Loading...
RES 2018-0335 - PO to Grainger for mid-sized rider sweepers AHA, € 4°-- 1� � �. l 0/ Public Works Department ��1 -�w" Cr +��g tg © y ,�• , Omaha/Douglas Civic Center i t��'�'rruik ='� _„ April 10, 2018 2�1 {ld t 30i 1819 Farnam Street,Suite 601 o'f `fit,,.;.•..^ Omaha,Nebraska 68183-0601 �O0 4-t� (402)444-5220 �rFD FEev" C.I 1 ' C.L+_:°"., Fax(402)444-5248 City of Omaha OMAliA,NE!KASKA Robert G. Stubbe,P.E. Jean Stothert,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Grainger for the purchase of two (2) Compact Mid-Sized Rider Sweepers to be utilized by the Parking Division. The Parking Maintenance Division has recommended the award to Grainger based on a bid submitted to Douglas County Purchasing for the bid named Compact Mid-Sized Rider Sweeper on February 28, 2018 in the.amount of$67,464.00. The Finance Department is authorized to pay the cost of this purchase in the amount of $67,464.00 from the Parking Revenue Fund 21116, Interstate Parking Organization 116241, year 2018 expenditure. Grainger has filed the required Contract Compliance Report, Form CC-1, as determined by the Human Rights and Relations Department. The Public Works Department requests your consideration and approval of the attached Resolution. . Res ectfully submitt d A ved Rob rt G. Stubbe, P.E. Date ranklin T. Thompson Date Public Works Director Human Rights and Relations Director Approved as to Funding: Referred to City Council for Consideration: OIL CL.L.} (— %?-4?-fcr --i A-6-- --buttA-4---31z1 1 Ks- 6AStephen B. Curtiss Date Mayor's Office Date Finance Director .gyp 3043Ctns C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Parking Division of the Public Works Department is in need of two Compact Mid-Sized Rider Sweepers with liquid propane engines; and, WHEREAS, bids were received on February 28, 2018 for the purchase of two Compact Mid- Sized Rider Sweepers to be utilized by the Parking Division; and, WHEREAS, Grainger submitted the lowest and best bid to Douglas County Purchasing for the bid named Compact Mid-Sized Rider Sweeper. A detailed bid tabulation is attached. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent is authorized to issue a Purchase Order to Grainger in the total amount of $67,464.00 for two Compact Mid-Sized Rider Sweepers with liquid propane engines to be utilized by the Parking Division; and that, the Finance Department is authorized to pay the cost of this equipment in the amount of $67,464.00 from the Parking Revenue Fund 21116, Interstate Parking Organization 116241, year 2018 expenditure. 3043tns APPROVED AS TO FORM f) 0 ' 1.-`70 -.CITY ATTORNEY DATE ifelif 1 44'7 By 20188Co ilmeryr Adopted APR 1 0 �V / - 4 City Clerk Approve ... / iiet--"-- V ) Mayor BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Compact Mid-Sized Rider Sweeper Grainger Nilfisk, Inc. Supplyworks Date of Opening Page 1 February 28, 2018 Department !As Read in Bid Committee . PUBLIC WORKS- PARKING DIVISION Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE B PRICE PRICE B PRICE PRICE PRICE Compact Mid-Sized Rider 1 each Sweeper BID/each: $33,732.00 $37,212.28 Manufacture: Tennant Karcher Model: S2OD 130-300 TOTAL BID: $33,732.00 $37,212.28 • Insufficient Bid Security Bid Bond Received: YES YES Terms: Net 30 Delivery: 40 days • NC DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Compact Mid-Sized Rider Sweeper RETURN BIDS TO: Published: January 31,2018 Page 1 CITY CLERK 1819 Famam 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 88183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,February 