214
REGULAR MEETING OF THE KENNER CITY COUNCIL MAY 9,2019 - 5:30 P.M. COUNCIL CHAMBER - KENNER CITY HALL POSTED < 3:00 P.M. MAY 6,2019 IN ACCORDANCE WITH COUNCIL RESOLUTION NO. B-14550, PLEASE BE ADVISED THAT ALL CELLULAR TELEPHONES, PAGERS, BEEPERS AND OTHER DEVICES OF THIS NATURE MUST BE DEACTIVATED OR SILENCED THROUGHOUT THE COUNCIL MEETING MEETING CALLED TO ORDER INVOCATION/PLEDGE OF ALLEGIANCE ROLL CALL - COUNCILMEMBERS RESOLUTIONS, MOTIONS, AND OTHER ITEMS FROM THE FLOOR CONSENT AGENDA 1. APPROVAL OF MINUTES, the Council Meeting of April 26, 2019. 2. APPROVAL OF ALCOHOLIC BEVERAGE PERMIT APPLICATIONS 3. APPROVAL OF BINGO AND PUBLIC GATHERING APPLICATIONS 3-A. Application No. 2161-19, Hammond's Transportation , LLC, to hold a public gathering on May 18, 2019, 2019 from 12:00 p.m. to 6:00 p.m. for the purpose of a company picnic at Veterans Park. 3-8. Application No. 2164-19, Tanya Leal, to hold a public gathering on May 26, 2019 from 1:00 p.m. to 6:00 p.m. for the purpose of a high school class reunion at Laketown . 4. CORRESPONDENCE: REPORTS FROM MAYOR, CAO OR DEPARTMENT HEADS 4-A. At the reguest of the Administration, a report from Mayor Zahn. 5. ACCEPTANCE/REJECTION OF BIDS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000.00) 6. CHANGE ORDERS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000.00) 7. ACCEPTANCE OF COMMITTEE FINDINGS (FINAL PASSAGE) 8. RESUBDIVISION ORDINANCES (FINAL PASSAGE) PUBLIC APPEARANCE AGENDA 9. PUBLIC HEARINGS (FINAL PASSAGE) 10. OPENING OF BID 11. RECLASSIFICATION OF ZONING (FINAL PASSAGE) 12. OTHER ORDINANCES (FINAL PASSAGE)

KENNER CITY HALL POSTED < 3:00 PM MAY 6

Embed Size (px)

Citation preview

REGULAR MEETING OF THE KENNER CITY COUNCIL

MAY 9,2019 - 5:30 P.M.

COUNCIL CHAMBER - KENNER CITY HALL

POSTED < 3:00 P.M. MAY 6,2019

IN ACCORDANCE WITH COUNCIL RESOLUTION NO. B-14550, PLEASE BE ADVISED THAT ALL CELLULAR TELEPHONES, PAGERS, BEEPERS AND OTHER DEVICES OF THIS NATURE MUST BE DEACTIVATED OR SILENCED THROUGHOUT THE COUNCIL MEETING

MEETING CALLED TO ORDER

INVOCATION/PLEDGE OF ALLEGIANCE

ROLL CALL - COUNCILMEMBERS

RESOLUTIONS, MOTIONS, AND OTHER ITEMS FROM THE FLOOR

CONSENT AGENDA

1. APPROVAL OF MINUTES, the Council Meeting of April 26, 2019.

2. APPROVAL OF ALCOHOLIC BEVERAGE PERMIT APPLICATIONS

3. APPROVAL OF BINGO AND PUBLIC GATHERING APPLICATIONS

3-A. Application No. 2161-19, Hammond's Transportation, LLC, to hold a public gathering on May 18, 2019, 2019 from 12:00 p.m. to 6:00 p.m. for the purpose of a company picnic at Veterans Park.

3-8. Application No. 2164-19, Tanya Leal, to hold a public gathering on May 26, 2019 from 1 :00 p.m. to 6:00 p.m. for the purpose of a high school class reunion at Laketown.

4. CORRESPONDENCE: REPORTS FROM MAYOR, CAO OR DEPARTMENT HEADS

4-A. At the reguest of the Administration, a report from Mayor Zahn.

5. ACCEPTANCE/REJECTION OF BIDS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000.00)

6. CHANGE ORDERS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000.00)

7. ACCEPTANCE OF COMMITTEE FINDINGS (FINAL PASSAGE)

8. RESUBDIVISION ORDINANCES (FINAL PASSAGE)

PUBLIC APPEARANCE AGENDA

9. PUBLIC HEARINGS (FINAL PASSAGE)

10. OPENING OF BID

11. RECLASSIFICATION OF ZONING (FINAL PASSAGE)

12. OTHER ORDINANCES (FINAL PASSAGE)

13. RESOLUTIONS AND MOTIONS BY COUNCILMEMBERS

13-A. A resolution authorizing the Administration to prepare and submit a pre-application to the Statewide Flood Control Program for assistance in the implementation of a project for the purpose of reducing existing flood damages and providing for the necessary documentation of said flood damages and for other related matters in connection therewith for the City of Kenner Department of Public Works.

14. ITEMS REMOVED FROM THE CONSENT AGENDA

15. ACCEPTANCE OF CONTRACTS AND SIMILAR MATTERS APPROVED BY THE MAYOR

15-A. Summary Ordinance No. 12,522, an ordinance accepting the lowest responsive bid received from Thornville Services, Inc. to supply building materials on an as needed basis in accordance with Sealed Bid No. 19-6473 in an amount not to exceed $50,000.00 annually for the Department of Public Works.

15-B. Summary Ordinance No. 12,523, an ordinance accepting the responsive bid received from Richard Reames Trophy Co., LLC to supply sports awards in accordance with Sealed Bid No. 19-6468 in an amount not to exceed $15,694.05 for the Department of Parks and Recreation.

15-C. Summary Ordinance No. 12,524, an ordinance accepting the responsive bid received from Lamargue Ford, Inc. in an amount not to exceed $162.460.55 for the purchase of one (1) F550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Jib Winch in accordance with Sealed Bid No. 19-6472 for the Department of Public Works.

15-0. Summary Ordinance No. 12,525, an ordinance ratifying the policy and rates for Commercial Property Insurance for the City of Kenner for the policy year June 1, 2019 through June 1, 2020.

15-E. Summary Ordinance No. 12,526, an ordinance ratifying the Blue Cross Blue Shield of Louisiana policy and rates for health insurance coverage for the City of Kenner employees/retirees/dependents for the Fiscal Year July 1, 2019 through June 30, 2020, as set forth in their proposals.

15-F. Summary Ordinance No. 12,527, an ordinance ratifying Prudential policy and rates for Life Insurance coverage for the City of Kenner employees for the Fiscal Year July1, 2019 through June 30, 2020, as set forth in their proposals.

16. ORDINANCES/RESOLUTIONS IN SUMMARY (FIRST READING)

16-A. An ordinance adopting the Operating Budget for the City of Kenner for the Fiscal Year beginning July 1, 2019 and ending June 30, 2020 and providing for related matters.

16-B. An ordinance accepting the lowest responsive bid received from Lightle Enterprises of Ohio, LLC to supply sign poles, brackets and miscellaneous sign supplies on an as needed basis in accordance with Sealed Bid No. 19-6476 in an amount not to exceed $30,000.00 annually for the Department of Public Works.

16-C. An ordinance approving an agreement with Hahn Enterprises, Inc. to remove and replace Little Tikes play eguipment at Greenlawn Tot Lot in an amount not to exceed $13,296.00 for the Department of Parks and Recreation.

16-0. An ordinance accepting the lowest responsive bid received from Allstate Window & Siding Co. to remove and replace windows at the Hispanic Resource Center for the City of Kenner in the amount of $5,215.00 in accordance with Telephone Bid T19-2956 for the Community Development Department.

16-E. An ordinance accepting the responsive base bid received from BLD Services, LLC in the amount of $619,040.00 for the Kenner Hanson City Sewer Lift Station Improvements for LS 4103 (Firehouse Road) Sewer Force Main Replacement Project in accordance w ith Sealed Bid No. 19-6471 for the Department of Public Works.

16-F. An ordinance accepting the lowest responsive bid received from Kenworth of South Louisiana LLC in an amount not to exceed $348,260.00 for the purchase of one (1) combination sewer cleaner vacuum truck in accordance with Sealed Bid No. 19-6474 for the Department of Public Works.

16-G. An ordinance accepting the lowest responsive bid received from Nu-Lite Electrical Wholesalers to supply streetlight poles and accessories in accordance with Sealed Bid No. 19-6480 in an amount not to exceed $150,000.00 annually for the Department of Public Works.

17. REPORTS FROM THE COUNCIL AND/OR SPECIAL COMMITTEES

18. NEW BUSINESS

19. UNFINISHED BUSINESS AND/OR MOTIONS TO RECONSIDER OR REMOVE FROM A TABLED POSITION

20. PERSONS WISHING TO ADDRESS THE COUNCIL ON SPECIAL SUBJECT MATTERS

21. MOTION TO ADJOURN

APPI.lCArnOiJIi FORA IPUBIJC GATHIERUNG PERMiT

~ ot'Gctb:!rrnc cp::~cOthclr .QF.ICA1.·JS=ONI.Y

17, ; Z/I.u I' ApgUcrtlor.i'lCl, :.a;:):1/. ~~t~:"l'b=C =.~csti>nJ

4/lb/ l f :

"in' rem:~ i"&Dl?rsrnIq ,

;:xr:e.r;~ivcd:

i/u,/.f1 .• ifl''''ft_-;;i:;1 ) Cocrn;!!rr.rta: ,

i\ '::

Pt=I'.SE PRl)."

"For NOI1 .. rl'!cc!"porg-;ed ~nt~es; .

S."':."",\1'!E: .'y: 'Cl-oU J'l4tr#S. frCw.$ ¥;i-t0h;..... de:: AdO.""" . l.:v (;(.t'I'I!I'C Teiepnc.r.e l\'O-.~ Hcl':"le: 5&'0/- ::eo..2 - (j ;LU ~ Werle" (; - (1ft '" I 4. l~,:;l:e Ctg;l:!'tlzatic-r. a nC<!l .. ;::roftt (l:c:at'lj~'tlQn'? 0 Yes ~ C:h:n-c:h? c: Yes :: 1\'0

"G:gas-:.:z! tt'!1o?:11ati-on:

S • .?~asast~tet.lo.e:;:a: .. ""P';:"-c a:tl",e Pl1bIlCgatht:ltj<1g;Ldh1 e~ lA1 flil/ 'e,. e. ::.ectJe~ Datsts) ofE .... en±:: S 11$ (Jj ilme(sj of Evet?t: From: r:;t. Pm To: c;. ".f!?t 7. !.iZ":·;!!i'fo¢ds and r-a~ra~e i~ tha1wl :,eJiV&ii !::oIl? 'for1:-e-e 0:- pL!.~asea clJ:"i~ event:; _____ _ _ .J!.iCtWii:s/, /I/2"""U, e/Zt. i". v:S -t{f'e.~S Q.

~

8. 'J.ttl ~r:cho!rc: 1:G..-el'3S'~ beso!d'? c '(t!!S L1:I.?c Ii'yes,.s::ate Ueense No.: n-asa speclaI CityB"!e:" P.e!'mlt~ee.., !ssct!:d! 0 Yes *

l!a:'t'l<:ades:

:13. WlJ S3..'"rl:acies be re~ted?:J yes. 6'0" ~!h~st:'ect~ be tlcsed::: Yes ~c .:t4. NWI!! ::n~GI"$::m(s} r(;Spor.sible to pjllceanc remo¥ehS':'riCSC"''''':-:;:::::;:===========-:-__ nt':'l-a:of~es:t~sure: to;;-~ A:oplicar:: rn:rst cah 4SS .. 751..5 two Q!!')'$ bef¢re ever.'t,,=o-vl!rrfYb~rr!a'CIes.

Revised 8/2.03.8 1"'''''TO 0; A

=-_<:i:i~~_J;;2Q~J~)!LP LJ.FI e'J::,-_J~t!:o/:; LC:"::"1;':::~--'

3A

APPUICAl!ON fOIR A PUBILIC GATHIERiNG PIERMIT

BLOCK !'ARTY RESIDENTS SIGNATURE LIST

We, the undersigned residents, agree to hold a block party on the ______ block of ___________ (Street, Avenue, etc.) between the two side streets of ______ and

___________ duringthe hours of ____ a.m./p.m. and _____ a.m./p.m.

Number of houses on block: ______ _

HOLD HARMLESS AND INDEMNIFICATION AGREEMENT

By my signature below, I/we agree to protect, defend, indemnify, save and hold harmless the City of Kenner, all City Departments, Agencies, Boards and Commissions, its officers, agents, servants and employees" incIuding volunteers, from and against any and all claims, demands, expense and liability arising out of injury or death to any person or the damage, loss or destruction of any property which may. occur or in any way grow out of any act or omission ofthe Applicant(s), their agents, servants, and employees or any and all costs, expenses and/or attorney fees incurred by the Applicant(s) as a result of any claim} demands, and/or causes of action except for those claims, demands, and/or causes of action arising out ofthe negligence of the City aT Kenner, all City Departments, Agencies, Boards, Commissions, its agents, representatives ... and/or employees.

I Name of Resident (Print) .... "

Address of Resident I Signature

1. 2. 3. 4. 5. 6.

7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18.

19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30.

Please explain the reason any resident did not sign the above Hold Hanmless/lndemnification Agreement.

Revised 8/2018

--

APPli(AT~(QlN FOIR A PUBliC GATHlERING PERMIT

CllY Of KENNER DEI'ARTI\IIENT AUTHORIZATIONS (If appJJcation is not approved by any of the listed City departments, pfease refer to Clerk of the CouncH.)

**************************,*****~'il***"'**************,**))1:***************************************

Department of !Parks an<illRecreation

Note: Date and time must be filled in by the person delivering application to the Department of Parks and

Recreation \ Date Application Received: C _ L '\ (jJ TIme Received: -t-i~,,+~~~r+A-fr."1--Date Application Forwarded:7-1-__ '---"'W'---_"' __ Time Forwarded: Vp \j\ { -

I hereby certify that if the applicant requested use of city property and/or building that all established fees and controls as per Ordinance No. 9554 have been received and approved. Rental fee of has been received. Deposit fee for clean-up and damage of has been received,

Commen~: ______________________________________ __

Approval 0 Disapproval ofthis application

C\-\:,~ VI.. "(f, iZi)°R, PARKS AND RECREATION D-"OEP'1'U'--------''----_----=-__ _

PRINT NAME

~~***-*************:(:c*****************************~~*j:~********:t-********************************l):*

OfiFk" of til", M"vor Office of't"le Maver

1 hereby ~~ 1 have :,e'\l'i~ -:his ;>.:bJe~r.herir:s: ?e::-m" a:"p~Ql"' .. Ccr." .. ,,~ ~ , ....

............. 11_.-.. --.... --·-· .... -·~--·····-·-..-·---e ____ ---.-_ant

, ,

_ •• 11'._

n f _~ ( ""i

*****~'****~****.:c**~c****************,~>:<******l;C********~c*******j~********************************

Finance Depa~ent z,t ~(- (,,~ N~e:: Pate andtlrne. must be 'Ii ed' bythe.pernon d~liver!ng applrcation tothe Anllnce D~Partment. DBteAppliC3tl<m Jteccived:-:----+T"h~-T1me Rece!ved:,-_____ _ OMeAppHoat!on Forwarded! TIm.e Fotwarded: ______ _

! bereby~that 1 nave r:=:ceTvad a perm..'tfee of$ . as perOtdil'lance No.lS4S.Appilcants: shall pay: this petrnitfa.e w-JeS$ ~rnpt bysald Orc!it:l."rK:e as :;pecffie:d in Sectltm M, 1. throt!gh S.

