the cab to have one blue and one amber lens. To be approximately 7 5/8" long and 2" deep. Top be a"Nova type WIC-3#1 DEU" or approved equal. Shall include two box strobe lights, 1 (one) 360 degree Strobe light, 1 (one)-switch assembly, and 1 (one)power pack. To include all wiring and installation. B. Shall also include in rear strobe package, a 360-degree amber strobe light to be mounted on the cab. The 360-degree light shall be powered through the rear box strobe light controller. The switch to control shall be installed in the dash. Other or Comment Yes No Other 7. OUTRIGGER A. Shall be wide-span, light weight, manual pullout to 15'. B. Verticals shall be hydraulically operated cylinders to extend a minimum of 25.5" (inches). C. Outrigger shall have foot pads with minimum size of 8" x 14". D. Vertical cylinder lock automatically when stowed. Other or Comment Yes No Other 8. TECHNICAL DATA A. Working Hydraulic Pressure - 3,250 PSI. B. Pump Capacity- 9 gallons per minute. C. Boom Stowed Height - 6'6" D. Crane Weight- 2,850 lbs. E. Rotation- 390 degrees. F. Boom Rotation Speed - 16 degrees per second. G. Boom Hydraulic Extension Speed - 1.07 feet per second. H. Boom Hydraulic Retraction Speed - 1.6 feet per second. Other or Comment Yes No Other 9.WINCH A. This unit is to have heavy-duty, worm-gear winch to handle up to 3,300 lbs. with a single part line block. B. To have single-pin attachment. 3 • • Articulating Crane, Truck Mounted Page 4 of 8 C. To include winch control and anti-two-block feature. D. Winch Data: 1. Line Pull Speed a. 1st Wrap -4,000 lbs. 23 ft/min. b. 2nd Wrap -3,650 lbs. 25 ft/min. c. 3`d Wrap - 3,300 lbs. 27ft/min. E. Cable to be 90' of 3/8" rotation resistant cable. F. Winch to have 6 3/4" diameter drum with 10.25" diameter flange, 6" wide with safety brake. G. Sheaves to run on roller bearings with 18:1 ratio sheave diameter to cable. H. Controls to have all hydraulic controls to both sides and remote. Other or Comment Yes No Other 10. HYDRAULIC REEL A. Will be required for Clam Bucket. B. To be Model #RAH 1 or approved equal for single function. Other or Comment Yes No Other 11.CLAM BUCKET A. To be supplied and mounted by crane vendor. B. To have all hydraulics and remote controls. C. Bucket to be a minimum of 1/3 yard. Other or Continent Yes No Other 12. FLAT BED Length: 144 inches Width: 96 inches Other or Comment Yes No Other 13. CONSTRUCTION Platform body shall be all steel constructed, eleven(11) gauge steel minimum rub rails, floor cross members and smooth steel floor with six(6)inch structured steel channel longitudinal. Platform body to 4 Articulating Crane, Truck Mounted Page5of8 Yes No Other be welded and fully gusseted, floor welded to cross members and all seams to be fully welded. No skip welding allowed. Rub rails to be 6 (six)inches wide. Yes No Other Deck floor to be thread or no slip type . Shall have mud flaps with no dealer logos. Steps shall have step on both sides of bed in front of rear wheels steps shall me a minimum of 12 inches wide and the bottom step shall be 16 inches from the ground. Shall have grab handles on the bed to assist in the operator with getting on flat bed. Other or Comment Yes No Other 14. ELECTRICAL Clearance lights, clusters, and reflector to be furnished,installed and connected to comply with current provisions of Federal Regulations. Other or Comment Yes No Other 15. TOOL BOXES Shall have two tool boxes. One on each side of the box in front of the tire under the bed. They shall be 60 inches long and 24 inches wide by 24 inches deep. They must fit under the flat bed and not stick beyond. Other or Comment Yes No Other 16. PAINTING Note: Solvent test must be performed to check intergrity of primer coat from the factory. Take a lacquer thinner soaked rag and rub the primer. If the primer is softened or removed, follow the guideline established with system A. If the primer is okay, follow the guidelines established with system B. 5 • Articulating Crane, Truck Mounted Page 6 of 8 Other or Comment Yes No Other SYSTEM A: 1) Remove factory primer to bare substrate. 2) Treat bare substrate with Sherwin-Williams E2-G973 Vinyl Wash Primer*, a minimum .4 mils is required. 3) Prime the entire unit with Sherwin-Williams PSE-4600 Epoxy Sealer*, a dry film thickness of 2.0-2.5 mils is required. Top coat no sooner than 30 minutes and no later than 24 hours. 4) Topcoat with Sherwin-Williams Low VOC Sunfire *. Spray and have a minimum 2.0-2.5 mils dry film thickness. 5) The entire system should have a minimum of 4.4 dry thickness. Yes No Other SYSTEM B: 1) Scuff sand factory primer with a 3M-7447 scuff pad or 320 grit sandpaper. 