28.2018 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1619 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 88183 Exemption certificates wit be furnished. Do not include tax in bid. by the opening date and time Indicated in a sealed envelope marled: BID ON:CITY OF OMAHA Compact fad-Sized Rider Sweeper 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or certified check shall be made payable to'City of Omaha' suggestions covering reduction in costs wherever this Is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of materiel or utilization of standard items or quantity change. 3. Right ie reserved to acceptor reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so wit indicate have the right to appeal any decision to the City Coundl. Right is also reserved to your desire to be removed from our mailing fist TABULATION SHEETS FOR THE BIDS acceptor reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT Iv ww.doualascountvourchasinc.org. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,t-.o.B.delivery point on the Items)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Compact Mid-sized Rider Sweeper per the f each attached specifications. TOTAL BID: 33,'7ga.00 $ (5%Bid Bond Is to be based T upon this amount,if over Manufacturer: iclir)a $20000.00) Model: S as D Questions regarding this bid should be sent via email to bidquestions©douglascounty-ne.gov. Vendor must include the bid title and opening date 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. All bidders awarded a contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&Relations Department Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms fOb %Ntf:3o Firm:. Ci red') (I r Incorporated In:� 5t k 11,' Delivery(or completion) Name: R0C1' u I r !Signature:Ant) /4 4'0 calendar days following Title:Q n m `Phone:58/..40T 4/4 Fax 41- 839-A5'8's- award Addr s: 934/5 c fS h Street/P.O.Box City Ablifil4J State Ail' ZIP pa1/ Email Address: j�„„if Int'06ra nyor'• DOUGLAS COUNTY REQUEST FOR BID ON:CITY OF OMAHA-Compact Mid-Sized Rider Sweeper NOT AN ORDER Page 2 BID CLAUSES - i t-MS AND CONDITIONS REQUIREMENTS 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. Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the City of Omaha(Omaha)is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor is preliminarily selected,that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate,discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition. Conflict of Interest:Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules,CONTRACTOR assures 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. Drug Free Policy:CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions including but not limited 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. 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. Exceptions to Specifications:Any and all deviations will be so noted on the attached"Exceptions to Specifications"sheet. SIGN ALL COPIES Firm Alta?" Be Tithe CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-Compact Mid-Sized Rider Sweeper • NOT AN ORDER Page 3 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 DESCRIPTIVE LITERATURE: Two(2)copies of full descriptive literature on each item bid are required with the bid. PURCHASE OF ADDITIONAL UNITS: Bidders must provide a date for the below statement. The purchase of additional units by the City of Om ha or Douglas County under this contract award shall be held firm through the following date: /i / o(0 1?0/ff . 