Comments::

pprav:al D D;saPPrGv.aI cfth!:;:application. DmECrOR, FJ!itANCE DEP"iI-I1ti""r

PRiNTNAME SIGNATURE

Revised 8/2018

APPliCATiON FOR A IPIUli3lilC GATHIERiNG PIERMil

Com::1~: ________________________________________________________________ ~

~val:J Disa??rova: cfthisappiica~on ?m! Chief:, :1,c j)c~;art."ncr:-::

PR1NTNJ..!If.E

? If f -tq ************************************~********~**~****~~***********************d*~******~*****

4nspec:ticn and Code Enforcement Department

Note: Date and tirne m:mbeti.l1ed in .by the petsoh deUverlng--applitatIon..m the De%ntrn~i:oflnspectiOl'lSand Code "E:rforcement. .... - f i \ 0 /1- t.f<".r .. DateAppllcation Received: ?Ll: l .1. ~ Time1teceivec::c~-+, ":";-;-",.7cJ~ __ DateAppUeation Forwarded: :2..[ \ ! I 5 Time FonNarl:fed: l' ;: 4f <e

r; Director qf Code Enforcement otnd Inspec::l'ons, hetehy tt.'"1:i'IYthat [ have Inspected the aforementioned application herein rega:rdItlg'the proposed publIc gathof.t\gto be hcldthe:-ein and sub.m my1lnCfitlfj$ asfollO'NS.! ako that r hove re<:elvcd a permit !ee of as per Ordinance No. 9554. Appliea."ItS shall p;Wthis permit fee urJess exem pt cy said Orcn."l.nnee as specified L"I SeC:ron 1D-200.

Please circle one: 1} Sanitaryfad!1ties ___ • __ ._._ • ..Apprwed/!:Jisappmvcd

2) All approprl;lte laws, ~r.rtio~ requirements~ Ordi~ces and ResolutionS" relative to the foregoing have been c::oml='lied w1th __ -.Approved/Di$(Jpproved ,

_____ Receipt for ponce oetalL

Comments: ./ ,"

Revised S/201S

Revised 8/2018

_____ BameadesOep¢S'tt

AIP/PUICAr~ON IFOR A /PUBLIC GATHERBNG IPIEIRMi1

APPUCATION FORA PUiSiJlC GATHERING PERMIT

._ ..... ~4"'.~._*0-,O ..... 'O."~ ..... *(t0,.~.·~.jo-IX .. >,I~·~';O .... 'II~-..-· .... ··"I*~ .. 0: .... ~ ... ,,-••• , ...... I:II .....

Personnelllnsurance Department 2..1 b I_L'1

ff Cit'{ property. "racluding Qtystfegs, arc- being IJsed by the appUoQ)nt as part ofthc:ir publicgatl'lc::rin2"

.............. -_ .......... IV~ ____ - ,-

Kenner Police Department

Note, Date and time must be fil!)d Ii' by the person deliverihgappllcation to the Kenner porrce Department Date Application Received: r ~ : \ \ U Time Received: . Date Application Forwarded: J '" ' \ .. ! Time Forwarded::.· ________ _

i, Ch1ef of Police of the City of Kenner, hereby certify that I have reviewed the aforementi oned application and recommend approval or disapproval of the proposed public gathering route, as indicated below, 1n so far as said route pertains to qty streets. Comm~: _____________________________________________ ~ __

"Approval" Disapproval ofthisappfication eHlE]' OF POLlCE, KENNER pouce D.EPARTMS\IT

PRINT NAj'vTE - •. -. --------... - ... -... ...... ""WO\l' ... "" ... >II*'b ... :::.tllltJ.'tl':lsc**.*!lIrlr1.l*~** ... "'_"""' ... _~ ... "'.:.."'~~ Z::;l(n!;*:;:;***9I$C'li1.$ .

Public Works Department . .! Co r ~- L'1

Note: Date and time must be filled in by the person delivering application to the Department of Public Works. Date Application Received: Time Received: _________ _ Date Application Forwarded: Time Forwarded: _______ _

I hereby ,ertify that) have reviewed the aforementioned application and approve/disapprove of the proposed conttngent upon the following conditions: _____ Barricades deposit required. Barricades deposit will be collected atthe Code Enforcement Department when picking up the approved permit placard. Deposit will be returned when the barricades are returned. Applicant may call 468-7515 two days prior to verify barricades delivery.

'fApprovaI 0 Disapproval of this application

. .. . DIRECTOR, PUBLIC WORKS . >;7;$>'-/ -:s:: cl /ht1;j (.f -d~/g,.L _~«=--~< -:--__ .== ___ , PRISJfNAME // _. SIGNATURE

/'

,/"/ Revised 8/2018

Al?lPlUCAllON FOIR A PUBUC GATHERiNG PIEIRMIl

APJ>I.lCATION FO§'< A PUIBUC GATHERH\!G !'ERMIT

General Service Department

II1ot;e:. Date and.timemustbe: i'!tted' in by the person delivering application to thcOe'pQrtm~tof PuoDeWQrW". Date~!icat1on Reeel:ved:: Tl.'1'le REceived~ . DateApplicatlOr: Fo'lWatded: • TIme Mll"Wlordcd!' ______ _

I h~by eertifythat if the applicant requested use ofdty propereythatan ~bU,h.ed fee!: and controls a:> per Ordlmmce: No. 9554 h4ve been reeelved and ~pproved. Rental fee of ---..has heen rUl!!"ved. D-eposltfee for clean-up and damage of has been ~vecl.. Deposltwz1I.be corrected atthe General Service Departn)entbeforetfleapproved permitpfacard. OepQslt wi!! be returned whenthe ~ Eq'ltipmentis t'etarne:d.AppDC<1.\'rt' maycaJI 6.l7~1029 'bAro days p!'icrtoverifycity equ;pmentdel1~.

Ccmments: /

/ . . ;;r Approval 0 Disapproval of this application

I ,.",,~, ,~,.--".-, ..

Office of the City Attorney

Nc=e: O~ ;a:)~-:r.-r.e::l=::e~ ir:: ~t.1;r:;x:;w%: de!I~.ri::z~pjjQZ"'Jo.:"ttothe ct:t.:e of":he:a:y A'Cm~ ~App!!:ation~~: ":i~eR...~ ________ _ ~ • .AppEa:::.on FC:'\v;;:l"de::: Tir.':e :;O!Wa:"Q¢C!, _______ _

****~I''''*************************_*****************O;C_***************,*******************.*********l1~

Clerk of the Council Z--l 10 (/ cry ,

by the Council of the City of Kenner, Louisiana, on a~provaIconditioned ----1-· - ith Ordinance Nos 1632 and 3644 and Section 13-30 of the Code ofOrdmances ofthe CIty of upon comp lance w . . Kenner.

ClERK OF THE COUNCil

PRINT NAME SIGNATURE

Revised 8/2018

Al?lPliCATliON !FOR A PUBliC GATHERiNG PERMIT

Type of Gathering: 0 Parade cOther OFFICIAL Ui(J;~LY.~ ! ti ~8lock Pa~/Road R:;Ice aFestiv<l! Appfication NOo"? LJ I ! NOTE:tfermi1 NOTT!:2n~ferribre rj ') ~ '~ / Date Receivech A '"'" ' I~·l __ {

~o .p recesslngwe:Received

! U""'I::,.-f F ! , Council Date: t:' Sf (Ji

io--, , . J - ''';- 'f

PllEASIE PRINT

for Corporations:

1. Corporation Name:: _______________________________ _

Corporation Address: _________________ :-_----:-______ -:-:--:.,-----::-:-Telephone Number: certlficate of Incorporation Attached lJ Yes 0 No 2. Name of Responsible person of incorporation organization: _________________ _ Addre~: ___________________ ~ _______________ _

Telephone No.: Home: Worr.: ___________ _

Telephone No.: Home: Work: _____ -=~_.-,__",.,,_-4.lsthe organization a non-profit organization? 0 Yes 0 No Church? 0 Yes 0 No -;jU6+ 4- 'RCV/II{yJ Cl)(r}(I};ffe

8. Will alcoholic beverages be sold? 0 Yes iiK'/o If yes, state License No.: _____________ _ Has a special City 8eer Permrt been issued: 0 Yes 0 No

locatiol1lnformation:

~~~~2!O;a~:~~pose~d p~u~t*~Ga~ther~in~ .

Add~ess of Facility: ~ 0 ~ 7 J&!J5 'm va. Facility Owner: _-_ mer Number of People (inCJUdt gParticiPants) --'dG"""(J"---_____ ~----:--_:_:_-----:-------;------10. Will there be a gate charge? 0 Yes orilo Amt.: Total anticipated gross income: $ ____ _ 11. If the requested Public Gathering is to be held in a building, is building approved for occupancy? tJ Yes tJ No /JIll 15 there an oocupationallicense: 0 Yes tJ No Will any portion of event be held in a tent? tJ Yes 0 No Tent size/type: . 12. If amusement rides, nam""and address of amusement company: SpP-U. i.JaJR Name: 'J30unte Ii>Dria.. Telephone No.: 5t>t- #7 - 4-3g (p Address: ao Hii&Ylari fH. i<4lnc:c, I..A IOOk2--,

Barricades:

18. Will Barricades be reqUired? 0 Yes.,.-No Is the stre<ttto be closed: 0 Yes 1a1I!o l4. Name of person(s) responsible to place and remove barricades: _______________ _ iimeofStreetCfosure: to ______________ _

* Applicant must call 468-7515 two days before event to verify barricades.

ri. yJ Ji l--hl L;/;1 ~o i v/:tltlf/dc1J1Ul / I !f~{'~~/

Sign6'ture of Applicant (ResifonSible Person)

Revised 8/2018

38

AlPlPlLICAlION IFOIR A lPUl511J1C GATHERING IPlElRMn

BlOCK !'ARTY RESUDENTS S!GNATURE UST

We, the undersigned residents, agree to hold a block party on the ______ block of ___________ (Street, Avenue, etc.) between thetwo side streets of ______ and

___________ during the hours of ____ a.m./p.m. and _____ a.m./p.m.

Number of houses on block: _______ '

HOW HARMLESS AND INDEMNIFICATION AGREEMENT

By my signature below, l/we agree to protect, defend, indemnify, save and hold harmless the City of Kenner, all City Departments/Agencies .. Boards and Commissions, fts officers .. agents, servants and employees .. including volunteers, from and against any and all claims, demands, expense and liability arising out of injury or death to any person orthe damage, loss or destruction of any property which may. occur or in any way grow out of any act or omission of the Appficant(s], their agents, servants, and employees or any and all costs, expenses and/or attorney fees incurred by the Applicant(s) as a result of any claim, demands, and/or causes of action except for those claims, demands, and/or causes of action arising out ofthe negligence of the aty oTKenner, all aty Departments, Agencies .. Boards, Commissions! its agents, representatiVes, and/or employees.

I, Name of Resident (Print) I Address of Resid~nt I Signature .. ".,- " -.. .,

" "

1. 2. 3. 4. 5. 6. 7. 8,

9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22, 23. 24. 25. 26. 27. 28. 29, 30,

Please explain the reason any resident did not sign the above Hold Harmless/Indemnification Agreement.

Revised 8/2018

AP~UCATION fOR A IPlJJlBllWC GATHERING IPERM~l

eln! Of KENNER DEPARTMENT AUTHORIZATIONS (If<lppliation Is not approved by any of the fISted City departments, pfease refer to Clerk of the CounciL)

************~**************************************.*Ile:***~'I:*******""'****************************

Department of !Parks and Recreation

Note: Date and time must be filled in by the person delivering applicatIon to the Department of Parks and Recreation

Date Application Received: 21 to \ It:{ Date ApplicatIon Forwarded: _ _I

TIme Received: ---i-+A,,:';;2.A=''{7-'r!,L....lfC.~­TIme Forwarded:_-,\'!'IYL5V-L.:::"JlV...:\~...:f.~~~_

I hereby certify that if the appncant requested use of city property and/or building that all established fees and controls as per Ordinance No. 9554 have been received and approved. Rental fee of.... has been received. Deposit fee for clean-up and damage of has been received.

Approval 0 Disapproval of this application y: DIRECTOR, !PARKS AND RECREATION DEPAR

U-\~"Y ~ \ -r R&l9 -"--''JC.-.-~--=-,,--PRINT NAME

... -_._._ ........ _-_. __ .. -. -----------------

~ n~Y ~~'t.~r.! ha'.te!'e\lieweC !,.1o:-tS P".:!:IITeGmering ?er:r:ft~'P;)!cz:lo:-.. ~me.e."1tS:

..... _. ______ 0 .... ___ .,, __ ....... _0_ ... __ ..... _________ .·_· .. ••• ...... •

PRINT NAME SIGNATURE

Ptl.lNTNAME

Revised 8/2018

" ",

APPIUCAl'lON fOR A iPUlBllllC GATIHlERING iPlERMIT

APPLICATION FOR A PUBliC GATHERING PERMIT

PersonntJ/lnsurance DepaJ'trnent

Jf CIty prollerty~ 1ndudlng City meets,. am berns: used .by the appIieant tl:a- part of thejr ~bliC eathcrinS-

Not~ Date andtimQ ~ust be fD~r in~ttM.pe!'sOo <(e!1vering applreationto the PcrsoMei/lnsuranco Dcp3rtment.

D;teAppllca:tiOI1 RecGlV(ld: ~S-_.i »rneReceIved:-::====== Date.AppJ!cation t=otwatded: f: If) :-;me; Forwarct!d:,

f .. hereby certlfythattheappllcant Ms ~edthe<JtyOfKeMenm Insurance certfficateInthe- City of l(entter's name, als? namillg't1)e City oft<ermer.as an OlddJtionar !tlSUred,. in theamcl,lntof $_ and W~iver of SUbl'ogatron. Approval fortbrs eVent Is based. uj)Cln the ap):)lIcantpro\liQrng the City of Ktmncr :rr'llnsurance O!rtificate!D the City of K.cnner's name, ar~ nammli'the C'~ ofl<Gnnerasan adcUtlonai lru:ttred, m the ;)IllOll.nt 01' $ :!Inc{ WalvercfSubf.ogat/on, pri(Jrto the event.

Cammonts'J?~J .,)J!.J.>i}r '1, ~~% ~

\ Kenner Police Department ?::iJ

lI1ote: Date and time must be filled in by the person delivering appncation to the Kenner i'olice Depertrm;,;;t Date Application Receivecl: C\, \ ,', TImeReceived: ________ _

p \ , lvl Date Apprrcetion Forwarded: ~ '< ' , TIme Forwarded: ________ _

, I, Chief of Fonce of the City of Kenner, hereby certifYthat I have reViewed t.oe aforementioned application and recommend approval or disapproval of the proposed pubficgathering route, as indiceted below, in so far as saId route pertains to City streets. Commen~: __________________________________________ _

o Approval lJ Disapproval of this application CHlEF OF POLICE, KENII1ER ;>OUCE DEPARTMEIlT

PRJNTNAME SfGNATURE ~*::c~~~'Pic*=*****:((*****¥.~~*****'~**t~::.t*~tt*:c:*O):ll!::l:~*l):'iU .. >:~***'il:**~*******"**~**a:;c***.:';*l:.c****~*:c:*'*

*~,I********************~C*I:<:*l~***:~*~:c****I):'**~::I**>'''*l~ ***)~**~,~**""'''''''' ... .,.~ ........ _ ... _ __..~ ________ .'

----~--------------.............. -------~----.. --.................. -.. -.-.. --......... -.... -PuoUeWorks Department

I h:.ertWy pm.:"fytflat I have. reviewed the ilforetaentioned applicatlon and i1ppro~dl:mpprove of the proposed .contthgentUpoJI the foIrowt!l:g condltIlll'IS:

Barrtcadts: dGl'otttrequired. Banicades d'epositwlll be collt:t.:tecl attheCode Enforeernent Deptlrtmentwhen pIckil'1g up the: approved permit placard. CeposItwtII be retumedwhen ':he banieac!esm-e retumed.Appflc:ont may Q{t 4Sa.-7S1S two days p~!or tl) verify blU1"ieades delivery.

CoII'.monts: P\AV~;~~tl~;ts 1,li xl Ollt V ~ro Viii 103 L ((des" .

Revised 8/2.018

Al?fP'ILRCAT[ONIFOIR A IPU\BUC GATHERING P'IERM[T

n~::e:e!lr .. t<*o~ ... :m:,>:o':_~ll"l ""*>i''''>tI'''':::'O:<I)>:l'''::'A,",'''*¢o)O'''>I>~",,,,,,,J;<..''''''h'''o;;,, DIl'",or""'~"'>:":'>;<~"''''~1,I~",(I:;.,''.:r1ll''''il:e .. nOlln4"~_~'"

;,~o n""a_';;t, ,:;:;( / & .,zj -/ '1

. a cft:-::e c.~' o-:Ke:::r.cr Fire De-p<lrt!':'lem, here:;,y certify t.~'::; ~e ~~d 'ti'l ~ afo~erru~ .. '1tioned ;;pplica!f . <:1":'; recc;:'lme.nd a;l:C:OV2l/disapprcvai oi=the: proposecl evemJ~ofu,:, as evems pe-m.i:t to C-tyStr'eets. ___ Predkztec. en <!p]:Iiicznt!l aomty~ 'F)rovide':..i2 require."'Jte,."Ttl:;n;th!;!: ?o)lC.'2; ~cpa~e:r::a::::' app:-.ova! cr me ?oiice. c.'jef I.e. ponce on d:.r.:yfo:-se-::t!:'ity, C'owc. contrel, t:<lfficfl-::wr an-=:"to !1acG:e an ~mergenC'fs.~2tiol": shomo It . 'e).

Nos.r orave.. ... ues of:raveI!c:::~ blocked cr obstrL!~ byirr..mo'It".W!e;<md/orf'lXec cbJec::s- rcar, trr:c:.~

'O;~e!Cj , ~..,. .. s~ :nU"~:'Jleet app:~.12nd. per.7'':t ~~i:-ernen:s o'ftbe Stme F1re Marsha! .. (!.AC1.7-417)

~er.S"'0 De p-rOYH:.e:: On-Site.. . , . "nave a '5:e.fl~ten;watc.;' or. cu!:y {t::!ttil). eal! 45S4COO'ior-:rm~ <!nd rates.

~!JP'K.i­~\1F?A:lC:r.

Ocmme~~: ____________________________________________ ___

. Z ~rC1r.!J :: Disa)'J~:,oval c:'thl$ <!J:lplicat:on

. <gre Cbief~ !"'J.t'e i)ep<lrtmCr:t.

··'··T;d,c~l;.£-- f.l~X{~~. SJ6NAT...JRE:

!~ction and O;)de Snforamtent De;,artment

Note.: 'Date <It.ld time must be1Wed in by the plUSGin delfveringappnc:aticm tothe OepartmentofInspedol'l$and CodeEm'"cemenr. .~ I I q 0 ". ! ~ DateAppncationR.~eived: 2;1' i!~ l'imeRece'iveci: -I ·1:' Date~p!!catIonForwarded: 51 I': t 0 TimeFotwarded: J ~y~-

I, DirectorqfCode Worcementand lospections, hereby" .eertifythatl !laveinspect:ed the aforementioned application .herei:'! reea:rdingthepro-pO$Cd public zm..er.ngto be held:thereJrr and:;ubmit my'flnc1rlgsasfoilows. f alwth:ltf r.zve recelved::t permitf~e af as pe-O~nce No.. 9554. Applieantssha!1 paythls permit fee t."nless I!Xempt by said Ordinance. as sp.eeiSed In Se aton 1.0-200.

______ Re~ptfcr Police Detaii:. ____ Barrie:ades Oe~rt

~mme~ _________________________________________ __

/ ./

Revised 8/2018

Revised 8/2018

AIPJlllUCAlriON IFO~ fA. JlllUIEUC GATHflRHNG PERM!T

