Loading...
RES 1999-1617 - PO to Bennington Implement for tractors and mowers RE • . ,ti • F oM/.HA,ive.6, Parks, Recreation & U7 d Public Property Department ' " Omaha/Douglas Civic Center z � �� c j��_� �\ � ,,;� j 1819 Famam Street,Suite 701 ®. t 1Sr" 9 _- ,i ii 10: 2! Omaha,Nebraska 68183-0701 Ao ro CITY t� (402)444-5900 A.140 FEBRVr1. Q A p� lr E R+ FAX(402)444-4921 City of Omaha June 22, 1999 ' t 1 f';A S Larry N.Foster Hal Daub,Mayor Acting Director Honorable President and Members of the City Council, Transmitted herewith is a BID TABULATION fors: two (2) self-propelled hydraulically driven tractors and mowers to be used by the Parks Division of the Parks, Recreation and Public Property l Department. The Finance Department is authorized to pay the cost in the amount of$98,780.90 ($59,427.95 for each tractor-mower set, less trade-in amount of$20,075.00) from the General Fund 001, Agency 120,with$80,000.00 coming from Organization 1216, Right of Way Maintenance and $18,780.90 from Organization 1214, Parks and Community Centers. 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 Parks,Recreation and Public Property Department recommends the acceptance of the bid from Bennington Implement, being the lowest and best bid received, within the bid specifications, attached hereto and made a part hereof,and request your consideration and approval of the attached Resolution. Respec subm' d, Approved: r2_._:__ Larry N. Foster, Acting Director aaerzete, G,/;97j, Parks, Recreation and Rita Vlademar Date Public Property Department Acting Human Relations Director A roved as to Funding: Referred to City Council for Consideration: _ , , 1 . /, - \ hAV? 0) 7 Louis A. D'Erco e IN Date Mayor's Office/Title) Date Finance Director i" �`�'6 P:\PRPP\9236.SKZ W ---`3,*-- -j._) Z1-7 ° E � W . �- 4._ % c.,,, -.. _ ...ez:%._ _ . z ;._, %--::: :3E2- , . ,_ , RP: . N4 k 1— W '''N=. ;''' ' U Z �CL (6: 1.7- W c,;,,),.<:: z ,, k ,,,,2,5 , W D LL ,ct% a. 4__ NII• ...L, 417::) �� Z � QC, ten- (\ .F 0 a' W 0 ca W a> O m W E < u- S H 2 0° WO g O O N ~ U Q Z cu ', z O U �� z O L Z N O O �' N 0 0 0 c as cn— w �' R. ,, g L z Q O N O Q ` cV O co Q U Z V T a E m 0 0 O otf W .0 a) 0 To r a6 o_ o u1 o Fis" 0 U L_ LL a a) < = O E o a F- a. Z 1— c" E ,ci a O• y� 3 c 0' J J = n rn �.>. '<'1 '''( 0 o et\ m E C = o N tB co 0 • 2 T a co F- o g o a a cv • CITY OF OMAHA ‘-(143. REQUEST FOR BID AND BID SHEET ON HIGHWAY TRACTOR&MOWER FROM: P.M. Burke Published April 22, 1999 City Purchasing Agent 1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1 1819 Farnam Street Omaha, Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF 5% IF IRE TOTAL AMOUNT FOR THE ITEMS Or FERED IS $20,000 OR MORE Bid Closing Date May 12, 1999 11:00 A.M. IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be fumished. 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 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet, HIGHWAY TRACTOR&MOWER make suggestions covering reduction in costs wherever this is 2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with rea ns for declining. the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be remo d from our Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check ). unless otherwise indicated by you. Please do not call for this information. Quote your lowest price, best delivery and terms, F.O.B. delivery point on the items(s) listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is seeking bids for two self propelled hydraulically driven highway tractors and mowers, per the s 7`' a 9 —S attached specifications (6 pages) attached. 2 each Highway tractor and mower BID/each $ $ / • r". Brand/Model Number Offered J '3 )o u"/ ) , /sr rit a usOr,s Two copies of descriptive literature must accompany bid. oa LESS TRADE-IN ALLOWANCE for tractors/equipment $ p1 O 0 7S — 9/ ALL OR NONE TOTAL BID $ 9? 