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 1998,8 U.S.C. 1324a,known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us.. 2. If the Contractor Indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat. §4-108. • SIGN ALL COPIES Firm r( ifid Title /is /rip J CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 oM�Ke.!y f Oritjtv,,U `i, Ifi nL,i 1. Regulation: p4'714> I- A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsitmcd 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-Veiify to determine work eligibility. IIContractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 etseq.). 'Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev. Stat. Section 73-104 et seq.). in 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 Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. /ell/74) Am") Signature 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 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract fora period of 10 years. SPECIFICATIONS FOR COMPACT MID-SIZED RIDER SWEEPER GENERAL: The compact mid-sized rider sweeper bid is to be the latest current model of standard design manufactured, complete with all standard equipment, tools, and warranty. Bidders are to supply a full description and any relevant descriptive materials on the unit bid with the proposal.Unit bid to have dual side brushes,vac wand,and base outdoor package.Sweeper bid requests a Tennant S20 or equivalent. COMPLIES TO SPECIFICATIONS: YEA � y r'.', ry 3, o s �,5 1` '?� 4,37.p,a 135 #;�t5 k L °O.ENF �4(` i u?"bF.. � Mid.,.f f�Li+[�r� g �r 1. Color:Standard no extra charge colors. 2. Length with side brush to be approximately 88" V 3. Width with side brush to be approximately 50" V 4. Track approximately 45" 5. Wheelbase approximately 45" V • 6. Main sweeping brush diameter approximately 14" ' V 7. Main sweeping brush length approximately 36" 8. Sweeping path width with dual side brushes approximately 62" 9. Unit bid to have polyethylene hopper to prevent rush. t 10. Tilt power steering with horn. 11. 60"multi-level dump 12. 3-stage air filtration and dust control. \1 13. Dust filter,hopper door,hydraulic oil filter indicator light. 14. Hopper fire sensor. • . 15. Minimum 11 ft3 hopper volume capacity. 16. Lights:head lights and tail lights 17. 650 lb.hopper load capacity. 18. Wet sweeping by pass. 19. Steel wraparound bumper. 20. Hour meter,air filter indicator,oil pressure indicator,fuel gauge. 21. Hopper must be capable of being emptied into the bed of a pickup truck with an approximate bed rail height of 57" 22. Hopper skid plate. 23. Seat occupancy interlock safety switch. 24. Weight empty approximately 24501b 25. Operating sound level at operator ear to be less than 87 dba 26. To have brakes on front wheels and have parking brake. ADDITIONAL COMMENTS: 1. Engine:31.0 HP Kubota DF972 Gas Engine 2. Approximately 7.0 gallon fuel tank. 3. Max forward speed of 6 mph.Max reverse speed of 3 mph. 4. Rated incline with hopper full 10 degrees. ADDITIONAL COMMENTS: Page 1 of 2 64 n 1. Wide Track Radial Pneumatic Tire Package 2. Deluxe Suspension Seat 3. Heavy duty vac fan and muffler \r 4. To be equipped with on board vacuum wand. ADDITIONAL COMMENTS: r.41 };¢ 1. Battery: 12 volt 4 2. Alternator:40 A standard required ADDITIONAL COMMENTS: iStiikZE,.,0 :, (Ny3d :�,i.,+�.�:.. 4r.s Ja h,'F it, 'Jk`7i :��JN►�, A�13 CF<'-^c l { :'i,u' :+5:'..�?.,.... 1. The manufacture standard warranty shall apply and be in effect from the date of satisfactory delivery.Must list warranty time and hour coverage. ADDITIONAL COQMMENTS: m on4h 5 or , or O lou is f para s 6monl --Lah0 10 jar on beeramt.Y 441141 rhonJ ► lr�Ye1 1. Two(2)operator manuals will be furnished. 