~~~.t»l<",*"(I~tD;t~I)~,,I)~,,**"_~~"'l).IIr.:I~(t.'C'O~>I!~:tJo~""''''=O''O'/l>:tl':l:~I):Cl~_!II¢.(Irr ...

General some<> Departm~ c2 / (;:? .t:./ -/9 Note; Dateandtlme must beilITed in by the person denverine'~pPllcatlon to the ~rtment ot'?ublic: Works.

Date ApJ;llitation Received: TIme Receivecl~'-:::======:-_ DateApp!£ca'l:ion FoJ",\l;i!rded: 1lme Forwarded:

[heroby certify1hatifthe applicant reqt.l:esteci use ofcity' pro]:lertythatall estab[lShed'fees!ll'l.d .:ontrols as per-Ordinance No. 9SS411ave been receJvsd and approved. Rental fee of Ms been received. Depositfee fo~p and damage of . has been receIved. Oeposltwlll be colIec""..e:d atthe G"enerru Se.. ....... ice oe.partment.b~orethe: appr<lVed' permit placard'. Dej:.losltvvnI be ~turned wben the City £tjU1pme.ntls returned. Applicant may call G~-1029two days priorto veriiY ctyequipmentdelivey.

Comme."'l~

CleYK oHlle Council

______ bythe Council of the City of Kenner, Louisiana, on approval conditioned upon compliance With Ordinance Nos. 1632 and 3644 and Section 13-30 of the Code of OrdinanceS of the City of Kenner.

CLERK OF THE COUNCIL

PRINT NAME SIGNATURE

Revised 8/2018

On motion of Councilmember , seconded by Councilmember __________ , the following resolution was offered:

RESOLUTION NO. ___ _

A RESOLUTION AUTHORIZING THE ADMINISTRATION TO PREPARE AND SUBMIT A PRE-APPLICATION TO THE STATEWIDE FLOOD CONTROL PROGRAM FOR ASSISTANCE IN THE IMPLEMENTATION OFA PROJECT FOR THE PURPOSE OF REDUCING EXISTING FLOOD DAMAGES AND PROVIDING FOR THE NECESSARY DOCUMENTATION OF SAID FLOOD DAMAGES AND FOR OTHER RELATED MATTERS IN CONNECTION THEREWITH FOR CITY OF KENNER DEPARTMENT OF PUBLIC WORKS

WHEREAS, the City of Kenner subdivisions, namely the South Kenner area, Lesan and Lesan Addition Subdivisions, David Drive Subdivisions and Lake Vista Subdivisions as identified in Attachment One, have been adversely affected by damages from flood waters; and,

WHEREAS, the City of Kenner desires to apply for State matching funds pursuant to LA R.S. 38:90.1 et seq., as amended, to implement a project to reduce said flood damages, and that the City of Kenner is fully aware of its obligations under said Statute; and,

WHEREAS, the City of Kenner is a political body duly organized and existing under the laws of the State of Louisiana and is eligible to apply for funds under said Statute.

THE COUNCIL FOR THE CITY OF KENNER HEREBY RESOLVES:

SECTION ONE: That City of Kenner hereby acknowledges that upon approval of the pre-application projects a formal application will be prepared and submitted to the statewide Flood Control Program.

SECTION TWO: That at the appropriate time and upon approval of funding assistance I

and prior to commencement of work on the project, the City of Kenner agrees to execute a Statement of Sponsorship pursuant to said Statute.

SECTION THREE: That Thomas Schreiner, P.E. , Deputy Chief Administrative Officer of Public Works, is hereby designated Authorized Representative for the City of Kenner to effect the preparation of the pre-application and application to the Statewide Flood Control Program for funding assistance of a flood control project.

SECTION FOUR: That said Authorized Representative's responsibilities shall pertain to technical matters only and shall not include any official act on behalf of the Council of the City or Kenner.

This resolution having been submitted to a vote, the vote thereon being as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This resolution was declared adopted on this the _ day of _ _____ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

13A

(I', ~. ~~' .-~ .. -.~~I"\\ ' 4. r . 1\, '. 7L- ~ \-; ~"f ~ W ' E t~ ~ Ii ", o(:l '0 \-z. ;G '- 1: ?i ! ' " " ' .0 0, n 'r 0 , o. ' ' / \\ '? r tf\ 't- z .'J, 0

j " \\ "6 7.; \\ 1 ', 0' • <I' --.J! \\ \, \\ ,'£, \\ ", 'P s "'

f':~~::::::'------./:~~\~::::~'~'~:=~'~'~S~~:):'~~::::~~~::.::--.J '. \ \. \ \ .~, ~;...1.. VI/ffAGEOR ') \. ) \. ~' .-J\ ' " \. --",- ".-----VLNTA'GEDR ,,;:====~~~~. \-\' GA.NA,I:.oN(.)""J, _______________ -'

:~ ! \"" "':"" r---... -~ ,I~; '. \ --""f.\ \ ==::::O ' MONTEREY;.\.V - _ " \ " \ " \\

I,' If ' -\,\ '\ \\\\'~ '... '\,

' \ \, " " "'U.'T' $6>\ " --,~L -- \\.... \\, \,\, U ' " ,

-" =r-~NADOhY-==::' 1 \ " '. ....-""' \\___ ----::::...,\ ~I' .-./ , \ \\ '., \ \ ~\ " r-STAHLDR~--- \ '. " "

,:""

\\ \\ \\ \\ (" \\ \\ \\ \ \ \ -------\ ~ ,,\ \\

-",Iijl GRANADA DR \\ \~ \,\, \ \ \,\, \,\, \\,\, \'"

\\ ''"

,'I' \ \ '1>,- \,\, \ \ " , /' '. ~ ./"" \\ \\ \\ \\ I I 1'1 \,',\ ''\\ \ "",\,)\1-1<\ " '. '. " '. " " \

I 21 ' \ .. \\ '~ \,\ \\ I \ '. \ " \, " \ " 1): .. ", ~ '--- I I' I' \ ~ I I """"" l --w-=MADRlD.AV I '.,,\, '. '. '. '. \ to. \ '. '~ \, '.,

JI' ,/1 II' \,'."',',',':',,, \ \ \. \. '\ \ \. \. ~ \,',','.,"" 'n \\ \ \ '. \ \\ '~ \ , 1 r::====t:lASS~~:W 1/' I \:\\\ \~\\'\\ \;\ \\,\, \\,',',\" \:~\

~

~.\ \\ \\

\\ , ' \

' I I \\ \\ ',', \~\-j\\\' " /1 .. \\ \, " '" \\ " J, I ,11 "\ , ';:=====:'.1 "--39TH sr.J \ " , \.. ' , \, \ \,\, I I, \,\, '. ' \ r - - .... , \ ~~ 39TH ST---.J '- \ .... ) '-------

\""''.'" \'\" \,,'\, '. \ ' ' , , ':======'-I ,,, '. \ , '. " '. \\ \, " I \'. \,\, '.' " , '\ ':, , '.\

\\ \\ \\, \ " ' ,. \, II, \\ ',\ I ,'" '" I ) \\\ \ \\ \ \ \'\"

I \:~~,\, \, \~""\,, \\ \\:~\ \'. \\, \ J '\\ " " '. '. \ '" " '. " \ \ "

I) \~ \, \\ \,\, \,\) \ \','\ \\ \\ ~. \\ '~. I" \"\" \\ " , 7 ", ",~\ ',\ "

I " ",,"',,"', , \ ':.:. '" \,,\,, '~ " a.\ ~ .. \ \,\, ,BAMr.eSTA\!l~ \\, ',,',, ; ~ \ __ \~

I II -------~\ ?;. \, ~ \ g. "ISI "\

I III ----:::::::::::::::::::-\,\ \~,\, ~" \\ ' \ \ "', ~\ '\ \;,',\" I .\ \\ I' \" \~ ,

\\ \'. \,\, \, '.\ \," '0 " ' " " ,\ \,,', \,', " ,I~'--- - ", ", ',\ """ '" \ " ----------. -- '. , \, \, \" ~"\ '. , " \ ~ , ~~ "\ \ \ II, 'I I I

,... ......... \ \,\ \"'\'" \,,\, \,\, \\\, 5 --- ""F.o,,, \,\ \,\, " 'T. \,\, ',,~\ ' ' '. \ \ "

'., '., '.,'., ' , , ' \\ \ . \\ \\ \ \, \""''.'" ', \ '. '. , .. "

'." "" '" " \ " " , '"... \\' , \""\'- \'\" \ ',. " , , \ \,\, ----==::::'. ~ '. \ \\ \\

'. \ '; \.....--,/~ \ r---------. '. \ ~ ' - nrH S 'f~ \ . \ \ ~--- '. \ " " '. '. '. \ ,.--------\ ~ - '----;\ \, \,'., \,\, \ \ \\ \\, \,\,

Legend '", ,,\:;/~\\ \ \ \ \ '\ \\ \,

• Flooded Since Katrina ....... ",-:::::-'iT~ -\ \ \ \, \, \, \ \ \ "'\ \, \ '\"\,',"",, \\ '~../ ~ '., \ \ \ \\ \"\" \, \\ \', -~-- Recommended Improvements r >",,"" ",,", ' , ... '

\\ "\ \ \"-, " \\' ~ \\ \ \

-"<:-'''' ~ '\"'\" \,\, \ \ \ \ \ \ '. '" 'f: \ \ o, .. " " , , ' , i:", \\ '. \ \"\..' \"''.'' \\

"<\ \ >- \\ \\ \ \\ ~\ \\ \\, \~\ \ \ \,\, \''''''\'' ' . \,,\J \. \,\, \,\,

',\ \,\, ~ '. \ \ .~.. \\ \\ \~'~ \\ \\

r 200 400 800 \~ \\ \\ \\ \\ t \\ \\ lO~~~~~<:,:~~~~! ;, ~:~::;\;\\:'. ~F~e~e~tJ\,. . \\ \'. \, \\ \:,~c,~\, \\ .Ml~M Attachment No, 1 ' '. " \0\ \\ '., ''.

Legend

e Flooded Since Katrina

- .. - Recommended Improvements

~------~~~~!~ o 200 400 800 ~I u

~::~~~~~~~~~~F;e;et~"~ I~ ihi;;

Attachment No.2 (J >

-.. /"~\

u

I r I' I R i , " r

On motion of Councilmember , seconded by Councilmember _________ , the following ordinance was introduced:

SUMMARY NO. 12,522 ORDINANCE NO. ___ _

AN ORDINANCE ACCEPTING THE LOWEST RESPONSIVE BID RECEIVED FROM THORNVILLE SERVICES INC. TO SUPPLY BUILDING MATERIALS ON AN AS NEEDED BASIS IN ACCORDANCE WITH SEALED BID NO. 19-6473 IN AN AMOUNT NOT TO EXCEED $50,000.00 ANNUALLY FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, sealed bids were solicited, opened, and tabulated by the Finance Department on March 27, 2019 to supply building materials on an as needed basis for the Department of Public Works; and,

WHEREAS, it is the recommendation of the Deputy CAO of Public Works that the lowest responsive bid received from Thornville Services Inc. be accepted; and,

WHEREAS, funds are available in Account No. 1133036-5730.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the lowest responsive bid received from Thornville Services Inc. to supply building materials on an as needed basis in accordance with Sealed Bid No. 19-6473 is accepted.

SECTION TWO: That a contract between the City of Kenner and Thornville Services Inc. in an amount not to exceed $50,000.00 annually is authorized.

SECTION THREE: That any amendments or· change orders to this contract may be approved by resolution.

SECTION FOUR: That the Mayor of the City of Kenner is authorized to execute any and all documents as may be necessary to fulfill the intent of this ordinance.

This ordinance having been ~ubmitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of ______ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

15A

E. "BEN" ZAHN III MAYOR

Date: March 27, 2019

CITY OF KENNER OFFICE OF FINANCE

MEMORANDUM

To:

From:

Tom Schreiner, Deputy CAO - Public Works

Michael T. Wetzel, Chief Financial Officer !~

MICHAEL T. WETZEL CHIEF FINANCIAL OF'FJCEI~

Re: Sealed Bid 19-6473 Contract to Supply Building Materials as needed

Attached is a copy of the bid tally sheet and the bids received regarding the above referenced subject. Please review and forward your recommendation by selecting the appropriate box below.

The lowest bidder is Thornville Services, Inc. with a corrected bid total of $204,612.50. If you are recommending this vendor for award, please mark the appropriate box below and return to the Finance Department. Since the amount is over $5,000 .00, Council approval is required. Therefore, your department will need to prepare the necessary legislation.

If for any reason the lowest bid is not recommended, please mark the appropriate box below and furnish the Finance Department with a detailed explanation of your justification for the recommendation. The Finance Department will then review your submitted recommendation for appropriate action.

Should you have any additional questions or concerns, please contact my office .