7 aO (Total cost for 2 units, minus trade-in allowance) (5% Bid Bond to be based upon ALL OR NONE TOTAL) • Any exceptions to these specifications must be noted on the attached "Exceptions to Specifications" sheet attached. • 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.My 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;however,please refer any questions regarding the REQUEST FOR BID or - , SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. (Please Print Legibly or Type) Payment Terms/0 0 % 01I Q.I;a Qf y Firm T D D .&)e r Incorporated in Delivery(or completion) / Name Re/A n Al 1L0 A T Y 11.+ p ( Signature _Ab I I�S calendar days following award Title SO /e 1 marl q .Q r' Phone go-1 X 3 S' .'1 Fax Y o a )35. A" Sooner Nc (o 0a� �jt fr,..Address/5..; Wti .3 L + g-n ,n hHP-8B (94) Street/P.O.Box ! CityIState Pn . d7 oy LIMITED WARRANTY FOR NEW JOHN DEERE LAWN & GROUNDS CARE PRODUCTS GENERAL•PROVI,SiONS - The warranties described below are provided by Deere & Company ("John Deere") to the original purchasers of.new Agricultural and Lawn & Crc,ut Js Care products from John Deere or authorized John Deere dealers. Under these warranties,: John-Deere will repair or replace, at its option, any covered part which is found to be defective in material or workmanship during-the applicable warranty term. Warranty service must be performed by a dealer or service center authorized by John Deere to sell and/or service the type of product involved,which will use only new or remanufactured parts or components furnished by John Deere.Warranty service will be performed without charge to the purchaser for parts or labor. The purchaser will be responsible, however,for any service call•and/or transportation of product to and from the dealer's or service center's place of business,for any premium charged for overtime labor requested by the purchaser, and for any service and/or maintenance not directly related to any defect covered under the warranties" below. Non-John Deere engines in Articulated-Four Wheel Drive tractors and self-propelled Forage Harvesters are warranted separately; by their respective manufacturer and are not warranted by John Deere. WHAT..IS WARRANTED - All parts of any new John Deere product, except non-John Deere engines in Articulated-Four Wheel Drive: tractors and self propelled Forage Harvesters, tires, radios, and batteries, are warranted for the number of months or operating.hours•_ ' :specified below. _ . ._. • AGRICULTURAL WARRANTY TERM LAWN & GROUNDS CARE PRODUCTS WARRANTY TERM •• • PRODUCTS 24 Months-Or IN RESIDENTIAL (Private Homeowner) APPLICATION 24 Months." TRACTORS 000 Hours • Whichever IN ANY OTHER APPLICATION 12 Months ".• Comes First Regardless of Application: _ • COMPACT UTILITY TRACTORS 24 Months • .• OTHER PRODUCTS 12 Months FRONT MOWER TRACTION UNITS (With diesel or 21 HP and above engines, Mower decks and attachments warranted separately, see above.) ENGINES IN Regardless of Application: 12 Months' SELF-PROPELLED 2,000 Hours 24 Months-Or SKID STEER LOADERS, COMPACT EXCAVATORS, UTILITY VEHICLES, or 1,000 Hours PRODUCTS OTHER Whichever FLAIL&SICKLE MOWERS, ROTARY CUTTERS, POST HOLE DIGGERS, Whichever Comes`. THAN TRACTORS Comes First REAR BLADES, ROTARY DISK MOWERS, LOADERS AND BACKHOES. First Engine Items Covered-Engine block,cylinder head, rocker arm cover, timing gear cover,crankcase pan and all parts enclosed within these units:'Also: included are the fuel injection pump, turbocharger, water pump, torsional damper, manifolds, intercooler, and engine oil cooler:: Engine Items Not Covered - Oil filler tube, engine filters and filter gaskets, air cleaners and associated parts, engine mounts and supports, all pulleys and