2. Two(2)parts manuals will be furnished. 3. Two(2)service manuals will be furnished. ADDITIONAL COMMENTS: 4 ni: ;;LTQ 1. Unit must be delivered to the City of Omaha Parking Division at Omaha Park Five located at 301 N. 19th Street,Omaha, Nebraska,fully serviced and ready for use.The City of Omaha, the Public Works Department,nor the Parking Division shall be responsible for any costs associated with the pick up or delivery of the unity. • • EXCEPTIONS TO SPECIFICATIONS Check One 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) R40/11 Signed /E714) Alla& Tale 4td m JI2I)WfL2 GIZAINGERCustomer Quotation tliff1111101111111111111111111 To: . :.` Infornatioln` Date 02/05/2018 CITY OF OMAHA Customer Account Number 807880273 1819 FARNAM RM 1007 Grainger Quote Number 41285882 OMAHA NE 68183-1000 Customer Job Number Tennant Machine ' Grainger Representative Rani Hulns Phone Number Fax Number Email Grainger Tax ID 36-11.50280 Item Description Cat Qty $ Ext.," Start Ettp Manufacturer Name&Model.. Pg.# Quote Pries •Date - Date 48K608 S20 Diesel Sweeper 1 33.732.00 33,732.00 02/0512018 04/0712018 TENNANT MS20D Country of Origin: USA a00 All orders are subject to the terms and conditions in your current contract with Grainger or to Grainger's current Terms of Sale as set forth on Grainger.cam Thank You! Visit us at grainger.com Page 1 /1 • NC • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Compact Mid-Slzed.Rider Sweeper RETURN BIDS TO: Published: January 31,2018 Page 1 CITY CLERK 1819 Famam 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 1610 BOND ORCERMIFILD CHECKSHAUL IRE llltlAttEPAYA43i6TO '"0 TY 0,F OMANA" , NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,February 28,2018 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1 819 Famam Street,LC-1, 4. If Federal Excise Tax apples,show amount of same and deduct. OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 Exemption certificates will be furnished.Do not include tax in bid. by the opening date and time indicated In a sealed envelope marked: BID ON:CITY OF OMAHA Compact Midsized Rider Sweeper 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2.As evidence of good faith a bid bond or certified check must be submitted with bid. 6.When submitting bid on items listed,bidder may on a separate sheet,make Mid korkdersolifiied tcd iillibesnadepayabletto 1Ciitycef9gn suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or ub'laation of standard items or quantity change. 3, Right is reserved to accept or reject any oral bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT wer.daeafirscocatkroirmIrasfrutorq 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 Compact Mid-sized Rider Sweeper per the l each attached specifications. TOTAL BID: $3.7.Ata,d.e (5%Bid Bond Is to be based upon this amount,If over Manufacturer: K A-Atif-R.4 $20,000.00) Model: /3 0'- 366 Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must • include the bid title and opening date 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. All bidders awarded a contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: 6 U ppi_y W U/t-+SS Incorporated In: Delivery(or completion) Name: S C wry- Z i by( 6/1-Ayy-) 'Signature: 64001, calendar days following Title: S t Phone:44Cras-(e7 35g1 IFax: 01 a 4&3.Saj(40, award Address: 4 a 4,0 4660Tr f72 'Street/P.O.Box City p[/-(A.l yi- State ME Zip L R1 i b Email Address: • DOUGLAS COUNTY • REQUEST FOR BID ON: CITY OF OMAHA-Compact Mid-Sized