2) Blow off and solvent clean with Sherwin-Williams W4K157* Low VOC. Solvent Cleaner. 3) Seal the entire unit with Sherwin-Williams PSE-4600 Epoxy Sealer, a dry thickness of 2.0-2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours. - 4) Topcoat with Sherwin-Williams Low VOC Sunfire *. Spray to match vehicle and have a minimum 2.0-2.5 mils dry film thickness. 5) The entire system should have a minimum of 4.4 dry film thickness. * Follow guidelines outlined by the Manufacturer's Technical Product Data Sheets. Yes No Other 17. MOUNTING A. Mounting of hydraulic pump drive,hydraulic pump,reservoir, crane, and all hydraulic components to the City of Omaha furnished truck chassis shall be accomplished by the successful bidder, cost of which shall not be paid for directly,but shall be considered incidental to the bid price. Unit shall be mounted locally,within twenty(20) days from delivery date of truck chassis. B. All mounting bolts shall be heat-treated grade eight(8)minimum. 6 Articulating Crane, Truck Mounted Page7of8 C. All bolts used for manufacture and mounting shall meet S.A.E.J 429 specifications. D. All mounting bolts shall be drilled. E. Truck frame flanges shall not be drilled or welded for mounting spreader/dump body components to truck frame. Other or Comment Yes No Other 18. 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 Yes No Other 19. ADDITIONAL REQUIREMENTS A. Body to be equipped with flexible-type mud guards on rear on body. B. No dealer decals. C. It shall be the responsibility of the Body supplier to Ziebart rustproof entire chassis, cab and bed. Other or Comment Yes No Other 20. TRAVEL A. If the units are installed outside the Metro Area a Pre-delivery inspection to be completed prior to shipping. The suppliers to provide air fare and lodging to Vehicle Maintenance personnel and provide ample time to complete the pre-delivery inspection in supplier location. Other or Comment • Yes No Other 21. WARRANTY • A. The successful bidder shall warranty all components of the 7 • • Articulating Crane, Truck Mounted Page8of8 Dump Body for one full year from date of satisfactory delivery. The warranty shall cover defective materials and workmanship. Manufacturer's standard warranty to apply and include one year total parts and labor warranty and/or 12,000 miles after satisfactory acceptance of the vehicle. The vendor will be responsible for providing all warranty work within twenty-five driveable miles from 72nd & Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. The vendor must be able to provide warranty work within 24 hours of break down. If there is no local dealer the vendor must locate and/or provide the work within the 24-hour time frame. The vendor must be able to provide needed parts within 24 hours of break down. If shipping by air is needed, the dealer will be responsible for any additional cost. Other or Comment • Yes No Other 22. DELIVERY A. The completed units shall be delivered to the Vehicle - Maintenance Division, 2606 North 26th Street. Other or Comment Yes No Other 23. TRAINING A. A qualified representative shall instruct City of Omaha personnel in the operations and maintenance of equipment for a period of not less than one(1) full working day. B. To also have (2) two separate classes for mechanical and service personnel. Other or Comment Articulating Crane,Truck Mounted • Rev.3 8 EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered meets all specifications as set forth in the bid. Name (print) Signed Title 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) . Signed Title • a f FLEET DEFECTS • A fleet defect is defined as the failure of identical items covered by the warranty and occur_ i nc in the warranty period _n a proportion of the vehicles delivered under this contract . For deliveries of 10 to 60 vehicles , the proportion shall be • 20 per cent. For deliveries of .under 10 vehicles , the fleet defect provision shall not apply. • SCOPE OF WkRRANTY PROVISIONS The manufacturer shall correct a fleet defect by providing Darts 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 con- tract .. The work Program shall include inspection and/or correction of the potential or defective parts in all of the vehicles . The warranty on items determined to be fleet defects shall be e::%:ended 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 . 