•••••••••••••••••••••••••••••••••••••••••••••••• •••••••••• •••••••••• ••••••••• •• • •• • • 1 1

.d3l Accept Lowest Responsive Bidder

o Reject Lowest Responsive Bidder

Recommended Vendor: =--:,---;:-_____ _____ _

(EXpla~nation t Be Atm d)/ ~

Approved: __ ~~~~~ Di e or

CC : Jimmy Dennis - Assistant Director - Public Works Christine Calamari, Executive Coordinator Roxane Driscoll, Contracts Specialist

OFFICE OF FINANCE' 1610 REVEREND RICHARD WILSON DRIVE ' KENNER, LOUISIANA 70062 OFFICE (504) 463-4049 • FACSIMILE (504) 468-6632 • WWW.KENNER.LA.Us·EMAlL:[email protected]

r ,

CITY OF KENNER BID TALLY SHEET

AS READ

DEPARTMENT: PUBLIC WORKS

BID DESCRIPTION: CONTRACT TO SUPPLY BUILDING MATERIALS

BID OPENING DATE: MARCH 27, 2019

VENDOR TOTAL BID

LUMBER PRODUCTS, INC. No response DASH BUILDING MATERIALS, INC No bid 84 LUMBER COMPANY No response TRIPLE SON WHOLESALE TIMBERS No reSponse THORNVILLE SERVICES, INC. $204,612.50

Isf

BID NO. 19-6473

[8J Sealed Bid

o Telephone Bid

o Letter Bid

COMMENTS

As read: $202,462.50 extension errors

E. "BEN" ZAHN III MAYOR

CITY OF KENNER OFFICE OF FINANCE

EMAIL AND POSTED

MARCH 11,2019

ADDENDUM 1 SEALED BID 19-6473

MICHAEL T. WETZEL CHIEF FmANC!AL OFfl'TCEH

ANNUAL CONTRACT TO SUPPLY BUILDING MATERIALS AS NEEDED FOR THE CITY OF KENNER

PUBLIC WORKS DEPARTMENT

BYWAY OF THIS ADDENDUM, PLEASE NOTE THE FOLLOWING CHANGE:

1. NO BID BOND WILL BE REQUIRED FOR THIS BID.

2. THE TERM OF THIS CONTRACT WILL BE FOR ONE (1) YEAR.

END OF ADDENDUM 1

OFFICE OF FINANCE' 1610 REVEREND RICHARD WILSON DRIVE' KENNER, LOUISIANA 70062 OFFICE (504) 468-4049 • FACSIMILE (504) 468-6632 • WWW.KENNERLA.US· EMAIL: [email protected]

E. "BEN" ZAHN III MAYOR

MARCH 6, 2019

RE: SEALED BID 19-6473

DEAR BIDDER:

CITY OF KENNER OFFICE OF FINANCE

MICHAEL T. WETZEL CHIEF FINANCIIIL OFFICER

ATTACHED PLEASE FIND THE FOLLOWING BID PACKAGE FOR THE CITY OF KENNER CONCERNING:

CONTRACT TO SUPPLY BUILDING MATERIALS ON AN AS NEEDED BASIS

FOR THE DEPARTMENT 01= PUBLIC WORKS FOR THE CITY OF KENNER

PLEASE REVIEW THE PACKAGE AND INSURE ALL NECESSARY FORMS ARE SJGNED AND RETURNED PER THE BID CHECK LIST. SHOULD YOU HAVE ANY QUESTIONS REGARDING THE PACKAGE, YOU MAY CONTACT THE FIRE DEPARTMENT AT (504) 468·7261, BETWEEN THE HOURS OF 8:30 A.M. AND 4:30 P.M. DAILY, EXCEPT SATURDAYS, SUNDAYS AND HOLIDAYS.

BIDS WILL BE RECEIVED UNTil THe HOUR OF 9:45 A.M., WEDNESDAY, MARCH 27, 2019 IN THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS RECEIVED AFTER THIS TIME WILL NOT BE ACCEPTED. BIDS WILL BE OPENED THE SAME DAY AND READ ALOUD, AT 10:00 A.M, IN THE AUDITORIUM, 1610 REV. RICHARD WILSON DRIVE, BUILDINGD, KENNER, LA 70062.

\··l1'\vr~ -V0rLY~ .. , .. ,-_,,_,f~··"'''''' .~

MICHAEL T. WETZEL CHIEF FINMICIAL OFFICER

lsi

ATTACHMENTS

OFFICg OF FINfINCl' • J 610 REV8ReND RICHARD WlLSON DRIve' KENNBI', LOUlSlANA 70062 OFFIe,; (504)468-4049'.FACSrMILE (504)468-6632' WWW.KENNER,LA.US· EMAIL: FlNANCE@I<ENNER.LA.US

Bid No.. 19-6473

INVITATION TO BID

CITY OF KENNER FINANC~: DEPARTMENT

1610 REV, RICHARD WILSON DRIVE KENNER, LA 70062

504'468·7261

Bill Description, Annual Contract fOl- Building Materials Bi<! Opening Date: Wednesday, March 27, 2019

LATE DIDS WILL NOT BE ACCEPTIW

NOTE: ONLY ONE (1) filD PER VENDOR IS ALLOWED, om Y Bms WRITTEN IN INK OR TYPEWRITTEN, AND PR01'EI\LY SIGNED BY A MEMBER OF THE FIRM OR AU1'llORlZEJ) REPRESENTATIVE, WILL BE ACCEPTED,

INSTRUCTIONS FOR BIDDERS THE FoloLOWING INSTRUCTIONS APPl,Y 'I'D ALJo BlDS

ALL BlDS SUBMITTED ARE SUBJECT TO THESE GENERALCONDITlONS, ADDITIONAL REQUIREMENTS, AND ANY SPECIAL CONDlT[ONS AND SPECIPICA nONS CONTAINED HEREIN, ALL OF WH.ICH ARE MADE PART OF THE BlD PROPOSAL.

RESPONSE TO INVITATION: Bidders, who lIfe unable to. bid on this request, arellsked to state YOU!' reason for not submitting II bid on the Bid Form alld relLII'n ihe same to this office b~fore bid opening date, Failure to do so may result in your name be.ing removed fi'om the vendor list.

Questions all ti1ls bid are to be. fa<ed to (504)468"6658 no later than FIVE (5) wOJking days pdor to bid dpening, Please reference bid number in all requests.

AllY corl'eetions to liOl'tions of the bid fox,.. tbat are completed by the bidder must be initialed,

The City ofKenhel' mserves the right to accept 01' reject any and all bids, in Whole oj' in part, and waive informalities, ]-Iowevet, the prQvrsions allCll!~quirem.ehts of the Lou~iana Public Bidlaw f those stated in the adverlfsement for bids~ those provided in the bidfonn and written specifieations shall not be considered as informalities and sh.llnotbe waived by the City cfKclJller.

The Cfty of Kenner will accept one price for each item unless othel'wi~e indicated. TWb OJ' more prices for one item, will 1"8sult in bid rejection.

V/'here brand names and stook mnnbel'S are specified., it is fol' the purpose of estabHshiqg certain lhluilnum st~llda('ds of quality, Bids ma), be submitted for products of equal quality provided brand names and slock numbers are specified, Complete Pl'Odllct data of equal product' may be required prior to awot'd,

A[J materials and/or products must be new and of Gl\rrent man~lfac"t\Jrel\ unloss otherwise stated, Any product 01' service bid shall conform. to all appHcable fedcl'ill and state laws and I'egulntions, and the specifications cOlltained in the solicitation.

Preference is hereby givt;ln to materials, suppli~s .and pl'Oyisions produced, manufactured or grown in LOlli,siu1187 quality being equal to miicles offered by competitors outside the state, Vendor must request this preference (LSA- R. S, 38:2251-2261),

AWARD OF CONTRACT: The City of Kennerreserves the light to award contracts or place orders with dIe lowest I'esponsive bidder, all alnmp sum or individual item basis ot' such conlblnatioll as shall ill its judgment be in the best interest of the city, Awards will be based OJl compliance with the speciilcatiollS alld the delivery and/or completion date,

All orders/services must be delivered/provided within the time specified. in tbe Bid Specifications,

PRICES; All prices shall be quoted in tile unit of meaSlll'e specified, ond ""1ess otherwise specified, shall be exclusive of State a.l1d Parish taxes. As per LSA~R$ 47;3-01 et seq,) all govel'qme~-rtal bod18s',<:H'e excluded hom payment of sales taxes to any LOllisiaua taxing body.

Page 1100 REV, 02/12

j • I

1 ,

Freignt charges should be itlcluded in total cost when qu.oting_ If not quoted FOB DELIVERED, freight must be quoted .s a separate item, Bid may be disqualified if not qlloted POB DELIVERED oriffreight charges are not indicated on bid form,

Quantities listed are fOI' bidding purposes only, Actuall'equiremellts may be more or less thall quantities listed,

The City ofKennerrequires. firm price, unless otherwise statccl,

In case of an extension 'error the uuit price shalJ prevail,

All bids submitted shall reinain binding and may not be withdrawu for a period offorty-five (45) days after the scheduled closing date fOl' l'eceiving bids.,

CANCELLATION OF CONTRACT: The City of Kennel- reserves the right to cancel allor any part if nol shipped promptly, Thc ordet Innst not be fllled at a higher price than quoted,

Tile City of Ken1)er reserves the right to ~cal1cel any contract at any time and for any reason by isslling aTHlRTY (30) day written notice to the oontractor.

MISCELLANEOUS: POl' good cause and as consideration tor executing a bindingcout!'OC! with the Ci1:¥ of Kennel', vendor 'conveys, seJls flssigrts and tmnsfel's to City of Kenner 01' its assigns aU rights, title find interest in and to aU cauSGS

of action it lnay now oj' hereafter a.cquireunder the antltl'llst iaws ofthe Unites States and the State ,,{Louisiana, I'oi"ting to the particular good 01' scrvices PUl'Ch"RCd or acquired by City of Kenner,

Bldde,'s agree to abide by the l'Cquil'ements OftllC following as applicable: Title VLUld VtJ oflhe Civil Rights Act of 1964, as amended by the Equal 0ppOltunity Act of 1972, Federal Ex,cutive Order 11246, the Federal Rehabilitation Act of 1973~ as a111ended~ the Vietnam Era Veteran~s Readjustment Assistance Act of 1974.} Title IX of the Education AmcndmeJ"Its of 1972, the Age Act of 1975, and contrector agrees to abide by the requile])lents af'1he America!]s with Disabilith,s Actof 1990. Biddel' also. agrees not t.o discriminate In Its employment pl'acuces, and wil11'end01' services under this contJ'act without regard to race, color reIigion l sex~ sexual orientation, natiOlta1 origin; veteran status, polit,ieal affiliation) 01' c[jsabiUties. Arry act of discrimination committed by bidder, orfailul'e to comply with these statutoJY obligations when applioable sh,,11 be grounds for termination of this .contract.

New consttuction ot renovation projects must comply with Sccti<m 504 of the 1973 RchabilitMion Act, as amended, in accordance with the American National Standard Institute's specifiClltlolls (ANSI Al17, I .1961),

ADDITIONAL REQUIREMENTS FOR THIS BID Please match the !lumbers printed in this box with the COlTcspondinginstructions below,

1. All awards in excess of $5000 [or labor and materials will be reduced to a tormal contract and/ol' purcbase order.

2, Fo': annual contl'acts only, bids must be accompanied by bid ,ecudty in the form of a celtified check, cashier's ch.cck, or bid bond, payable to the City of Kenner in the amount 0[$500,00, Failure to comply will cause your bid to be non· responsive.

3. By signJllg the bid, the bidder eeltifies compliance with all insi.mctions for bidders, terms, gcnel'flJ conditions and specifications,. end fllliber c61tifies. that the person" signing the. bid is a current cbrporate officer, liat1nersiJip .Q1elUb~r or other individual; or that the person is an individual 'nthorized to bind tl,e vendor company_ If U,e hid exceeds, $25,000 and the bidder is [111 agency, corpOl11tio1l, partnership, or athol' legal entity, the president, vice~ptesidellt, secrctaj'y/ltell~urcJ', or an atllhoJ'ized agent, shall sign thcproposal, and satisfactOl}' evidence of the authority "fthe pel'soll signing for the agency, corpoJ'ation, pat:lIlersillp, 01' othel' legal entity shall be·att,ched to lbe proposal. "Failu]'e to include 11 copy (}fthc appro/ll'iate sigllntlll'c aulhol'ization,if reg uil'cd, runy result illlhe ['cjoctiOl> of Ih. bid onle .. bidder has cOlUplied with loa. R.S, 38:22J2(A)(l)(C) Ql' La, as, 38:2212(0)."

Page 120f3 REV_ 02/12

4, All bidders for the colltracts fOj' pUl'ciluse of malefials and supplies and/or furnish andiustall mllst cOInplctc and submit Witll their bid the '''Biddet,lS Statement of Nml-CpUusIon" FOl"m.aitacli.«;:d llCreto.

5, Pel'La, 1I.S. J8:2222 eaeil cfla11ge !!rde/'Io a Pllbl;c IVorks cOlllmct a/' to {{ conll'act/ol' mllfm,!"ls and supplies which ([{kit (/II ({11/01111( of lell percellt or II/OJ'e qf Ihe orlgiJ!fi{ col/ll'flC! fIlllO/lllt I1Ilfl wflicfl additlonrt! amolllll Is {II le{(st lell I/WIlSft!ttl doilar.v .. Imll he recoraed;lI lite MoJ1gflge Office of the Jeflerio" Pails/t Clerk oICo/tl'l.

THESI!; GENERAL SPECIFICATIONS AND INSTRUCTIONS FOR BIDDERS HAVE BEEN RRVIEWED AND ARE ImEEBY ACKNOWLEDGED AND AGREED UPON BY VENDOR FURTHERMOnE, VENDOR HAS READANlJ HEnEBY ACKNOWLEDGES ANY AND ALL INS1:1RANCE nEQUJRElVIJl;NTS ATTACIDW HERETO THfS BID AND HAS FACtORED SlJCH COSTS INTO TOTAL BID PRICE: ... "._."._. __ ._,---FIRM NAME: Ittur41>l,LLE ':::t;;,,,, VI <£S. '.l '" "- . ADDRE~§L""~_.£.c.q-,,, (?O'f. i0 5'2-CITY, STATE: 0i~4 <'-/V\b T TtO LA ZIP: ]oo'-f<+ TELEPHONE, 50'-\· '2.1 L .0'512-, Jl'AX: 50'-{- <'12 - oS /2, SIGNATURE: ~--'4i\ ,'-.'-' .'l~ .. TITLE: ?-',.£""S 'obVT

,

PRINT OR TYPENAME,nF-;:J- ;?t'::A'i'~ I.?, HbJJII-"cb

ElWAi'LADDnESS: -t J"'0/''''J"'Cu ,.1 ,-t vi::'> 'i@ YA(',LJO .. ~

"

'-. -' ...... ---':"':"Co--cc----c:-:-::-----o This bid must b~siglled by an authorized l'elH'csentaiive of the company/firm for bid to be vali(J.

Signing indicates you have read and comply with the instructions and conditions.

Page 1 ~of3 REV, 02112

CONTRACT TO SUPPLY BUILDING MATERIALS

FOR THE CITY OF KENNER DEPARTMENT OF PUBLIC WORI(S

10 These specifications afe prepared for a contract to supply building materials for the City of (enner, Department of Public Works located at 1610 Rev. Richard Wilson Drive, Kenner, LA 70062,

2.

3.

This contract will be valid from'July 1, 20i9 until June 3(/, 2021.

Contractor/Vendor/Slipplier must bid on all bid items specified on the Bid Form. Failure to do so will be cause fortha contractor's!vendor's/supplier's bid to be rejected.

4. Units of measure have been specified for each individual bid item. Failure to bid on the unit of measure specified for any bid Item shall be cause for the bid to be rejected,

5. Any product which does not conform to these specifications will be rejected and shall be replaced with like "mount of product which will conform to these specifications.

6, Quantities are for the purpose of calculating unit prices, and not necessarily reflect actuol quantitiesto be purchased, The City will be billed only for actual merchandise ree'ived, AIl.orders are placed on ali "as needed" basis and there shall be no guarantee as to the amount of orders placed during this contract.

7. All deliveries must be made within forty-eight (48) hours after receiving purchase ord.er from the City of Kenner, with the exception of back orders which must be delivered within three (3) to five (5) days after receiving purchase order.