Rider Sweeper NOT AN ORDER Page 2 BID CLAUSES -TERMS AND CONDITIONS REQUIREMENTS 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. ff 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, Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the contractor,contact regarding this project between potential consultants/vendorslcontractors and individuals employed by the City of Omaha(Omaha)is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor Is preliminarily selected,that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate,discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor's proposal and/or selection Irrespective of any other condition. Conflict of Interest:Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules, CONTRACTOR assures 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 interestimthediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any'kind'to ahy CITY employee in the procuring of, facilitation of,and execution of or during the duration of this Agreement. Drug Free Policy:CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions incliidingbut hot limited 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. 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. Exceptions to Specifications:Any and all deviations will be so noted on the attached"Exceptions to Specifications"sheet. • • SIGN ALL COPIES Firm S()PI'(..4 wo t..w.5 BY Jam'GG'rr 21n16 '4te' Title $q-t CONTINUATION SHEET • • • Responsible Contractor Compliance Form RC-1 • • • • • �t4llPrlE, F. 41%0114*k • x • T '; 1. Regulation: 'r.c. FEBOr A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on • behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsiened 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 ESI authorized to perform employment in the United States and thafthe Corifractor and ail Sub- contractors shall use E-Verify to determine work eligibility.:. I ;/I Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of • Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). © Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). • EN Contractor has not been convicted of any tax violations(local,State and Federal)within the list three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health l/ Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. I ✓ 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. 6 c ala)lr Signature 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 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha • contract for a period of 10 years. • • SPECIFICATIONS FOR COMPACT MID-SIZED RIDER SWEEPER GENERAL: The compact mid-sized rider sweeper bid is to be the latest current model of standard design manufactured, complete with all standard equipment, tools, and warranty. Bidders are to supply a full • description and any relevant descriptive materials on the unit bid with the proposal. Unit bid to have dual side brushes,vac wand,and base outdoor package.Sweeper bid requests a Tennant S20 or equivalent, COMPLIES TO SPECIFICATIONS: YES l • QTHER. ;1:1 GENERAL • j I. Color:Standard no extra charge colors. ,( # ;/ 2. Length with side brush to be approximately 88" • _ X $a ie 3, Width with side brush to be approximately 50" JL 4. Track approximately 45" • • 5. Wheelbase approximately 45" 6. Main sweeping brush diameter approximately 14" yC 7. Main sweeping brush length approximately 36" • 8. Sweeping path width with dual side brushes approximately 62" . )( S ,EL, 9. Unit bid to have polyethylene hopper to prevent rush. 10. Tilt power steering with horn. 11. 60"multi-level dump X 12_. 