belts,starter,alternator, linkage and cables,radiator,and hoses,engine oil lines,water piping,muffler and associated parts,fuel tank and associated parts,cold weather starting aids, fan and fan drives. Each warranty term begins on the date of product delivery to the purchaser (except for certain agricultural tillage, planting, cultivating,' and harvesting products which may have a delayed warranty start date, but only if established by John Deere and noted by the dealer,- on•the purchase order). • Sweeps,Shovels, Plow Shares and Disk Blades - A replacement part will be furnished without charge if the following John Deere items break during the applicable warranty term, subject to these conditions: SWEEPS & SHOVELS - When breakage occurs on items which do not show appreciable wear. PLOW SHARES - When breakage occurs before the plow share reaches the followv�4tg.•wear )imits, Labor not included - wear to be measured perpendicularly across the middle of the front bolt hole): INCH DIMENSION1134'ARES`.l of wear(312 inches remaining); METRIC DIMENSION SHARES: 15mm of wear (100mm remaining). DISK BLADES - When warrantable breaks occur as shown in the operator's manual on blades that have worn less than 10 percent of the original diameter (center breakage excluded). WHEN APPLICABLE, A SEPARATE EMISSIONS WARRANTY STATEMENT WILL BE PROVIDED BY YOUR JOHN DEERE DEALER..- fie WHAT IS NOT WARRANTED -JOHN DEERE IS NOT RESPONSIBLE FOR THE FOLLOWING: (1) Used Products: (2) Any product that-hs" been altered or modified in ways not approved by John Deere: including, hut not limited to, setting injection pump fuel delivery above John Deere specifications; (3) Depreciation or damage caused by normal wear, lack of reasonable and proper maintenance, failiire.to follow the service including, but not limited to, oil filters, coolants, and conditioners, cutting parts, belts, brake and clutch linings .(5). Use of tractor in certain Industrial-type applications such as, but not limited to, land planing or scraping, whether commercial or private;• will:affect warranty coverage. SECURING WARRANTY SERVICE - To •;:inure warranty service, purchaser must (1) report the product defect to an authorized dealer and request repair within the applicable .:,,rranty term, (2)present evidence of the warranty start date,and(3)make the product available to the dealer or service center within a reasonable period of time. NO IMPLIED WARRANTY OR O T BIER REMEDY - AGRICULTURAL PRODUCTS - Where permitted by law, neither John Deere or`any company affiliated with it makes a:.•; warranties, representations, or promisee, express or implied as to the quality or performance;"or freedom from defect of its agricu;ru;:,l products other than those set forth above, and NO IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS IS..MADE. IN NO EVE;:: AIL:- THE DEALER, .JOH`! DEERE OR ANY COMPANY AFFILIATED WITH JOHN DEERE BE LIABLE• FOR INCIDENTAL OR CONSEQUEN i IA,L DAiv1AGES. The only remedies the purchaser has in connection with the breach of performance of any warranty on John Deere .,c..:i,:t,itural products are those set forth above. LIMITATION OF IMPLIED W.APR„N'1 iES OR OTHER REMEDIES - LAWN & GROUNDS CARE PRODUCTS - To the extent permitted by law, neither John Deere nor any c;.ri".; ni affiliated with it makes any warranties, representations, or promises express or implied as to the quality, performance or r;odo: _(rom defect•of the Lawn & Grounds Care products covered by this warranty. IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, TO THE EXTENT APPLICABLE,SHALL BE LIMITED .IN DURATION TO-THE APPLICABLE PERIOD'OF. WARRANTY'SET FORTH ON THIS PAGE. THE PURCHASER'S ONLY REMEDIES-.IN 'CONNECTION WITH THE BREACH OR-PERFORMANCE OF ANY WARRANTY ON JOHN DEERE LAWN & GROUNDS CARE PRODUCTS ARE-THOSE SET FORTH ON THIS PAGE. IN NO EVENT WILL THE DEALER, JOHN DEERE OR ANY COMPANY AFFILIATED WITH JOHN DEERE BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES.(Note: Some states do not allow limitations on how-long an implied warranty lasts or the excl:,:iee or limitation of incidental or consequential damages so the above limitations and exclusions may not apply to you.) in the e,a-a,t We above warranty fails to correct purchaser's performance problems caused by defects in workmanship and/or materials, I.wtchescar's exclusive remedy shall be limited io payment by John Deere of actual damages in an amount not to exceed the amount paid far .lie ptodu':t. This vr,rrar.ty gives you specific legal rights, and you may also have other rights which vary from state to state. '- :. NO DEALER WARRANTY - THE '�;Ei l_I:•:tG DEALER MAKES NO WARRANTY OF ITS OWN AND THE DEALER HAS NO AUTHORITY TO ;MAKE.ANY REPRESENTATION Oil ,'"'iiOMISE ON BEHALF OF JOHN DEERE, OR TO MODIFY THE TERMS.OR LIMITATIONS OF THIS :WARRANTY IN ANY WAY. M.f6rther information is desired, cot,tact your selling dealer or the nearest branch office of DEERE & COMPANY: 200a'=Deere Drive - Conyers, GA 30208 3210 East 85th Street, S.E. Station - Kansas r - O .4IK2.- .86 ::7b.t.GidrgesvilIe Road - Columbus, OH 43228 2001 ','Jest 94th Street - Bloomington, MN 5543 -234.0 -4046-M Ewen - Dallas, TX 75244 Suite 200, 4401 Bland Road, Raleigh, NC 27609-6285 A EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered meets all specifications as set forth in the bid. • Name (print) Eel" 1 n ,fQ h . -�t�I C • Signed Title The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) ..j " q n;'tl.. ink i•>- Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) Signed Title MINIMUM SPECIFICATIONS FOR SELF PROPELLED Hr .YORAULICALLY DRIVEN HIGHWAY TRACTOR AND MOWER It is the purpose of the following specifications to describe an industrial self-propelled hydraulically powered tractor and mower. The unit shall be of the manufacturer's current production model,meeting or exceeding the terms of these specifications. Unit(s) shall be manufacturers heaviest duty model available. The manufacturer shall guarantee equipment against defects in workmanship and materials for a period of two (2)years.The vendor shall guarantee that a stock of component ports shall be available at a location convenient to the user, The unit(s) shall be complete and operable upon delivery to the purchaser's site. For any offer to be considered,all items must be of a standard productions model, not modified for bid purposes. SPECIFICAITONS REQUIRED ENGINE Shall be a 4 Cylinder, direct injection diesel engine of at least 275 cubic inch displacement (4.5 Liters)and 80 PTO horsepower at 2,300 RPM. The engine will be valve in head, 4 cycle and be equipped with electric start, cold weather starting aid and full flow oil filter. Engine may be Turbo-Charged. UNIT TYPE Shall be wide front utility type. STEERING Shall be hydrostatic. HYDRAULIC Shall be front mounted in line with crankshaft. 100% of engine horsepower shall be available PUMP ANb to front mounted pump. DRIVE HYDRAULIC Shall have triple external hydraulic controls. LIFT SYSTEM TRANSMISSION Shall provide 16 forward speeds(1.5 to 18.5 mph) and 16 reverse speeds(1.8 ta10.2 mph) with a neutral position for smooth change of direction without clutching.The transmission shall be of the modular design and not used for structural support. A single lever shall operate 4 POWER-SHIFT speeds forward and reverse with neutral detent, A second lever shall provide 4 range selections with fourth range lock out in reverse gear for safety. COOLING Shall be pressurized with thermostat and bypass,and shall be antifreeze protected to-35 SYSTEM degrees F. 114/1J/.1 7 