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. §§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. All bidders are to comply with the Omaha Contract Compliance Program as follows: Civil Rights Compliance—Omaha Contract Compliance Program DEFINITIONS: Disadvantaged Business Enterprise Currently not used Protected Class PC consists of (a) Black (b) Hispanic (c) Asian and Pacific Islander (d) American Indian or Alaskan Native (e) Female Protected Business Enterprise PBE consists of (a) 51% of a business owned, controlled and actively managed by PC members (b) 51% of the stock of a publicly owned business is owned and controlled by PC Members (c) Provided that PC ownership and interests are real and continuing and not created for the purpose of complying to obtain a contract or subcontract In Compliance Employer ICE consists of (a) An employer that has at least 25% of PCs as the total number of employees in full or part time positions (b) Provided that these PC positions are not created for the purpose of complying to obtain a contract or subcontract It has been declared necessary and expedient to require certain provisions in contracts with the City of Omaha to promote equality of opportunity in employment without regard to race, creed, color, sex, religion or national origin. This will promote and encourage socially and/or economically disadvantaged Omaha businesses to compete for city contracts and to encourage diversity by the City in the award City contracts and to promote equality of access to city contracts. "Contractor" is defined as any person, partnership, corporation, association or joint venture which has been awarded a contract, and includes every subcontractor on such a contract. "Subcontractor" is defined as any person,partnership, corporation, association or joint venture which supplies any of the work, labor services, supplies, equipment, materials or any combination of the foregoing under a contract with the contractor on a contract. DBE reference currently not used • The Finance Director shall administer and enforce, maintain and report contract statistics,_for quarterly reports, determine which program goals are met, advise departments "lowest and best" bid determinations and attaining program goals, implementing rules and procedures, and making fiscal determinations for compliance with the program. 10-192 All contracts hereafter entered into by the city shall incorporate an equal employment opportunity clause, which shall read as follows: All Bidders are required to comply with the Omaha Contract Compliance Program. During the performance of this contract, the contractor agrees as follows: (a) The contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin. The contractor shall take affirmative action to ensure that applicants are employed and the employees are treated during employment without regard to their race, religion, color, sex or national origin. As used herein, the word "treated" shall mean and include, without limitation, the following: recruited, whether by advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting offices setting forth the provisions of this nondiscrimination clause. (b) The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, or national origin, age, disability. (c) The contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice advising the labor union or workers' representative of the contractor's commitments under the equal employment opportunity clause of the city and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The contractor shall furnish to the contract compliance officer all federal forms containing the information and reports required by the federal government for federal in the information required contracts under federal rules and regulations, including q by sections 10-192 to 10-194, inclusive, and shall permit reasonable access to his.records. Records accessible to the contract compliance officer shall be those, which are related to paragraphs (a) through (g) of this subsection. The purpose of this provision is to provide for investigation to ascertain compliance with the program provided for herein. (e) The contractor shall take such actions with respect to any subcontractor as the city may direct as a means of enforcing the provisions of paragraphs (a) through (g) herein, including penalties and sanctions for noncompliance; however, in the event the contractor becomes involved in or is threatened with litigation as the result of such` directions by the city, the city will enter into such litigation as is necessary to protect the interests of the city and to effectuate the provisions of this division; and in case of contracts receiving federal assistance, the contractor or the city may request the United States to enter into such litigation to protect the interests of the United States. .. x (f) The contractor shall file and shall cause his subcontractors, if any, to file compliance reports with the contractor in the same form and the same extent as required by the federal government for federal contracts under federal rules and regulations. Such compliance reports shall be filed with the contract compliance officer. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his subcontractors. (g) The contractor shall include the provisions of paragraphs (a) through (g) of this section, "Equal employment opportunity clause." And section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. 10-194 (a) All notices to bidders published shall include as part of the specifications the condition that all bidders are required to comply with the Omaha Contract Compliance Program. (c) As part of the bid documents, each bidder files contract employment reports that confirms: (a) That the contractor has notified community organizations that they have employment opportunities available and shall maintain records or any responses (b) That the contractor maintains a file of names and addresses of each PC worker referred and what action taken in respect to these referred workers, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. (c) Contractors will contact the contract compliance officer when the union or unions that the contractor has a collective bargaining agreement have not referred a minority worker sent by the contractor or if there is information that the union referral process has impeded his goal. (d) That the contractor has solicited bids for subcontractors from PC subcontractors engaged in trades covered by their regulations, including circulation to minority associations. (e) Contractor certifies that all employees directly involved with the contract will be given a discrimination prevention presentation approved by HR in one of the following: a. Contractor has a Bureau of Apprenticeship (BAT) approved apprentice program b. The company EEOC officer has attended a City of Omaha HRD course and then teaches all employees involved with the contract c. All employees involved with the contract who have a direct contract with the public attend a discrimination presentation course presented by HR (f) If a complaint is filed against the contractor and found to be valid by HR, all employees involved in the complaint will attend a HR discrimination course before the company can be awarded future contracts and/or received final payment for the current contract. 10-200 Award of City contracts to PBEs, and ICEs. (a) Commencing on 1/1/2001, the City shall make a good faith effort feasible to award supply, service and construction contracts in amounts in no less as determined by the Finance Director by 12/31 of the prior year, to proportionate to the percentage the PBE bears to the total business in the proposed contract industry. These goals shall apply to the dollar volume of those contracts. (b) Currently not used (c) Currently not used a , C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS,bids were received on June 27,2001 for the purchase of a truck mounted crane to be utilized by the Missouri River Wastewater Treatment Plant; and, WHEREAS,National Crane submitted a bid of$57,138.00,being the lowest and best bid received within the bid specifications, for the purchase of a truck mounted crane. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of $57,138.00 from National Crane for the purchase of a truck mounted crane to be utilized by the Missouri River Wastewater Treatment Plant, a copy of the bid documents is attached and by this reference made a part hereof, being the lowest and best bid received within the bid specifications,be accepted and the purchase order be issued. BE IT FURTHER RESOLVED: THAT, the Purchasing Agent be authorized to issue a purchase order to National Crane for the purchase of a truck mounted crane. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of the purchase of a truck mounted crane from the Wastewater Treatment Plant Maintenance and Engineering Organization 1474, Sewer Revenue Fund 541, Agency 140,year 2001 funding. APPROVED AS TO FORM:. ITY ATTORNEY DATE P:\PW\12680z.doc By • emer Adopted //‘4.}4 -City Clerk • Approved )1144"- d°' /l0/�O1 Mayo Y 1 5 UG UAI-t = CAD ,,,, N n z . N 0 �, CD SID n se. o j I Ai" Cr CD O• � Q' — `C O 0Ogop rb •R. l� 1� co CD { y CD UQ C c._ o O up 0 CD 5 n CD `, AD CD A. a4 I • 0 . c CD cD O c cli ~ UrQ N O •: CoCD Co Co It F......,. t . • f- 1