3-stage air filtration and dust control. .03xia.rht. 13. Dust filter,hopper door,hydraulic oil filter indicator light. 14. Hopper fire sensor;,;- .. 15. Minimutn•11•W hoppervolume.capacity. 16. Lights:head lights and tail lights 17. 650 lb.hopper load capacity.. PP P '�.ty.. 5C 18. Wet sweeping by pass. 19. Steel wraparoundburnper.. . . ' 37. 20. Hour rneter,.air,filter,indicator,oil pressure indicator, fuel gauge. 21. Hopper must be capable of being emptied into the bed of a pickup truck with an approximate bed rail height of 57" • X 22. Hopper skid plate. 23. Seat occupancy interlock safety switch. X . VA')S 24. Weight empty approximately 24501b 25. Operating sound level at operator ear to be less than 87 dba 26. To have brakes on front wheels and have parking brake. ADDITIONAL•COMMENTS: & . ma Op • . 2.)ENGINE • X L.PS I. Engine: 31,0 HP Kubota DF972 Gas Engine l x 2. Approximately 7.0 gallon fuel tank. X { 3. Max forward speed of 6 mph.Max reverse speed of 3 mph. i8% - 4. Rated incline with hopper full 10 degrees. ADDITIONAL,COMMENTS: • • Page 1 of 2 • • • • • • NO • OTHER. • 3}OCHER }( I. Wide Track Radial Pneumatic Tire Package l X 2. Deluxe Suspension Seat 5C 3, Heavy duty vac fan and muffler • X 4. To be equipped with on board vacuum wand. ADDITIONAL COMMENTS: • XP.6 Q OTIjE? d.l ELECTRICAL X 1. Battery; 12 volt 2. Alternator:40 A standard required ADDITIONAL COMMENTS: . i NO { OTHFR. :L `� 1. The manufacture standard warranty shall apply and he in effect l from the date of Satisfactory-delivery..Must list Warrant time • and hour coverage. • ADDITIONAL COMMENTS: • • YES N, C OTR• . . . 6.MANUALS 1. Two(2)operator manuals will be furnished. X 2. Two(2)parts manuals will be furnished. 3. Two(2)service manuals will be furnished. ADDITIONAL COMMENTS: i YES NO .QR ' • 7...DLIVERY 1. Unit must be delivered to the City of Omaha Parking Division at Omaha Park Five located at 301 N. 19`°Street,Omaha. Nebraska,fully serviced and ready for use.The City of Omaha. y the Public Works Department,nor the Parking Division shall be R responsible for any costs associated with the pick up or delivery of the unity. • • • • • • • • •• • . • KrincH , in • • . . . • • • • L_•.:.....:: . ... : .......::.....„.....r- •• ••••:•.i_4. .. . ... . • ... . . • 'ales a diffR6r6exe , .;:i.7fl y `� r F I '"J�'�Is/,, I'"'u'�,dk -fy,, I ltr ly', �"id Isl'!�[�9t ly�^a,,r:'k ,.. h ,yF74,�F 2 rtd?. ... .,�y'A+""».:�;(,fi..^,y �i�nrra t 7;XE`t n)M:,... • '".II,., ... d 71�z .•1 j..7r,,,,i,,, ^�F;Ir .p; I "�✓.1 St ai .l i y Act n7.-°` nu '. ' S M 15 1 • ;. i1,43. r'1" - .�I,"I^?IfJ 4"i'•4•' 31, °rb i1•1t ,�:,F5 5.'2 vl k:. y. g+ sn " �,�( E°^.' ^ r m°'� . $:,•;i u , q ..1 �' • M r!d4 Ev" t' ...a +�c r +�3 't + Y F 7a #. ah �!G a i, > 'u �'��a��`' ? � � / r f 7• 1 ,44, .34 . , . .4:rf14+::r.:. ri';,'.;�'.: SYbC' I 4,6,'th'. C' A. , : • .,i. .6� .i. 1.;:k!.-.. • :4,i 1 r,.. . �6 '. -Y J:>Wit.:;,. .y..; _ .: = _"-`.; .i+pr',�i',:::.?'' _S +' ,,v,.r a t+: 1 x a>Q«�•,~., ;r�`. _::.,. ,or ,x. !r�. ae%,.,Si4,°.' .tt;v,.)��+-;;:'". ..9 c :4.t ta: -kn111�-.�.; F�✓,�% ��, :':R %r� ;r�, q,.��i d, li-..nc; 'I ,:L:-' 11, .,Y 4'.1 is ;'x..r. >":"h•'1. �h.,,,..1' -•"•;;w;!u;r.+ I _ � • Jp c ^!i'a.: LL d,d X i�? _ ..•a� / .:;@ ..}:* , ..'�r:`� „ra...'w� r<r� xV�la� .� 1 uti F� t7, .'�^?I _ r '"``At hY J i, u7 ri d;4,,� _,,, r , A�I o L ...,.., • .•fw,,. R. , :•'+li4i y,,,ivi P, sr'I'g C.". r Ala ! AT j 1< t 6 a t+,:� .,.K Z�r jY d a. g'�' � � '�" -I'..t ✓ •,1,,,1 r '•i" o-r4i.1 M _ IrLW *' ro.''th, ,�Cy7 �i ,e.l,N 37,,�r�+ip,. ii i °' u v, •4 Y. -r,!