VJJ 1G rl-IICh I'lI'I I l.. flWU1 I 7 rUML11PlJ 1I1U ELECTRICAL Shall have 12-volt, 85-amps alternator and 780 CCA battery. CLUTCH Shall be foot operated,9'wet disks, clutch pack. FINAL DRIVE Shall be double reduction with planetary gears mounted inboard on axles. BRAKES Shall be hydraulic disc self equalizing. DIFFERENTIAL LOCK Included. PTO Shall be live independent, power-engaged 540 RPM P.T.Q. LIGHTS • Shall be equipped with headlights, tail light and flashing warning lights. ROLL OVER Unit shall be equipped with roll over protection device. FRONT AXLE Shall be heavy duty. TIRES Manufacturer's Standard. STANDARD Shall have dash mounted instrumentation,rear fenders, dry type air cleaner, fuel EQUIPMENT filter, vertical type muffler, swinging drawbar, and deluxe cushioned seat.Three point hitch shall be Cat II. PAINT Unit shall be painted manufacturer's standard safety yellow. WARRANTY Complete twenty-four(24) month manufacturer's warranty. TRAINING Successful bidder to supply training for Park Maintenance Mechanics on operation, maintenance and repair of supplied unit at bidders expense at Omaha, Nebraska. MANUALS Two(2)operator's,Three (3)parts, One(1) repair manual for complete unit and assemblies. DELIVERY Unit shall be delivered to Park Maintenance Division Headquarters at 1523 South 24'' Street complete and ready to operate. • • mrl-h hvnenorM.doc b4/1Z/1��� bJ:1G rhr[K mui -7 rue Lnn.iivuvu- MINIMUM REQUIREMENTS FOR CAB ELECTRICAL Shall hove 12-volt, 85-amp alternator and 780 CCA battery. SYSTEM CAB TYPE Cab shall be original equipment unitized to power unit and shall be certified ROPS. DOORS Cab shall have two one piece doors with locks and keys. INTERIOR Cab shall include a complete environmental control system including: three speed pressurizer, heater, defroster, louvers, air conditioning, air filtration,dome lights and heavy duty deluxe foam backed interior. PAINT To match tractor color(standard yellow) STANDARD Shall have dash mounted instrumentation, rear fenders, dry type air cleaner, fuel filter, EQUIPMENT vertical type muffler and swinging drawbar. Cab shall also include the following standard equipment Tilt and telescopic steering wheel, front windshield wiper and washer, sun screen, visor, ashtray and cigar lighter, horn, brake lights and turn signals. Cab shall have halogen work lights forward and rearward and slaw moving vehicle emblem and strobe light. MIRRORS Cab shall have interior rear view mirror. WARRANTY Complete twenty-four (24)month manufacturer's warranty. cob_doc 04i 1 /199y b.s:12 rHKK MN I L. t1UU I y rUKLr1H1 NU 75' SIDE-MOUNTED FLAIL MOWER It is The purpose of the following specifications to describe a propelled-hydraulically-driven side- mounted Flail mower which shall mow forward and right of the right rear tire. The unit shall be of the manufacturer's current production model, meeting or exceeding the terms of these specifications. Unit(s)shalt be manufacturer's heavy-duty model. The manufacturer shall furnish four (4)parts and three (3) operation manuals for the unit (s) bid. The manufacturer shall also guarantee equipment against defects in workmanship and materials for a period of two(2)years. For any offer to be considered,all items must be of standard production model, not modified for bid purposes. SPECIFICATIONS REQUIRED > Cutting width shall be at least 75" of actual cut > Cutting assembly shall be flail type, hydraulically driven > Cutter shaft shall have a minimum of 80 all-purpose,self-cleaning reversible knives measuring 1/8'x 1 x 5 3/8'or heaviest available > Cutter shaft shall be a minimum of 6" in diameter with 3/8' wail and 2 3/16' in diameter bearings > Cutter head shall have interchangeable standard and smooth-cut knives.Interchangeability shall not require change of