8, All "delivery receipts" must Include the following information:

A. Date of delivery B. Delivery location C. Time of del'rveh/ at location 0, Iteml?ed amount of material on delivery ticket

9. In addition: All "Delivery receipts" must be signed by a City of Kenner Public Works employee on delivery.

10, This cOhtract may be cancelled on thirty (30) day written notice of either party for specific non-performance of contract specifications,

11. Freight charges for any bid item shall be Induded In unit cost of item,

BID FORM AND SPECIFICATIONS

FOR A CONTRACT TO SUPPLY BUILDING MATERIALS

FOR THE CITY OF KENNER, DEPARTMENT OF PUBLIC WORKS

IT~r'/i MATERIAL

APPROX, TOTAL

NO, QUANTITY UNIT PRICE

#2 PINE LUMBER ,/ 1 lX4X16' 100 II ,"2- 5 I. \'1-5· 09

2 lX6X16' 50 tS ,'2-$ "7 [., "z.. S () 3 1 X 8 X 16' '50 ''''I '2-S oil.? ';;0 4 2 X 4 X 92 5/8" PRECUT 300 380 I f'\ "l(:J , 00 .. 5 2 X 4X 16' 50 "'I. '2-S; 1.././.2. , <:>0

./ 6 2,6x16' , 50 {?:,,$b ;'7<:::. on 7 2x8x16' 50 1!.{,S;O -, '7..f;- , 00 8 2 x 10 x 16' 50 t"}, $"0 ~., <:; • cD 9 2x12x16' 50 7>1 ,00 -I C; ,() 6u ,

#2 TREATED PINE LUMBER (:34) vj 10 1 X4X 8' 150 c.,SO q'$.dO 11 lX4XlO' 50 S '<;0 ~"'!,<::. 0'0 12 1X4X12' 1000 1."lS' 1! :':--0 ,00 :/ 13 1 X 4 X 16' 50 I?:, ,1 ~ (pE,7, :('0 :; 14 1 X 6X8' 50 (p. "1.-S 3\J,-~ So 15 1 X6X1Z' 50 ~SO Lj-'l--S-,GO

~6 lX6X16' 50 I. L • ::>0 P-,-v-, 00 ;; 17 1X8X12' 50 Iv,~o <fl,~ ,f¥)

18 2 X 4 X 8' IDD 5·00 ., (' y)O

19 2X 4 X 10' 100 G,.:t..S' -"">l"L .!.o ~ 0<~5 .cO 20 2X4X12' 200 "7.7", - ~y 50.00

21 2 X 4 X 16' 100 10.(1) /' 11°

22 2 X 6 X 8' 50 '7.00 ~,<;().OO ;; 23 2X 6 X 10' 50 q,M Li$'o-oo 24 2X6X12' 50 10 :'1S ")\'1 .. en :/ 25 2X6X16' 50 P.,. <"0 ('-'1;) ,00 26 2 X 6 X 18' 50 7,,<;'D If-' 'LM .... ""I 27 2 X8X 8' 50 ,<" I q 'l :(" yJ"

28 2 X8XI0' 50 11 Iln \Ai t ,,)'

29 2X8X12' 50 v-/ ~ - Ihm '(I) ., ,~

30 2 X 8 X 16' 50 .,\A ~ ~, II'l,M A :i ::!-O ,

31 2 X 10X8' 50 \0.1) '..i'v\ 32· 2 X 10 X 10' 50 I\<V ~ ['-1-·00 'fOc .00 33 2XI0X12' 50 LA - 1:),7S' 7£7 ·ro 34 2 X 10X16' 50 irA. 'Z.6 :-.:t W~1 ~q[)

3'; 2XI1X8' 50 >'1 nns Be;l ,j()

36 2 X 12 X 10' 50 A , 'noQ t \ Db ,6> 37 2X12X12' 50 11l{ . 'L'IJ'iS \ <t\1,. SO 38 2 X 12 X 16' 50 , 7,9l-, <;'Q \"1 'l$,oo

;/ 39 4X4 X8' 100 'lO, :t> lO5"O,oO

40 4X4 XI0' 50 I c{, 'l-S' 111.-~ /' 41 4 X4X12' 100 t S-. .ou \,S'Q) (Ji)

ITEM , MATERIAL

APPROX. , TOTAL

NO. QUANTITY UNIT PRICE

~2 4 X4X16' 50 '2o.1S /0:::;7 ,SO --:-;:.-43 4 X6X8' 50 (I.. ,SO '8'2;5.= 44 4 X 6X 10' 50 ''I.;?;>, 0 l) It:5o.oO 45 4 X 6 X 12' 50 '2-:7,.00 tl:;-O.OO 46 4X6X14' 50 3<...\·)<) 112:5"·00 47 4X5X16' 50 '-tjl, '1.,}' '2-'-\ 1.1. -~ 48 6 X 6X8' 50 19 8 ,1, "L 62. -r,.s;O 49 6 X fiX 10' SO ~., • .::0 1~'So.(£) SO 6X6X12' . 100 LlSiS ti<;;IS·o0 51 6X5X14' 50 07:?:is 2("b'2.·SCl 52 6 X 6X 16' 50 53.7.S" "2.-tdo1.-.'P 53 8 X B X 8' 50 io?',tlO 51S0,ol) 54 8 X 8 X 12' 50 l'10,OD qSQo,oQ 55 8X8X15' 50 1"'10. au q~co,oO 56 8 X 8 X 18' 50 "2ob.OC lo.~OO .(C)

UIP1NE . 57 1 X 12 X 8' 100 \"2-- L.-S' \ 'ZO£..;(;. 00

58 1X12X12' 50 \("S-o g'2S_00 ~9 1X12X16' 100 '1J-\, SO l..u.: 'SO. GO

112 SPRUCE

60 2 X 4 X 92 5/8 PRE CUT 500 L\ . rID '2.0=.00 61 2 X4XB' 200 U ~')(J %OO,tf) .

62 2X 4 X 16' 100 1 \.00 L \ CD 'C:V

REDWOOD BEVEL SIDING-PRIMED

63 11/2 X 6 X RL, I 1000 I to' -(720 '20, OX> ~ 64 11/2 X 8 X Rl I 1000 I f<l ft'L <-\-" '2.4 OCD ~

HARDBOARD SIDING .r>

55 Il/LX 12 X 16' 200 J;J-tt""' ~ 111 &> 000""--~

HARD I SIDING PRIMED SMOOTH

66 5/16 X 8 3/4X 12' ZOO ~\,~o \'100 00 67 5/16X61/4X12' 200 /,(10 \400.CO 68 3/4X31/2X 12' 100 VI(~ 11 M) ll$'o,OO 59 3/4X51/2X 12' 100 \ \ 'ib, '1.-5' {8l..S-o:J

C GRADE OR BETTER BEADED CEIUNG T + G PINE 1-]0-- 1 X 4X 12' 200 -10 :t~' Lic\SO,oU

, i; .

71 lX4X15' zoo '2-,.9> <;"S'oo ,00

LUAN PLYWOOD

72 4X8Xl!4 50 '':;;$.00 5tO<5.'DC 73 4X 8 X 3/8 50 'S ~.oO '2:1;;;-0 ,C:D 74 4X8X3/4 50 it> ,--lI'O :?\Of).,~

I

ITEM MATERIAL

APPROX ..

NO. QUANTITV

BIRCH PLYWOOD.

75 4){8Xl/4 50 75 4X8Xl/2 50

77 4 X 8 X 3/4 50

T-l-11 EXTERIOR SIDING TREATED f>LYWOOD

78 14X8X5/8" 100

I Be TREATED PLYWOOD

79 4 X 8 X 1/2" 50 80 4X8X3/4" 50

'ffiE!mo SIDING

4 X 5 X 5/8" REVERSE BOARD & BATTEN 81 PLYWOOD TREATED SIDING 50

STAKES 82 2X3X24" lDO

83 Z X 3 X 36" 200

84 lX2X1B" 100

ROOFING

85 ROLL ROOF FELT 15# 50 86 ROLL ROOF FELT 301t 50

DOG EARED FENCE BOARDS TREATED PINE

87 1 X 6 X 6' 500

TOTAL AMOUNT OF BID

UNIT PRICE TOTAL

~Z-SD 3\1S.0D 1O"2--,~U .31..7-8" CO c,"2._g"J 3\""1.-S- 0"0

~.IS"' I ::>::;1$" ,aD

I

2<1.50 1,-\:"1&_oD 3'B:., :"'0 I ':\ /...:)~=

&'2.00 oleo .00

"2-. ::,.--0 soo,OCJ '1...,SO '? DO./X)

3.co ~Co.OD / ~

n-Sb -&:f1 tS 1;::. • tl<>·15 '/3?:;1. Sb

-LbO 1000 t10

,- '- ,-, $ . v _ I O'Ov'"""'""'

I

V

/ 7 )q

/

12. In the event that the successful bidder cannot furnish a specified item In the required time, the City of Kenner may purchase that Item on an emergency basis from the next lowest bidder, or available source, until such time the successful bidder has notified the City In writing that his stock has been replenished. The difference In price will be charged against the successful bidder of this contract, and evidence of purchases·and price will be provided.

13. Any questions pertaining to this bid should be directed to Susan Ferran at sferran (wkenner.la.us. No questions/inquiries shall be directed to the Department of Public Works nor any of its employees during the bid process period,

COMPANY ['lAME AUTHORIZED SIGNATURE

p·u. v&oY'- [DS2 '7 r -'? 5 \ .J. ,, __ --\:---. ADDRESS TITlE 3-zC; .-11

t::#1 i-"",,,G 'r reS LA t '" D <.( Y CITY, STATE, ZIP CODE

3: 9. 7 ':Z C\~ I/--t:=:\\ DATE ~

NICHOLAS CUSIMANO NOTARYPUBLlC

BAR #357331ID #139933 STATE OF LOUISIANA

MY COMMlSSION IS FOR LIFE

.. ,

On motion of Councilmember , seconded by Councilmember _________ , the following ordinance was introduced:

SUMMARY NO. 12,523 ORDINANCE NO. ___ _

AN ORDINANCE ACCEPTING THE RESPONSIVE BID RECEIVED FROM RICHARD REAMES TROPHY CO., LLC TO SUPPLY SPORTS AWARDS IN ACCORDANCE WITH SEALED BID NO. 19-6468 IN AN AMOUNT NOT TO EXCEED $15,694.05 FOR THE DEPARTMENT OF PARKS AND RECREATION

WHEREAS, sealed bids were solicited, opened and tabulated by the Purchasing Department on March 27, 2019 to supply sports awards; and,

WHEREAS, it is the recommendation of the Director of the Department of Parks and Recreation that the responsive bid received from Richard Reames Trophy Co., LLC be accepted; and,

WHEREAS, funding is available in Account No. 0015000-5732.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the responsive bid received from Richard Reames Trophy Co., LLC to supply sports awards in accordance with Sealed Bid No. 19-6468 is hereby accepted.

SECTION TWO: That an agreement between the City of Kenner and Richard Reames Trophy Co., LLC in an amount not to exceed $15,694.05 is hereby authorized.

SECTION THREE: That the Mayor of the City of Kenner is authorized and empowered to sign any and all documents as may be necessary to give this ordinance full force and effect.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of _______ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

158

E. "BEN" ZAHN III MAYOR

Dale: March 27, 2019

CITY OF KENNER OFFICE OF FINANCE

MEMORANDUM

To: Chad Piffield, Director of Recreation

From: Michael T. Wetzel, Chief Financial Officer I'i?-Re: Sealed Bid 19-6468 Contract to Supply Sports Awards

MICHAEL T. WETZEL CHIEF FINANCIAL OFFICER

Attached is a copy of the bid tally sheet and bids received, regarding the above referenced subject. Please review and forward your recommendation by selecting the appropriate box below.

The responsive bidder is Richard Reames Trophy Co., LLC with a total bid of $15,694.05. If you are recommending this vendor for award, please mark the appropriate box below and return to the Purchasing Department. Since the amount is over $5,000.00, Council approval is required. Therefore, your department will need to prepare the necessary legislation.

If for any reason the lowest bid is not recommended, please mark the appropriate box below and furnish the Purchasing Department with a detailed explanation of your justification for the recommendation. The Purchasing Department will then review your submitted recommendation for appropriate action.

Should you have any additional questions or concerns, please contact my office.

TN/sf ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••

~~. Accept Lowest Responsive Bidder

o Reject Lowest Responsive Bidder

Recommended Vendor: _~_~ ________ _ (Explanation I\1fliSTse, Attached) /f

/-,. ,.'~'A~'/ \l ;\ ,J i ..... Approved: V~~ '-"\ \,..l \;Y\\./ ",-(

, Director''>;:. \ "~ '\ /"

CC : Diana Long>,ssistant'Director Bonnie Moran, Office Manager

OFFICE OF FINANCE' 1610 REVEREND RICHARD WILSON DRIVE' KENNER, LoUISIANA 70062' OFFICE (504) 468-4049 • FACSIMILE (504) 468·6632 • WWW.KENNER.I.A.US • EMA1L: [email protected]

2/5/2019

Good Morning, BONNIE

Current Date: 2/512019 Current Time: 11:19:41 AM

MENU New Bid ReQuest

New Purchase Reguest

Unsubmittcd! Bids PUl'chases

Unapproved: Bids Purchases

Submitted: Bids Purchases

Closed:

Searc1l:

Bids Purchases

Bids Purchases

Regucst Status

Confirm a Shipment

Email Purchasing

Questions/Comments

Logoff

Back to Main Menu

City of Kenner Main Pag~

Detailed Request Information

Purchasing Department

Detailed Request Information

This Request is in a hold status until it is approved by a supervisor. Once it is approved, it can be processed by the Purchasing Dept.

G enera lR equest Information Request Bid Dept. Ordered Bid Bid Entry Bid location

10 # # By Type Est. Cost Oate Open Acet. # # Action Date

31729 5000 BONNIE Conlract SSO,OOO.OO 2/5/2019 0015069530860 50 tfIDi MORAN 10:54:34

AM

Request Case: HACCOUNT NUMBER WILL CHANGE TO 0015D005732u PLEASE TAKE THE NECESSARY STEPS TO GO ON BID FOR A FOUR YEAR CONTRACT FOR AWARDS FOR THE DEPARTMENT OF PARKS AND

RECREATION. PLEASE FEEL FREE TO ADD ADDiTIONAL VENDORS TO BID.

Suggested Vendors VendorlD Vendor Name Contact Pers'On Contact Phone # Contact Email Action

1M3760 MARY REAMES RICHARD REAMES 504·469·9111 .l'IDi RICHARD REAMES TROPHY CO.

1002590 JEFFERSON TROPHIES GINGER SMITH 504-835-1352 tfIDi & AWARDS

1301700 MALCOLM FABER MELViN FABER 504·821-5711 .l'IDi TROPHIES, INC.

I Add Suggested Vendor I

liTO approve this request, click here.11

Back to Kenner Purchasing Main Pag~

hltp:J1secure1.kennerJa.usIKPURlRequestlnfo.asp?BidIO=31729&PRID=&SType=&Action=SubmilRequest&tempDate=&AutolD;:;&ShlpAclion=&RTyp._. iIi

CITY OF KENNER

DEPARTMENT: PARKS & RECREATION

BID DESCRIPTION: SPORTS AWARDS

BID OPENING DATE: MARCH 27, 2019

VENDOR

REAMES TROPHY CO. JEFFERSON TROPHY CO. MALCOLM FABER TROPHIES, INC.

Isf

BID TALLY SHEET

TOTAL BID

$15,694.05 No bid No bid

BID NO .. 19-6468

lZl Sealed Bid

o Telephone Bid

o Letter Bid

COMMENTS

..-

·E. "BEN" ZAHN !II· ¥/;I.YOR

FEBRUARY 27, 2019

RE: SEALED BID 19·6.468

DEAR BIDDER:

CITY OF KENNER OFFICE OF FINANCE

lvlICHAEI, T. WETZEf. CUm)? ~TNANClAJ. OFFICEI~

ATTACHED PLEASE FIND THE FOLLOWING BID PACKAGE FOR THE OITY OF !<ENNER CONCERNING:

CONTRACT TO suppL YSPORt AWARDS ON AN AS NEE;DED BASis

FOR THE DEPARTMENTOFPARKS~ RfOCREATION FOR rHE CITY OF KENNER

PLEASE REVIEW THE PACI<AGE AND II'tSURE ALL NECESSARY FORMS ARESIGNE'D AND RETURNED PER T!iE BID CHECK liST .. SHOULD yoU HAVEANY QUESTIONS RE.GARDING THE PAOKAGE, YOU MA YQONTACT THE FIRE DEPARTMENT AT(504) 46!i~7261, BETWE;EN THE HOURS OF 8:30 AM. AND4:30 P.M. DAILY, EXCEPT SATURDAYs, SUNDAYS AND HoLIDAYs •.

BiDS WILL BE RECEIVED UNTIL THE HOUR OF 9;45 A.M., WEDNESDAY, MARCH 27,2Q191N THE fiNANCE bi"pARTMENT, 1610 REV. RICHARD WILsON DRIVE,8QILpING 6, I(ENNER, LOUISIANA

.70062 • .BID$ RE;CElilED AFTER THI8TIME WILL N"oT BE ACCEPTEP,BI08WILL BE OPENEO THE SAME DAY ANbREAD ALOUD; At 1():OO A.M. IN THe: AUDITORIUM, 1610 REV. RICHARD WILSON DRIVE, EWILDING D, KENNER, LA 761)62. ... ..