`.-.. ..y r _ '' ;,^b'y, � ,r. I. V. •J `11 r.l i p � �{e ti I�"`�' 'a v ••,%2, �i.�+ i � 3 y Y�i i��.�p�s',���j� 1�[',gilk Ij°D,j'cklifi��lt7. . v 4, J s .d .; .., -. ;-,' I F h fSh 0,..,4 a• 4na� ti,i�t.,1^}k . :: .N•.IP �4 r1 '• >d ,,1 rF I-7 ' ; 1•:: r;u C!> 1 ! z ib a 1 i lul a 'la �,. 1 �t � I r ,ftq ' i+ •,I :J I M:d3,'I "� I p I Ndr �a a l 1 i .7,- I r�` 1 M I . !h� , ,, i r 1' ',ell '4 lri E`{ I'I ( xl I r a y 1 �• `4t1:+,ff1"! I •.)t� i1��. I=1 ', I!'.• I I,n1' 11.II�..'I .£, ,I I`.i:1, , L �pl,ii;,:, V+!fr.:: iiv3 F.. •..41i ii+.n11 • I d4Cypi +�+e^" I .i,ri';li,, ,1 t9cc i. ]i: ;! �5 • ,:1 �..»SwiT ••,*1r];6 , I:I 'i; ::r, F,1 `rj-1 I1,,: dl3 r 1',t': S � � • �N Ilfr,�•a —- ,,M1..3; .:'C�' ii l a• l" l i 11 1,1 •F•': 1[ .', ''''a;;I'r , r� �[4i'�;� .. ..I r r�ra,. 'mot.•: y;.. �:raxac rz�,iJs „ a r • - ..:.a' � A I0,04 a '• .yaq"'"Nl'U'm^r✓l NSut I 4:j',I1 ii0 '!I t�f 1 I •'r..r. ('l,da^' N v't'�.,G2i gl�ycl- •.... 1 ron 1 i aw � il -,1' [:aY ^`S 1 y '� r F KF,r. 'd" +atv8+j+„ 'p �'>N + ' i .„t, s-a p' R E?�'14 y�`` "c° .•.�, xfs t .. „„;:,' ..�.y"�`r`` da :1� 2Y•�C'1 r r., ,;,„ aC ,; '`i:c,-Ali� fl'p. I/! J,4 S, if• ...., ' .y r,4�'" ( t • s• y� F p^ er- • yf y • 1 •A• i�• t� • • -.� J. r< to ; 7L�-, F •ac r Asia •, .r - ? $Jt • ma`s. ,,:- C� 1 STY E •• - � � S�� 1 I• �S .. . .... ......:.:. :. : .:.::: •• Robust. Versatile. Fullyh dra.u:Ilc:: y ••`PROFESSIONAL I.-KM 130/300,`KM.1.50/50'0, - • Totally efficient. Endurance meets economy. • A new class of ride-on sweepers has arrived for industrial use.With an environmental friendly battery or Lpg drive,robust steel • chassis,Impact-protected side brushes and fully hydraulic operation of all functional units.Rigorously designed for efficiency and . . reliability,with high-quality components.Drive performance,filter and sweeping performance,load capacity and design-these sweepers,are in a class of their own.With the exemplary ergonomics and ease of use you expect from Karcher.The KM 130/300 R and KM 150/500 R gives contract cleaners,industry,logistics and municipalities exactly what they need.Both models can be • equipped to tackle the demands of practically any cleaning job. • 4•-•';4 i' ••:iKyr •:: •..t.: :fr n4; 7y,1T•�': .•�12r7;"i 7 ;i-. �;;t, ,': H.r. '', y wr��w�f 444,4�w 6 �- r ... ;5 t,�. .:i':i n Y' '1` -• t, ter' (k. .r,. (,.�,. -;• . .. A.4440 y'rfq-'Lr.:. .:":r'��hjr-?pY•�. ..�t� + •:G:• ,.x...� l i .:5. zwi, r � rtj . :z_ r' y: �. s a, ti •, t ,.y .pQ ° Pi �' jpr!4�§ ,�k7,* t 6{i.. 1,: st .97Y syp�1( l�4 ' s f � F t � FA'-vsji d x, 4 , t I} Y j . �<� 4S �� •'rrs ' "' q :u rr • ix v :as%aev gxs. •tr*. '4..,,_ ., l y 1- ti1%. ,, t . -F ' }'4 p ' ,� 1' ' ,re,, 4S .II >R � ,, f r.,t � 4 aa , . + , . r%'<dtlo i y E ,AS. Xir t? ,bJ ,h y .{{ +n`tkz r'!•: .' ':A Iti,�,-y�, 14,4,✓,'(`t 'j: "!7 k; 4t' t a1' tI ..,;r-,3y -}4 t2.41• +,,"- �,•',, , ,•j i J • #r k1 k s '...'..' ,`1 a 4tNVI •'- y�` &'<�.J • t , 3 d*rxx' t x''' • iri 17. `t 4: ,'C •'r r, •.!•,',/ ' s4v t -.N-sv% tj Y al/ t`Jrf i' .r '- t...v •,,L' 3 .2. 444 i ,J ,„3;•.;,:71q.'"--, 7.-- -. .e,r'.::\ : ' '''''''''..tr'—,.., 4.&,43,\„, , . .r.t.,, ,..,,L,',,,,,,y,:ti; • 1. t. { ,' - t rr � . • rx a e" -f r }4, .:..e " z r,. M y, ( . I✓: I I `i a t CC x1 Li i 1. 1 s r r t' , Robust steel chassis and three-wheel chassis and suspension For individual customer requirements and cleaning tasks,there • with low center of gravity mean that all sweepers in this class is a wide range of attachment kits and tools to choose from: feature safe handling,driving comfort and excellent maneuver- from second side brush to canopies with or without windscreen ability.The intuitive Karcher EASY Operation System makes the or a side brush cover to reduce dust becoming airborn. _ machine easy to use and prevents Incorrect operation.The operator only needs to control one switch for all sweeping functions. 