cutter shaft > Cutting assembly shall have a minimum of 2,400 RPM > Knife swing circumference shall be a minimum of 58 +' > Cutter heads cutting height shall be infinitely adjustable between-1/2"to+6. Height adjustment shall be accomplished through an externally mounted, threaded,screw type adjuster.It shall not be necessary to remove the roller mounting brackets to adjust cutting height > All ground rollers shall have 6 5/8'diameter, 1 3/8' double-row spherical bearings and replaceable 1 3/8'stub shafts with external bearing hub caps and cap retainers > Cutting head weight shall be a minimum of 1,146Ibs > Cutting head shall have a minimum of +' solid steel side wall on drive side > Cutting bonnet thickness shall be a minimum of 1/8" > Cutting head shall have removable skid shoes > Cutting head shall be capable of cutting a 180 degrees arc ➢ Cutting head shall have 26 f'of inboard travel ➢ Inner and outer ends of cutting assembly shall be controlled from operator's seat by means of two (2) single-acting hydraulic cylinders > Lift system of wing unit to be double hydraulic, no cables ➢ Cutting assembly shall be attached to main frame by means of draft beam with bearing areas in excess of 47 square inches > Draft beam shall be of a box construction with tapered side wails and having the lift weidment extending through upper and lower surfaces of draft beam > Main frame of mower is properly braced to rear axle and front axle housing to absorb side torque and impact of severe applications > Reservoir shall have a minimum capacity of 65 gallons. Equipped with in-tank filter rated at 75 GPM. 25 micron element,with restriction gauge. Reservoir suction and return outlets shall be equipped with ball valves > Hydraulic oil shall have a minimum of one (1)P.S.I. pressure at the reservoir suction outlet > Pressure and return system hoses shall be 1' unrestricted inside diameter, 1' hoses shall have a burst pressure 4 times working pressure ➢ Suction line shall be an unrestricted 11" inside diameter. (Specifically excluding suction filters and screens). D Pump drive shaft shall have a rating of not less then 181 H.P. > Hydraulic pump and motor shall be gear type with cast steel housing and steel gears. (Specifically excluding aluminum pumps and motors). > Hydraulic pump shall have a rating of 98 H.P. > Hydraulic motor shall have a rating of 74 H.P. > Oil to power cutter head shall not pass Through a restriction-causing valve while operating cutterhead. Valve shall be electrically-controlled, pilot-operated floating spool with starter lockout > Valve shall not cause restriction to generate drift while in the off position > Drive belt system shall have a minimum rating of 81 H.P. (specifically excluding back bend type belt tightener). > Safety discharge deflector shall be provided ➢ Smooth cut models shall be equipped with front deflector shield ➢ Flail mowing head shall be interchangeable with rotary mower head and rotary ditching head mrf-h flnil75 • • a� ..•.. i �..i ..... ........ ...� ...- _ .. 90'REAR-MOUNTED PTO DRIVEN FLAIL MOWER 5PECIFICATIONS REQUIRED > Cutting width shall be at least 90" of actual cut ➢ Cutting assembly shall be flail type, mechanically driven > Cutting shaft shall have a minimum of 94 all-purpose, self-cleaning, reversible knives, measuring 1/8' x 1 I`x 5 3/8' or heaviest available > Cutter head shall have interchangeable standard and smooth cut knives. Interchangeability shall not require change of cutter shaft > Cutting shaft shall be a minimum of 6' in diameter, with 3/8'wall and 2 3/16' in diameter bearings > Cutter heads cutting height shall be infinitely adjustable between-1/2'to +6. Height adjustment shall be accomplished through on externally mounted, threaded, screw type adjuster. It shall not be necessary