SINC~' R~ti~, ) . _# L .L7" '._.-

\'1) ~J_.7 . !".-"~ /

MiCHAtI.T WErZE'C' CHIEF FINANCiAL OFFICER

!M

ATTACHMENTS

. OFFICE OF FiNANCE' 1610 R!\VI~RBND RicHARD WILSON DRIVB' .KENNBR, LOUISIANA 70()62 OFl'ICB(504) 468-4049 .1'ACSIMILE (504) 468-6632 • \VWW.I(~NI'IBR,LA.lJS· F,Ml\lT.: [email protected],LA.us

! I

Bid No. 19-6468

INVITATION TO DID

CIl'Y OF KEjI[Nl):R I'!NANGE OE.PARTMENT

1610. REV, R.lCHA.RO WILSON OR)VE J<ENNER, LA 700.62

50H6B-7261

Bid Description: Contl'ilct to Supply Spoi't AlVnrds Oil All As Needed Basis Bid Opc)1ing DateL Wc(lllcs<lay, Mil'clt 27; 2019

L,\ TE illl)S WILt, NOT nE AC.CEPTIiD

.NOTE: OI'lL,\:, ONE (1) BID PERVENDORISALLOWED. ONLY mos WRITTEN IN INI( OR TYPEW~ITTEN, AND PROPERLY SIGNED IlY A MEMIlER OF THEFJRM oil. AUTHOlUZlm REPRESENtATiVE, WiLL IlE ACCEptED.

INSTRlICTlONS.FOil. BIDDERS TIlE FPI,tPWfljC INS'!'l.mCTJONS APPLY TO ALL BIDS

ALi. BlD1; SI)BMI'ITBD ARE SUBlECTTD THESE GENERAL CONJ)I1'IONS, APDITIONAL REQUIREMENTS, AND ANy SPECIAL CONDITIONS AND SPB.CIFICATlONS CONTAINED HEREIN, ALL OF WHlCH.ARE MADE PARt OF THE.BID PROPOSAL,

RESPONSE TO !NVITA 'nON: Bidde .. , who are unable to bid all. this request, are asked to state YOtH' l'eaSOl1 fOl'l1ol. subm·itt,inga bid otrthe Bid Forln .001d retu1"1l the salii~ to tilisortico befOl'ebid bpen/ng dote, Failure to do so may result in "yQttJ' Iirilllo-beJilg"l'el11,OVt;c! fi'om the ve.ndoi'list .

QuostionsGn this bid • .reto b~ faxed to (~Q4)468·-6658 ol'o-Iliail",! ti)[email protected];ilS no litteJ'thol\FlVE(5) wOI'~ing days pdq!, to bi(\openhlg, Please l'efel'(;11CO bid IJUmbe,' in.11 requeits,

Any corrections to portions .of the iii,] [ol'm tllat lite. cOJllpletCl1 hy tho J)i<1,lel' iililsf be iliitinled,

The Cily qfK"Jlner reserve.s thedghtto accept 01' reject any"nd alLbids, il) whole or in part,.nd waive informalities, However, the provisions ana l'C<jlli;'emcllts of tile LOuiSiana P,)blic Bid l~w, ihose stated ill tite:advertiseineJ)\ foJ' bids, tllQse pWyided irL(he bid roj:!i! Md '''fitton specificatio,)sshaH IIOf beconsiclel'ed as informalitiesattdshallnot be waived by-the City ofXenne}', .

The City ofI<enlwnvlll accept one pricefol' each item olije~s othel'lvlse indicated. Two 0" mOre jJl'icesful' one ite,n will l'es.lIlt hi bid l'ejection, .

Who}'" bfalld ·name~ ~.,\d stock Illilnbers ~r" specified, it i"fol'thopurpose of establishing cel'tain nijjJinllllJlst<l,\dards of quality, Bids liltly!>e submitted fol' products ofc.qual quamy provided brand nallles an<lstock lIumbers'are sjJecified, CompJeteprod\wt dilta of c'lualpl'o<i(lcts maY be l'equil'e,l pdOl' II> a\YOI'd, -

A!ll)\fi!eiial" and/o!' products mOs! he new alld of currentmallufacturer, unless otherwise stated, Any product 01' service hid·shaHcorifol'm to all applicable t~dera! and staie laws and \'egutation" alld thesjJecificatiollS c!!ntaineq in the soJiCita!ii)fl,

Preference·is 11ere~y givento matedals, supplie.sand provi$ioJ1$ pl'oduced; lilan\ifMtuI·ed 01' gf·owli iii Lo\lISlalliJ, Ql!!\lity .Ileing eql!aitb itl1ic!es offered by GO'I)!!.,,!itoi'. o\,tsidethe state, Veilc!O\'ihi,streqllestthis preference (LSA- R, S, 38:2251-2261), . . .

A WARD or CONTRACT: TheClty oflCclIliel' r~ejYeS the right Ip&\vard contracts PI' place ordel:s with the lowest responsive bidde'~ on a 11llllp sum o,'individual item basis or such combination as shall in its ji,(!gmen(.be in tho best interest of tho city, Awards wm be b~$ed oil cOlllpllilnco with the spec.ifi"otiQns and the. delivery and/oi' compleHon date,

All ol'ders/sel'vices nl!!st be delivered/provided within the time specified ill the Bid SpecificatiOnS,

PRICES: All prices shilll be qllotedi'l the lin it of ll\oasW-e specified, ane! \llIleSsOthetwisospeeified, shaUbe exclusive.of SWe and Pal'ish taxes, As pel' LSA.RS 47:30 I et seq,,· all goverllmental bodies are excluded from paY1llcnt of solO!; taxes to any Louisiana loxingbody.

Pagel 10(3 RBV.02/[1

Freight chm'ges shbt,ld be iLlcluded in total cost when quoting, If not qUQ!ed FOJ;j OELIVERED, fl'e;ght imlSt be qUQted asa sepatate item, Bid Ill.y be drsqualifi~d ifnol quote(i FOB DELIVEREO 01' iffrcigbteharges are not indicated 011 bid form.

Quantlties listed are fOl' bidding purposos only, Aet~alteqllitcll1enls may be illOte 01' i~s thau quantities listed,

The. City of Kenner rcguires a firm price, unless otlrerwise stated,

In case of Un eXlcilsiOlI a)'ro)' tlw miit price ~hall preVail.

Ali bids.silbmitted shalltemain binding and may not be withdrawn for a 1,el'iad offol'lycfiye (,15) d~ys aftet th~ scheduled closing date fOl' re¢eivili& bids, .

C;ANCELLA nON OF CONTRACT: The City ofKenlle), reserves tbe dghtto cancel all 01' any part if.ilot shipped promptly, The ol'del' must nat be filled at a.higher p\'icc (luillquoted, .

'The City of Konn.ol' reserves tho righl to cancel nny conlract at auy time and fot' aliy reas"il by issuing a TB:lRTY (30) day. written notice to fhe conU'f1c.l9r. . .

MISCELLANEOUS:' For good cause and as consideratioll fal' executing a hindh.lg contract with the City ofI~elltrei', vendol' conveys, sel1s'assigrts and trallsfet's to City \lfKeimor 01' its assigns all dghts, title and interest in and to aUeanses of action it may nov.' 01' here"ftel' aC'ltiij'e lindel' the nntill'llst laws of the Unites Statc~ and tbe :State of Louisiana, .. olating to thepartieul.!' good 01' servieespurchaseei 01' acquired by Cit.\' o[Kennel'. ' . ,

DiddelS agree to abide by the reCJllil'el\l~n.t~ ofthe foHowing as applioable; Title VI allel VII ofille Civ.illUgh(s Aotaf 1964, as .)i]ended by the Equal Opportllhity Act ofi972,l'edomi Executive O':dei' 1124/i,tllO Fedeni/ Rehabilitation ACt of, 1973, as amended, the Vietn~mBi'a, Votel'a]i" 1,1.ea9justii)elitAssisthilceActaf 1974,Title IX orllre Education Amendments ·of 1972, Ihe Age Actor 1.975, and eOllo'actor agl'eesto abide by the r~quirements oft"e Amed<;ilnswith DisqbllitiesAct of 1990, ,BidderaIso agrees not·to discl'imrna!o in its enlployment practices, a.nil wilt I'elldei' ,erv;oil> linderthis contrael.without regard to race, coJo,r,:l'eligiqn.;. sex, 'scxua'J b:l'tentatioil, _llatioi1al.ol'igil1~ veterall status~ voHtical affitiation, Ol'df~ab1Hf~es. A!lY aC.t ordiscrimina/ioil commilted by biclcl~r, or failure to comply with these'Siatutory obligati()lls wlien aijpJicabJo shall be grounds for termlnatldn of thIs coHtmet.

New cqllstnwtion or )'e'llovation projects lUust comply with Section ,504 of lhe. 197~ RYha~mtation Act, a_s ·a.1rl~ncl¢d> ,in. accordaneewHh the Americall Nalio".l Si.ndrird Ins(ittlle'sspceificWOlIs (ANSI A 111,1-19(1),

ADDITIONAL REQUIREMENTS FOR. TIDS BID

LAU aWilrds in oxccss'6f$5000 fOl' label' and malerialswiIJ be redtleedto a formal contract andforpl1rchase order,·

2,For alHnml contracts only, biclsli1ll~t be. aC,caltljJanied by bid secul'lty ii]. th.e.f<:mrt ofa ",,,tified check, easliiel"s check, 01' hid bonei, jlayitblc fa the city 6fKen~ ill lhcamotlllt of$SOO,OO, Failure to comply will eause yOl1l' bid to: beilOl1-1'0'sponsive. . .

.. 3. By Sigll11'!l Ihe bid, lhe biadej' certifieS COlllpliance with all instructions for bidders, terms, general calld;tions and specifications, and furiher certifies that,the person signing the bid is a elll'l'enl corporate officer, p,artll,ership meinbel' 01' oth~dndividual; 01' that (1)e persOIlis all in!livlcitlal authorized to bind th:e "elidor company, If the bid exceeds, $25,000 and Ihe bidder is a)l agoncy, d01'poi'ation, paltnel'ship, orotherlell"1 eillily, the pres'dellt; ylcq-pl:~kleilt, ' " secretary/treasurer, or an ~uthodzed agent, shall signlhe.jil'oposai,;aild sati~factoiyeytd.qnceofthe aut)H;rl(y ofthepel~o'n signli)g for theagcn~)', COlporatjon, pi)rtilership, or olll6l: legal entitysit.aH be attached to the proposal. "Failure to iu.lu,] •. n copy ofthe appropriate signatill'e authol'iZRtioli, if required, illay resul( in the I'ejectloil ortlw Ilia IIllless bid(ler has cOlupiied Wlth La,.n,s. 3S,Z212(A) (1) (C) (jl'L~.R.S, 38:2212(0)." '

4, All bidders for tlte cOilt,,"cts for pureltase of materials and supplies audioI" i'umisIl aueI instnil.;nilSt cQlI)Plet.e and submit with (hell' bia the "Biddel"s Slatem"nt ofl{oll-ColliJS'on" flOI'm u((aclted hereto,

Page 1201'3 REV, 01112

I I

~, l'P'LiI, 1(,;', 38:2222 eflell ,lullIge o1'llel' tQ n plib/i~ WQJ'ks contl'ltc.! ~i' 111 II CQ/1/1'twI/Ol' 111i1(2ril1lr (illl! ,Yfljljilles ",!tick {((/(l,; itil (111101011 of tell percent or more ofille or/gina! COil tract amount alJ(! which ([(lfiifiollfll (IIIIO/Ittl is al. feast tell

thOI1Sal1i/ dQ'lill,'.s!w//berecol'i(et! il! Iile MiH'fgiige Ojfice of ITte Jeff'!1'sol1 fari""l Cled, <ifCl)l1l'l.

THESE GENERAL SPECIFICATIONS ANDINSTRUCTIONS FOR BIDDERS lIA VE:BE:EN REVIEW.ED AND ARE HEREBY ACKNOWI~EDGED AND AGREED UPON BY VENDOR. ,FURTHERMoRE, VENDOR HAS READ AND HEREBY ACI<NOWLEDGES ANY AND ALL INStlRAI'ICE REQVn~Elv'lJj;NTS ATJ'ACHED HEREm Tl:Ilsnm AND HAS FACTORED sveR CoSTS INTO TOTAL BIDPlUeE; . .

Thi$ bill nlust be sigiled hyan R(Hhol'ized repJ'esclltative of the CGlnllany/fll'lIl fo.!" hid t(> he valid. Sinin iluljcates· ou have !,cad .an<i com I Witll the in.stl'lletlons anei conditiolls.

Page por3 REV, .02112

! I

r I !

I

Sid Form. and Speyificatiot)s For a foUl' (4) year coritract to supply

Awards for the Depal'lmeritof Parl(s 8; Recreation

Warning to bidders; bidder should complete every item described in detail In the "Specifications Description" section by either ent.1.rlng' a checl< ,marl< in the &Pilce provided to indicate ihe item being bid is exactly as specified, or enter the brand name/manufacMer along with the stock number and attached a product data sheet on MY proposed equal item(s). If additional space is reqlliredto, descrIbe attach to bid reqllest,

Failure to provide any deviation from the specifications shall result in the b,id beingreJeoted as non-responsive.

These speCifications should 'be execlltedin accQrdancewith the above instrUctions and returned with the bid.

Speoificaiion Description

The City of Kenner Department of Parks and Recreation requires that the listed awar.;lsbe on:!eredas specified. The materials shall be new, current manufacture or approved ,equal. Any variatiohS ~rl'm the specilioatkmsmllst pe handled as outlined .. bove.

Bid Information

The City of Kenner Department of Parks andReoreation requires delivery Of listed awards per sport within (2) weeks of receipt of order. II thereafe any qllestlonspertlnentto the bid, please do not hesitate. to contact Chad. Pitfielcl, Directoroi Parks and Recreation @ (504) 461l-7211.

Pagelof4

"

BID FORM-AWARDS FOR PARK$& R!"CREATION

DESCRIPTION QUANTITY

Football, Basketball, Volle\[ball, Bouhcebali, Baseball & Softball

\/ Players Plague p'x7x3/4' ttlick. . . . 900 Plaques shaHpelegend wood <it eq~aJ. Plaquessball be (Gh"rnpiqns) C'o!1lpletefy finislled (ront, l>aG~ and slqe wilh wood grain . finish. gOO (Runner·

• All pfaqlles will haVe shiny gold plateengraveq ups) With

Sport logo. ~ge. league, year and KP.R,D. Must have the wordsCha!)1plonsor rUnner·llp on eaCh plaque. . • Vendor shall supply all tools. materials and

equipinent necessary to provide awards·as per specl(Jcat!ons.

• Vendor wifl box all aWards by teams fer easy access andte avoid problems of sorting.

• Deliverywill be made within two (2) weeks of issuance of order.

• Spe<;ificati9n~ may Include Invll.allanal / Tournaments that nnay require plaques. CoathesPlague 8"xl0"x3/4" thick 400 (Championship or Runner·Up)

Should be legend wpod or .equal. pl"ques shall have shiny g"ld plate with engraving. Will have either Champions or runn"f-up on each plaque, age division. year .and K.P.R .. b. Must have the words Champions or runner·up. on 'eacli plaque. • Vendor shall supply all tools, materials.antl

equipment neCeSSf{fY to provide ,awards ",S f).Sf $pecifica!ior1!i. .

• )lendor will box all.awardS by {.eams for easy ac.c$Ss?r1d to. avoi.d ptobiems 01 sOfling.

• Delivery will be made within two (2) weeksof issuarice of brdet .

• . Speclfications may Include Invitational Tournaments that may retilli!e plaques,

. (jNIT TOTAL PRICE

.

.j, 5: 15- ;t '/635:66

/> :), /5 $ '-Ito 8 S; DD I I

I

6'1,5D ~ 6C){XhDO

Page 2 of4

L/8, po

as 75

--

/89,00

Page 3 of4

General Provisions

1· All terms, conditions and prices will remain unchanged during the length of this contr?ct. .

2, All terms, conditions,andprioes will remain unch~mged during the length ,of this contract. This contract wlli be valid. from the date the contract Is signed by all parties lIntii December 31,2023.

3. Quantities are for the purpose of calculating \.Init price~ and do not necessarily reffect actuaLquantitles to be purchased. Th-e City viHi be billed only for the actual merchandise received. In case ofal1 extension error, the unit price shall prevail.

4. A Bid Bond, Cashier check or Certifiedch~bl< in the amouht of $500DO must accompany the bid documents.

5. Bidders are asked to bid on all ilems since aWards may be on an all or none· ba"ls,

6. ihis contract may be oanceled on thirty (30) day writteh notice of either party fot specific non-peiformalioe of Gontractspecifications.