2 • j ..- ?M.R. iWliRFr ip,Meyq, . .. • f.jS 4 • i51' " 1 ilPgy I 9 41I y,P t ll't � tl ',: a� 4P7. r4 a? ' a ` ,1L1ta'kk3r��� II i a10k. r jr *1 i � �'{i r Y�` .. a.13.Y4. r d r; • jj,g1dF it .NI • IN) x"� ,i.•'�fMa ' I ` it '444 r o 1 y:� Sx• a I a >it .t t • 11 Y{ I I rI 9 tt a • i • ' I -lf�I. A" a I 1. ? t i • 'C1 d 1 1 ik,i�41A�x I Y f h 5 [ ,,rr .. �'4i 5 ` aK 'Y d 51 r1Nr' • ... ... ......._ . JrF# "" ': -._^w.. 'tkl xaaRA,f�' u4rJrl .i 3 x, m 2�Irk "A4�wr'15 .: air N.).+, i.are 1yyr., >r�'' .,,.•- • 10/1.t.'"'71:'47.4111.P*•-`1.4t • !!!`"jr •' '• • • • • ••••••'!' ,!! • ' . . . 0 EASY Operation:multi-information display -aN Flexible Footprint System The Karcher EASY Operation concept has self-explanatory symbols for The Flexible Footprint System combines the advantages of rigid and intuitive use and preventing incorrect operation.All displays are in the floating roller brushes.The roller brush.which adapts to any unevenness operator's field of vision and can be read at a glance.A comfortable and in the surface,can be operated with variable contact pressure.For great ergonomic operator workplace ensures greater safety and productivity. cleaning results with minimum wear and tear. • • ^}Y 3 Lasting power choose from LPG or Battery y?. Container ilft The KM 130/300 and the KM 150/500 are operated with battery or LPG For quick and easy emptying of the waste container,both machines have power,for emission-free,quiet and long periods of uninterrupted use. a hydraulic container lift.The dirt can be emptied at various heights, whether onto the ground in a yard,or directly into a container. • • • • ' L - KM 130/300 R • • • High capacity and power :NEW for heavy-duty use. �y t • This powerful sweeper with fully hydraulic traction drive and • sweeping system cleans all industrial surfaces effortlessly-from 1,, fine dust to construction waste.High working and transport speed � •Ill', and simple no-tools brush roller replacement shorten prep times and increase efficiency.The battery version KM 130/300 R Bp ensures • professional cleanliness even in noise-sensitive indoor areas. • 1I • • • EASY 01,,.111y„ 4 • • itf r ... • A� — try "fia '' • t ; • •.„ • • Rugged construction ?:. User-friendly design Solid steel frame. s Easy-Operation design. tl Fully hydraulic traction drive. Easy to get in and out. • Extremely service-friendly. Efficient long-life fitter • • Flat fold filter with 59 ft'filter area. '%' Longrun times Effective filter cleaning with dual scraper for dust free sweeping. Battery-drive. i;,Z Lpg for indoor and outdoor use. lit Emission-free and environmental friendly. Low-noise level. •• NO. 335 • Item Submitted By: Timothy Storer Department: Public Works Council Meeting Date: April 10, 2018 Res. that, as recommended by the Mayor, the Purchasing Agent is authorized to issue a Purchase Order to Grainger in the total amount of $67,464.00 for two Compact Mid-Sized Rider Sweepers to be utilized by the Parking Division. (The Finance Department is authorized to pay the cost of this equipment in the amount of $67,464.00 from the Parking Revenue Fund 21116, Interstate Parking Organization 116241, year 2018 expenditure.) • Presented to City Council April 10, 2018 APPROVED 7-0 • eltzrtbeth &tier City Clerk