to remove the roller mounting brackets to adjust cutting height > All cutter heads shall have 6 5/8' diameter rollers, 1 3/8' double row spherical bearings and replaceable 1 3/8' stub shafts with external bearing hub caps and cap retainers > Cutting head weight shall be a minimum of 1,442 pounds > Cutting head shall have a minimum f"solid steel side wall on drive side > Cutting bonnet Thickness shall be a minimum of 1/8" > Cutting head shall have removable skid shoes > Cutting assembly shall have a minimum of 2,400 RPM > Knife swing circumference shall be a minimum of 58 -' > sear box shall be 90 H.P. constant, 135 H.P. intermittent and shall be reversible > Cutting head shall have a minimum of 540 RPM P.T.O. drive > P.T.O. shaft shall have a minimum rating of 65 H.P. > Drive belt system shall have a minimum rating of 81 W.P. ➢ Unit shall have three point hitch Category II mountings > Safety discharge flop shall be provided > Smooth cut models shall be equipped with front deflector shield era-h i flnal9a rJi�1J� 1777 GJJ• 1G i nisi♦ i u.i�.. i✓w I viwI Ii I, .I.... .. .. TRADE IN TRACTORS & EQUIPMENT DISTRICT UNIT# DESCRIPTION 0-1 1-468 '77 IHC I2500D-B SER#2340094U204444 W/74"RIGHT WING INTERSTATER MOTT FLAIL MOWER D-2 1-469 '77 IHC I25000-B SER#2340094U204442 W/74"RIGHT WING INTERSTATER MOTT FLAIL MOWER D-4 1-471 '791HC I250PT SER#2340120B100516 W/74"RIGHT WING INTERSTATER • MOTT FLAIL MOWER D-3 1-376 '72IHC 12400-A SER#2230059U001354 0-1 1-377 '72 IHC 12400LB-A SER#2230045U002722 D-1 1 3 16 '70 IHC CUB LOW BOY 154 SER# 012142 .D-2 1-359 '69 IHC CUB LOW BOY 154 D-2 1.425 IHC CUB SERA 2386387 D-7 1-441 IHC CUB LOW BOY SER#21382.1 W/C60 SWEEPSTER BROOM D-4 1-349 '50 FORD 8N SER# 8N311214 D-7 1-839WE '53 FORD NAA SER#NAA90250 D-4 4-128 ID 110 RIDING MOWER SER# 741 NO MOWER ATTACHMENT D-4 4-041 IHC MDL 500 14'DISC-HARROW D-4 2 DRUM SHEEP FOOT 2 - 48"DRUMS &OAL 9' 10" WIDE iavg I tc.DQC *. - 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 r -C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr June 22 19 99 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on May 12, 1999, for two (2) self-propelled hydraulically driven tractors and mowers, for the Parks Division of the Parks, Recreation and Public Property Department; and, WHEREAS,Bennington Implement submitted the best bid,within bid specifications, for the purchase of the tractors and mowers in the total amount of$98,780.90 ($59,427.95 for each tractor-mower set, less trade-in amount of$20,075.00); and, WHEREAS, Bennington Implement has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights - Human Relations; and, WHEREAS, the Mayor has recommended acceptance of this bid. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the bid in the total amount of$98,780.90 ($59,427.95 for each tractor-mower set, less trade-in amount of $20,075.00) from Bennington Implement for two(2) self-propelled hydraulically driven tractors and mowers,being the lowest and best bid received, within the bid specifications, attached hereto and made a part hereof, is hereby accepted,and the Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in this amount shall be paid from the General Fund 001,Agency 120,with$80,000.00 coming from Organization 1216, Right of Way Maintenance and$18,780.90 from Organization 1214, Parks and Community Centers. APPROVED AS TO FORM: ASS‘SeANT CITY ATTORNEY DATE P:\PRPP\9237.SKZ By GLJ2 .. .. ks Councilmember Adopted JU . 2 1999ogio ' -O tit rAV tir4 Clerk A P • Approv, 7 Mayor ro pi rn o p o' CT r* p 8+, 5- . aa:: � z• P O• 5. N m a0 o � � r* 2 N O 00 N''�C CAD N p, a 0 O O Q`, a.'. G .0d a O CD G Ocra O N c P 0 0 " n 8 w C. CAD O N t4 O5. N p). '11 VQ '.3 .n... '�., .CD fw ". G cn p CD N iliit !. . 1HD1. 5 • • • • • ,,;, t. - r,. C cr a:qr, 't 4 - . - e ? /