7. Failw'e of the suqces$fl,lI bidder to comply with the t"mns of these specifications may Result in Orie {1) immediate termination oHhis cohtract by the City or I<enner,

8. Wndor shaH sllpply aU tools, materials and. equipment necessary to provide awards as per specifications listed.

9. Vendor will pox all awards by (€lams for easy access and to avoid problems of sorting.

10. Deiivery Will be made within (2)Weel,s of issuance of order. Order$ are to bein written form only and from the'DepartmE)nt of Par!<s and Recreation.

11. Lettering &, engraving shall be of tlie highest Clarity-hazy or fuzzy lelterlng il3 riot acceptable,

12. Each aWard shi'lH be wrapped by age clivision 9nd sport, vendors choice of wrapping tQ prevent scratching and other damage prior to delivery.

.Page40f4 I

BlDDEi<'S STATmMEl'iT OF NON-COLLUSION

As a Pl'OPOS¢1' Ol'pl'ospective p):6p6Sel' to tlte City of Kennel', alld as a condition TIrrcontinlling to suomit bids to thcCily ofKcnner fo): lnatcrlals, goods mid supplies; lhereby ccrJify tliat: ..

. ',."_" . 1, I have 110t coI!u.ded with allY employee 01' elected or appointed official of

the City ofKelliler in ailY way inthepl'eparatioll 01' submission ofn1Y proposal.

2, .No eniployee (ll' elected or appointed official of the City ofKe)lli(j1' will receive ~ny!hing (If econonricval\1e frmu me 01' my company, either directly or indirectly, if I mu the successfllilow 1JI'Opose1' for the sale. to the City or Kenner' oflllaterfals; goods 01' silpplies,

This statement shall be eomiklercd as on-going.for as long asT continue to submitproposalsto the city ofKeiliier foi' matei'iaJs, goods and snppiies, Should it be determined that the slateiuenls mudeherein ate fillse, I understand that I Will be ineligible to submitaily future Pl'oposa13 With the Dlt); ofK()l1,ner,; . .

. J;~/P ;iJ.n'/!/l1'fS, A£/!1tJiZl/J/ j)/vl. ADDRESs J t; /n:1I

/t1.A1MC:rL, J'0/f, 'lOOk,;:;', CITY, STATE, Zip CODE

3/9.8

NAME OF ABOVE (PLEASE PRINT)

==--~_ •.. _ .. ct-;-,--~--"j,--'.c/Z-'.· ,~~h j; 1 TITLE DATE

I

IV ()-F- /I-pp)j -In, t)ul~ LYcIS;/7c;>5 CoiL/oft oj,,;j;o,=- < L)._ (!< /VoflJ<

COIlPORATE RESOLUTION

EXCERPTI'IWIYi MINUTES OF MEETING oFTHf. BO;\RDOF DIRRC1'ORS OF

ATTHE MEETING of DIRllGTORS Oi' .~ _______ ~ . .INCORPOIVUED, DULY NOTlCEDANR

HEW ON _______ ~,2d~ A QUoRUM BEING TifEirn,PRESEN'r,ON MO'rIONDtJL Y ~1ADll AND

SECONDED, IT WAS RESOLVED, TlJAT ___ -~-__ ---_ BE AND IS 1!!:lREBY APPOIN'.fllD,

CONSTITUTED AND DFlilGNATEDAS AGENT AND ATTOIlNEYCIN FAG!' orTflE coitpoRkhoN WITi-l.pliLL·POlVllIt

AN]) AUTf{ORITY TO ACTON BEH.AI..\' OFTAIS COR)'ORATlONIN Al,-l,NEGOTIATIONS, BIDDING, CONCRRNS AND

TRANSAGTIONS WITH THE CITY OF KENNER OR ANY OF J'rs AGENCmS, DEPARTMENtS, EMPLOYEES OR AGENTS,

INC;!.UDING BUT NOT UMITED TO, THR EXECUTION OF AV, BIOS, PItOPOSAl.5,PAPERS; DOCUMENTS,

AFFIDAVITS, BONDS, SUREi'i'ES,.CON1<.RACTS AND ACTS. AND TO REClllVIl AND RECElPT'l'I-iEllIll'ORE, ALL

P\lI~CHASB ORDERS AND NOTICES ISSVEIl PliRSUANrTO THB PROVISIONS ON ANY SllCl! BID, PROPOSAL, OR

CONTRACT, THIS CORPORATION HEREBY RATIFYING; AppROVING, CONFIRMiNG AND ACCEPTING EACH ANP

EVERY SUCIlAGT PERFORMllDEY SAID AGENT ANDATTOIU'lEY -IN-FACT.

I HEREBY CERTIFY T.HBFOREGOING TO BEA TRUE AND CORR.ECT COpy OF AN 8XERh' OJI :nIl; ~lINLJrES OF 'ri Ul ABOVE DATED MEErING ()JfTIlE MARD OF OJRECTORS OiSAiD CQRPOltATION, ANDTfJE SAME !-lAS NOT .1l[lEN RI>YoIOlP OR RECINPEJ)<

Sf\CRET t\ RY

DATI;

~;:U;A("'''AA'''2~MJ>@\f"""~$%ld"j¥<'''"?ifJ$i.)¥M;\''J@M'i'?t,I;ig;in''''.'"M?®::''·:~+'''''-j.,b"''\""@mj·i.i""'~"'"'*i!t~@1¥VM.g'l"HI;\?Ptt~.i;o~p1§f",*igt.!l~m;W~r;·W'i .. \ # .. fr$@'#I#N#",hm." .. ,;@jY:~*.:i r. CASHIER'S CHEdfh: ~~~. 118806965 ~I

I ' ~ ta· ,s I ~" March 1.9, 2019

w ORDEROF ' .'. . $ '.

'"

~ 654

'I~' 'PAY TO ,THE ,CITY OF KENNER $500.00

i!'i ""Five HUllaredDollarsand 001100'* . ,

I' '1

1': I RICHl'iRD REAMES JR*VitS' ~ .'. .' t' """\ :

"I REMITTER BY c ., .. > ' ~'S>~ %.1,l'~ , ADOR~SS , AUTHORIZED §KlNATURE 0 -<" ~ 0 .-

,

!

.' , ;' ,ii' ~,.aaof'!,!JJ;5Ii·, .:01;'51.00 ~53.1: 2051;1;0 t .aa-II' . , "

~,;,.".,--.-.-... -,--- ,,-_._--- -.-;----~'--------

RICHARD REAMES TROPHY CO 1210VETERANS MEMORIAL BLVD SUITEA' . KENNER,LA 70062

CITY OF KENNER FINANCE DEPARTMENT·

. ·1610 REV. RICHARD WILSON DRIVE 'BU~LDING D KENNER, LA. 70062

BJD NO. 19-6468

Delivered By Hand.

,------ r;::> (f!> 12; U" n I""'I~ I ,~ iE:; \1:; g; ~ .. WI1=' 0 j U\l IviAR 19 20i9L:::J

Gt;;;I, 6'

CiTY OF KENNER FINANCE DEPARTMENT

On motion of Councilmember , seconded by Councilmember _______ , the following ordinance was introduced:

SUMMARY NO. 12,524 ORDINANCE NO. ___ _

AN ORDINANCE ACCEPTING THE RESPONSIVE BID RECEIVED FROM LAMARQUE FORD, INC. IN AN AMOUNT NOTTO EXCEED $162,460.55 FOR THE PURCHASE OF ONE (1) F550 REGULAR CAB CHASSIS AND VERSALIFT VST 47 AERIAL PLATFORM AND 1,000 JIB WINCH IN ACCORDANCE WITH SEALED BID NO. 19-6472 FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, sealed bids were solicited, opened, and tabulated by the Finance Department on April 3, 2019; and,

WHEREAS, Altec, Inc. and Nesco Sales & Rentals have been deemed noncompliant to the minimum specifications; and ,

WHEREAS, it is the recommendation of the Deputy CAO of Public Works that the responsive bid received from Lamarque Ford, Inc. be accepted; and,

WHEREAS, funding is available in Account No. 3693037-5950-1486.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the responsive bid received from Lamarque Ford, Inc. in the amount of $162,460.55 for the purchase of one (1) F550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Jib Winch in accordance with Sealed Bid No. 19-6472 is hereby accepted.

SECTION TWO: That the Purchasing Department is hereby authorized to issue a purchase order to Lamarque Ford, Inc. in the amount of $162,460.55.

SECTION THREE: That the Mayor of the City of Kenner is authorized to execute any and all documents as may be necessary to fulfill the intent of this ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the ___ day of ______ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

15C

E. BEN ZAHN TIl MAYOR

Date:

To:

From:

CITY OF KENNER DEPARTMENT OF PUBLIC WORKS

MEMORANDUM

April 10, 2019

Michael Wetzel, Director of Finance ,. () ~ Thomas Schreiner, P.E., DCAO of Public work~

THOMAS SCHREINER, P. E. DEPUTYCAO

Re: Sealed Bid 19-6472 Purchase of one (1) F550 Regular Cab Chassis & Versalift

Please take the necessary steps to reject the below bidders based on the following:

• Altec Industries, Inc,-noncompliance items: horizontal reach, 2 piece extending jib and hydraulic reservoir

• Nesco Sales & Rentals-noncompliance items: horizontal reach, 2 piece extending jib, sine inverter, hydraulic system

TS/rd

cc: Susan Ferran, Contract Specialist Christine Calamari, Executive Coordinator

DEPARTMENT OF PUBLIC WORKS '1610 REVEREND RICHARD WILSON DRIVE, BUILDING D,· KENNER, LOUISIANA 70062 OFFICE (504) 468-7515' WWW.KENNER.LA.US·[email protected]

E. "BEN" ZAHN III MAYOR

Date: April 3, 2019

CITY OF KENNER OFFICE OF FINANCE

MEMORANDUM

To: Tom Schreiner, Deputy CAO - Public Works

From: Michael T. Wetzel, Chief Financial Officer ?.J}-

MICHAEL T. WETZEL CHI EF F I NANC I AL OFF I C I!:R

Re: Sealed Bid 19-6472 Purchase of One (1) F550 Regular Cab Chassis & Versalift VST 47 Aerial Platform and 1,000 Jib Winch with Service Body or Functional Equivalent

Attached is a copy of the bid tally sheet and the bids received regarding the above referenced subject. Please review and forward your recommendation by selecting the appropriate box below.

The lowest bidder is Altec Industries, Inc. with a bid total of $142,472.00. If you are recommending this vendor for award, please mark the appropriate box below and return to the Finance Department. Since the amount is over $5,000.00, Council approval is required. Therefore, your department will need to prepare the necessary legislation.

If for any reason the lowest bid is not recommended, please mark the appropriate box below and furnish the Finance Department with a detailed explanation of your justification for the recommendation. The Finance Department will then review your submitted recommendation for appropriate action.

Should you have any additional questions or concerns, please contact my office .

••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••

o cJ1l'

Accept Lowest Responsive Bidder

CC : Jimmy Dennis - Assistant Director - Public Works Christine Calamari, Executive Coordinator Roxane Driscoll, Contracts Specialist

OFFICE OF FINANCE' 1610 REVEREND RICHARD WILSON DRIVE ' KENNER, LOUISIANA 70062 OFFICE (504) 468-4049 • FACSIMILE (504) 468-6632 • WWW.KENNER.LA.US • EMAIL: [email protected]

CITY OF KENNER BID TALLY SHEET

DEPARTMENT: PUBLIC WORKS

BID DESCRIPTION: PURCHASE OF BUCKET TRUCK

BID OPENING DATE: April 3, 2019

VENDOR TOTAL BID

TRUCK & TRANSPORTATION EQUIP. No bid VERSALIFT SOUTHWEST No bid LOUISIANA LIFT & EQUIPMENT No bid KENWORTH OF LOUISIANA No bid LAMARQUE FORD, INC. $162,460.55 ALTEC, INC. $142,472.00 NESCO SALES & RENTALS $156,150.00 CRESCENT FORD $165,889.00

/sf

BID NO. 19-6472

!Xl Sealed Bid

D Telephone Bid

D Letter Bid

COMMENTS

O~==~,~-=~-=~ ~=~_~=~~, .. _. ____ ,, _____ ~,~_~_. -·--~~~~~~CO='"~'L -_~_~. ____ -=~.~ -~~,~ -" ___ ''' __ ~ ____ ~_~~_ .. _. _,_~" ~~""-.~ __ ~_ .. _

E. " B EN" ZAHN III MAYOR

CITY OF KENNER O FFICE OF F INANCE

EMAIL AND POSTED

MARCH 11 , 2019

ADDENDUM 1 SEALED BID 19-6472

M ICHAE L T . WETZE L C HTEF F INANC I AL OfF'l C~ H

PURCHASE OF BUCKET TRUCK PER SPECIFICATIONS FOR THE CITY OF KENNER

PUBLIC WORKS DEPARTMENT

BY WAY OF THIS ADDENDUM, PLEASE NOTE THE FOLLOWING CHANGE:

1. NO BID BOND WILL BE REQUIRED FOR THIS BID.

END OF ADDENDUM 1

OFJi'ICE OF FINANCE · 1610 REVEREND RICHARD WILSON D RIVE · KENNER, LOUISIANA 70062 OFFICE (504) 468-4049· FACSIMILE (504) 468-6632 · WWW.KENNER.LA.us · EMAIL: [email protected]

I I I

I I I ! I

I

I I I

E. "BEN" ZAHN III MAYor~

MARCH 6, 2019

RE: SEALED BID 19-6472

DEAR BI DDER:

CITY OF KENNER OFFICE OF FINANCE

MICHAEL T. WETZEL e HrEt,' Ii'lNANClflL OFF[CI~I~

ATTACHED PLEASE FIND THE FOLLOWING BID PACKAGE FOR THE CITY OF KENNER CONCERNING:

PURCHASE OF ONE (1) F550 REGULAR CAB CHASSIS & VERSALlFTVST 47 AERIAL PLATFORM AND 1,000 JIB WINCH WITH SERVICE BODY OR FUNCTIONAL EQUIVALENT

FOR THE DEPARTMENT OF PUBLIC WORI<S FOR THE CITY OF KENNER

PLEASE REVIEW THE PACKAGE AND INSURE ALL NECESSARY FORMS ARE SIGNED AND RETURNED PER THE BID CHECK LIST. SHOULD YOU HAVE ANY QUESTIONS REGARDING THE PACKAGE, YOU MAY CONTACT THE FIRE DEPARTMENT AT (504) 468-7261, BETWEEN THE HOURS OF 8:30 AM. AND 4:30 P.M. DAILY, EXCEPT SATURDAYS, SUNDAYS AND HOLIDAYS.

BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M., WEDNESDAY, APRIL 3, 2019 IN THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS RECEIVED AFTER THIS TIME WILL NOT BE ACCEPTED. BIDS WILL BE OPENED THE SAME DAY AND READ ALOUD, AT 10:00 AM. IN THE AUDITORIUM, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LA 70062.

MICHAEL T. WETZEL CHIEF FINANCIAL OFFICER

Isf

ATTACHMENTS

OFfOICJ.!; OF FINANCE 0 1610 RJ];Vl!RRND RlCIiI\.RD WILSON DruVE • KENNER) LOUISIANA 70062

OFFICE (504) 468-4049 • FACSIMILE (504) 468-6632 • WWW.KENNER.LA.US· EMAIL: [email protected]

Bid No. 19-6472

INVITATION TO BID

CITY OF KENNER FINANCE DEPARTMENT

1610 REV. RICHARD WILSON D1UVE KENNER, LA 70062

504-468-726 I

Bid Description: l'urcbaseF-550 Regular Cab Chassis & VersaliftVST 47 Aeriall'latfol'ID & 1000 Jib Winch with Service Body 01' Functional EeJuivalenl'

Bid Opening Date: Wednesday, April 3, 2019

LATE DlDS WILL NOT uE ACCEPTED

NOTE: ONLV ONE (I) DID PER VENDOR IS ALLOWED. ONLY BIDS WRITTEN TN INK OR TYPEWRITTEN, AND PROPERLY SIGNED BY A MEMBER OFTHE FIRM OR AUTHORIZED REPRESENTATIVE, WILL BE ACCEPTED.

INSTRUCTIONS FOR BIDDERS THE FOLLOWING INSTRUCTIONS APPLY TO ALL BIDS

ALL BIDS SUBMITTED ARE SUBJECT TO THESE GENERAL CONDITIONS, ADDITIONAL REQUIREMENTS, AND ANY SPECIAL CONDITIONS AND SPECIFICATIONS CONtAINED HEREIN, ALL OF WHICH ARE MADE PART OF THE BID PROPOSAL.

Bms AMY BE OBTIlINED AND SUB!J1ITTED ViA "'If'w.ce"tralmU'fillnIIOIIse.l 'om.

RESPONSE TO INVITATION: Bidders, who are ullable to bid Qllthis request, me asked to state y01l1' reason for not submitting a bid on the Bid Form alld return the same to this oftice before bid opening date. Failure to do so may result in youI' name being removed from the vendol' list.

Questions on this bid are to be faxed to (504)468-6658 01' e-mailed to plII'[email protected] no later than FIVE (5) working days prior to bid opening. Please reference bid number ill all requests.

Any corrections to portions of the biel form that are completed by the bid del' must be jnitialed.

The Cily of Kenner reserves the right to accept or reject any and all bids, in whole or in parl, and waive informalities. However, the provisions and requirements of the Louisiana Public Bicllmv, those stated in the acivertisement for bids, those IJrovidec1 in the bid form and written specifications shaH not be considered as informalities and shall not be waived by the City of Kenner.

The City ofKellller will accept one price for each item unless otherwise indicated. Two or more prices for one item will result in bid rejection.

Where IJ"rand names and stock 1l1l111bers are speci-tied, it is for the purpose of establishing certain mill imum standHrds of quality. Bids may be submitted for pl'Oducts of equal quality pl'Ovided brand names and stock numbers are specified. Complete product data of.equal products may be required prior to award.

All materials andlor products must be new and of ctll'rent manufacturer, unless otherwise stated. AllY product 01' service bid shall confol'lll to all applicable federal and state laws and regulations) and tbe specifications contained in the solicitation.

Preference is hereby given to materials, supplies and provisions pl'OChlCed) mmmfactlll'ed or grown in Louisiana; quality being eq'lal to articles offered by competitors outside thc state. Vendor must request this preference (LSA- R. S. 38:2251-2261).

AWARD OF CONTRACT: The City of Kennel' reserves the right to award contracts 01' place orders with the lowest responsive bidder, 011 a lump sum or individual item basis or slich combination as shall in its judgment be in the best interest of the city. Awards will be based on compliance with the specifications and the delivery and/or completion date.

All orders/serv ices must be delivered/provided within 1he time specified in the Bid Specifications.

1 I P it g e

PRICES: All prices shall be quoted in the unit or measure specified, and unless otherwise specified, shall be exclusive of Stale and Parish taxes, As per LSA-RS 47:301 et seq" all govel'l1mental bodies arc excluded from payment of sales taxes to any Louisiana taxing body.

Freight charges should be included in total cost when quoting, If not quoted FOB DELlVERED, freight Illust be quoted as a separate item, Bid may be disqualified ifnot quoted FOB DELlVERED or iffreight charges are not indicated on bid form.

Quantities listed are for bidding pUl'poses only. Actual requirements may be more or less than quantities listed.

The City of Kenner requires a finn price, unless otherwbie stated.

in case of an extensioll error the unit pdce shall prevail.

All bids submitted shall remain binding and may not be withdrawn for a period offorly-five (45) days after the scheduled closing date for receiving bids,

CANCELLATION OF CONTRACT: The City of Kenner reserves the right to cancel all or any part if not shipped promptly, The order mustnol be filled al a higher price than quoted,

The City of Kenner reserves the right to cancel any contract at any time and for any reason by issuing a THIRTY (30) day wrilten notice to the contractor.

MISCELLANEOUS: For good cause and as consideration for executing a binding contract with the City ofKenller, vendor conveys, sells assigns and transffJrs to City of Kenner or its assigns all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the Unites States and the State of Louisiana, relating to the particular good or services purchased 01' acquired by City ofKe1ll1Cl'.

Bidders agree to abide by the requirements of the following as applicable: Title VI and VII of the Civil Rights Act of 1964, as amended by the Equal Opporlll11ity Act of 1972, Federal Executive Order I 1246, the Federal Rehabilitation Act of 1973, as amended, the Vielnam Era Vetcran's Readjustment Assistance Act of 1974, Title IX ofthe Education Amendments of 1972, the Age Act of 1975, and conll'3ctor agrees to abide by the requirements of the Amedeans with Disabilities Act of 1990. Bidder also agrees not to discriminate in its employment practices, and will render services under this contract without regard to race, color, religion, sex, sexual orientation, national origin~ veteran st«tllS, politica'i affiliation, 01' disabUit!GS. Any act of discrimination committed by bidder, 01' failure to comply with these statutory obligations when applicable shall be gl'Ollnds fol' lel'mination ofthis contl'act.

New construction or renovation projects must comply with Section 504 of the 1973 Rehabilitation Act, as amended, in accordance with the American National Standard Inslitute's specifications (ANSl A 1 17,1-1961),

ADDITIONAL REQUIREMENTS FOR THlS BID

1. All awards in excess of $5000 for labor and materials will be reduced to a forl11al contmct ancl/or pmchase order.

2, Bid mllst be accompanied by bid security in the form of a certified check, cashier's check, 01' bid bond, payable to the City of Kennel' in the amount of5% ofthetolal bid, {{s1Ibmitting bid electtonically, then bid secu1'ily 111Z1$1 be illlhe/o1'1II o/bid boud only. No cashier'f; check, cCltified check or money order will be accepted. Fail me to C01111Jly will cause your bid to be non-rcspOllsive.

3. By signing the bid~ the bidder cel1:ifies compliance with all instJ'lIctions for bidders, terms, general conditions and specifications, and further certifies that the person signing the bid is a current cOl]Jorate officer, partnership member or other individual; or that the person is an individual authorized to binel the venda!" company. ff the bid exceeds, $25,000 and the bidder is an agency, corporation, pminership, or other legal entity~ the president, vice-president, secret8i'yitreasll1'cr, or an authorized agent, shall sign the proposal, and satisfactory evidence of the authority of the person signing for the agency, corporation, partnership, or other legal entity shall be attached to the pl'Oposal. qFailul'e to include 21Pagc

a COI)Y of the appropdate signature authorization, if required, may l'esult in the rejection of the bid unless bidder has complied with La. R.S. 38:2212(A)(l)(C) 01" La. R.S. 38:2212(0)."

4. All bidders for the contracts for purchase of materials and supplies and/or furnish and install must complete and submit with their bid the "Bidder's Statement of Non-Collusion" Form attached hereto.

5. PerLa. R.S. 38:2222 each chauge ordeJ' to a public wor/co\' cOlltract 01' to a contractjol' materials (1111/ supplies which adds (111 amOlmt often percellt 01' mOl'e of tIle origiJ1al COlltl'(((:t (l11l0l1llt 8ml wliic/r additiollal amOl/llt is at lellst tell thousa11d dol/m'1J' shall be recorded ill tire Mortgage OJ/ice (~r the Je./Jel'soll Parish Clerk of COlll't.

THESE GENERAL SPECIFICA TrONS AND INSTRUCTIONS FOR BIDDERS HAVE BEEN REVIEWED AND ARE HEREBY ACKNOWLEDGED AND AGREED UPON BY VENDOR. IIURTHERMORE, VENDOR HAS READ AND HEREBY ACKNOWLEDGES ANY AND ALL INSURANCE REQUIREMENTS ATTACHED HERETO THIS BID AND HAS FACTORED SUCH COSTS INTO TOTAL BID PRICE:

FIRM NAME: T a~~r"-..F.~~A T.,~ ADDRESS: ~101 Williams Blvd CITY, STATE: Ken er , Louisiana ZIP: 70065

TELEPHONE: ,n l. IUL,07, ~~ ,nt, .!,~?_C?J1Q FAX: N/A SIGNATUlili: <... V TITLE: Fleet l1anap.:er PRINT OR TTY!! ': Sterlin2 J. He"bert EMAIL ADDRESS: ~ , . gber:ber:t@]am" ..... '..,..::. ..... 1"\...,

This bid must be signed by an authorized representative of the company/firm for bid to be valid. Signing indicates VOll have read and comll\y with the instructions and conditions.

31Page

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent Item

F-550 Extended Cab Chassis and Versa lift VST 47 Aerial Platform and 1 ,OOOlb Jib Winch with Service Body or Functional Equivalent

Minimum Chassis requirements

o Minimum 330 horsepower with 750 Ib-ft of torque

• 3yr/3600 bumperlbumper warranty

o 5yr/60,000 power t rain warranty

o 5yr/60,000 roadside assist

o 5yr/100,000 diesel engine warranty

o Ali weather floor mats

o Air conditioner

o Built in auxiliary switches

o Oxford White Paint

o Grey Interior

o Power windows, locl(s and mirrors

o 84" cab to axle measurement

o 169" wheel base

o Frame resisting bending moment of 480,000 Ibs.

• Front GAWR 7,500 Ibs.

oRear GAWR 13,500 Ibs.

• GVWR 19,500 Ibs.

o Approximate curb weightfor stability 13,500 Ibs.

o PTO Provision

• Rear 40 galion Fuel Tank

o Limited slip 4.88 rear-end

o 40/20/40 split bench seat with fold down console

o High Capacity Trailer Tow Pacl<age minimum 17,500 Ibs.

o Integrated Trailer Brake Controller

o I~ulliling Boards

o 225170R19.5 tires

o Spare tire & Jack

• Four sets of keys

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent

o Rear back-up camera

Body Requirements

o 132 inch service body 40inches high x 94 inches wide o 20 inch compartment depth o 54 inch bed area o 24 inch top of floor to top of body o 18 horizontal compartment height o 12 gauge hot ro lled tread plate floor • 12 gauge hot rolled compartment tops o Stainless steel automotive rotalY type hinged doors • Latch covers on all doors • Stainless steel rod and socl<et type door hinges • Gas cylinder door holders on vertical hinged doors • Chain stop on horizontal hinged doors • Double panel body door • Rubber rolled crown type fenders • Master door locl< system • Vista LED rope lights in a[1 body compartments with weather proof connectors o Automotive bulb type weather-stripping o Front buill head o Shelving/hooks insta[led on uni-strut for shelf adjustment • Mud flap brackets 4"x1/4" flat iron with four 5/16" holes l' from bottom and ends

evenly spaced o Fuel filler cut out in wheel panel, street side o Undercoated o Bedliner type material on the inside of the bed area of the services body o Minimum of 4 drain holes drilled in the bed of the service body

Street side compartments o 1 sl vertical compartment 30" wide

a Two adjustable shelves each with adjustable dividers on 4" centers o 2nd vertical compartment 24" wide

o Two adjustable shelves each witll adjustable dividers all 4" centers o Horizontal 54" wide open compartment • Rear vertical 24" inches wide

a Five locking/swivel type material hooks o Hotstick shelf 132" long with rear drop down weatherproof door

I I

, 1

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform ancl1 ,OOO Ib Jib Winch with Service Body or Functional Equivalent

Curb side Compartments • 1" vertical compartment 30" wide

a Two adjustable shelves each with adjustable dividers on 4" centers • 2nd vertical compartment 24" wide

o Gripstrut access steps to bed area o Horizontal 54" wide open compartment • Rear vertical 24" inches wide

o Two adjustable shelves each with fldjustable dividers on 4" centers

Frame and Floor o 2"x2" treadplate angle at front bulkhead • 3"x8" cut outs in frame channel for routing hydraulic hose

Tailshelf • Treadplate tailshelfwith 7-lamp light bar installed at rear

Rear lighting o Rubber mounted recessed rear lighting kit with harness • Two stop/taillights - LED • Two clear back-up lights -LED • Two front clearance lights reflector style -LED o Two side clearance lights reflector style -LED • Two rear clearance lights reflector style -LED • Three light center ·cluster reflector style -LED o 7-way larnp trailer wire plug

Wheel chock storage • Two built into body wheel wells curbside

Outrigger control boxes o Two dual outrigger control boxes

Outrigger outrigger pad storage • Two double outrigger pad storage brackets

Cable step at rear of body with handles (two)

One rigid type perf-grip stirrup step installed on side for access

Grab handles • Two each 11" weld type for the side access of the body o Two pool type grab handles for the top of the tailshelf • Two mini pool type grab handles for the top of the tailshelf

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent

Aerial Lift

Aerial lift must reach a minimum of 51' worl<ing height and a horizontal reach of 39' and bucket capacity of 400 Ibs. and have a 1,000 Ibs. jib winch

The fiberglass platform is 24"x30"x42" with an inside and outside step for easy access. It will have 50k rated liner and soft vinyl cover are supplied for the platform. An arc flash rated harness and arc flash rate lanyard are supplied. The ancllor for the lanyard is attached to the platform support. Single stick upper control witll safety trigger to prevent inadvertent operation. The lift movements correspond with control handle movements. An emergency stop and a tool selector control are located by the upper controls. Wrap around guard for the upper controls to protect from environmental and weather hazards. Also isolates the controls from making direct electrical contact. The hydraulic platform must be able to rotate ·180 degrees from one side of the boom to the other. The hydraulic platform must have a leveling system that can be operated from the upper and lower controls, also must be able to tilt to clean the bue/let out and make it easier to get an injured operator out. Hydraulic tool circuit that is intended for open circuit tools. The tools circuit must provide 6 gpm. A pressure reducing valve in the tool circuit limits the pressure and it can be adjusted from 1,000 to 2,500 psi. A vertical line lifting socllet at least 3" in diameter. It is automatically level with the platform without any manual adjustments. The platform on the end of boom must be able to rotate 180 degrees.

Articulated Jib 8, Winch

Two piece jib pole assembly with articulating anm with a 1,000 Ibs. capacity. It must be hydraulically powered and be able to extend up 22".

Power InvertsI' System PUI·e Sine

To be mounted in a compartment at time of build (decided by City of Kenner). A minimum 2,000 watt normal/6,000 start-up. It will be 30 amp 110 volt system. Two deep cycle batteries in addition to truck battelY. A 20 amp electrical reel with 50ft of 12 gauge cord will also be installed with a 110 volt electric cord and three connector weather proof duplex outlet.

Outerllnner Boom Assembly

Ouier/inner includes an outer boom, telescopic inner boom extension system and hose assemblies. The outer boom is 8"x10" steel section with a 9"x11" fiberglass electrogaurd section. Hoses routed through the outer/inner boom assembly are non­conductive and fully contained within the boom assembly. A boom support cradle and boom tie down strap. Outer/inner boom assembly is fully insulated even in the retracted position

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent Lower Boom with Chassis Insulating System

Each end of a high strength fiberglass insert (insulating system) is installed inside a rectangular high strength steel section. The steel and fiberglass sections are bonded with pressure injected poxy to fill any voids. A double acting cylinder, with two integral valve articulate the lower boom

Lubrication

Non-lube bearings are used at most points of motion. Only the rotation bearing requires periodic lubrication.

Hydraulic Cylinders

Both upper and lower cylinders are equipped with integral holding valves to prevent creep down in case of hose failure

Turret

Turret wings are designed for strength and rigidity. A bearing cover seals out moisture and prevents debris from obstructing the turret rotation.

Lowel' Controls

Individual full pressure controls on side of the turret to operate all boom functions. Must have a lower control selection that can override the upper controls,

Hydraulic Oil Reservoir

17 gallon oi l reservoir is built into the pedestal with a sight glass on two sides of it to checl< hydraulic fluid

Outriggers

Must be built on an independent chassis, with the front and rear outriggers tied together. The outriggers must not extend out more than 6" past the side view mirrors. Have an interlocl< system to prevent the boom from being raised with the outriggers down

Hydraulic System and Hoses

Open-Center hydraulic system operated at 3000 psi at 6gpm. The hoses will be high pressure hoses are non-conductive and routed through the boom. They will be separated inside the boom to prevent chaffing and nylon sleeves will installed at points of movement.

Must have an auxiliary bacl<-up pump to bring the boom in case of a main hydraulic failure. The emergency pump is powered from the trucks engine and battery. This system is connected in parallel to the trucks main hydraulic pump and is not for continuous use. An air cylinder at the upper controls and a toggle switch at the pedestal are used to energize the system.

'----- -- - - ---- - ------ ---------- _ .. ------ --- - - --'

;,

i

i I I . , I 1 i t 'I ~ oj

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform ancl1,OOO Ib Jib Winch with Service Body or Functional Equivalent

Automatic throttle

Automatically advances the idle speed when the PTO is engaged

Engine Start I Stop

The start/stop circuit is to be designed so the lift cannot be operated unless tile trucl< ignition switch is in then rLin position and the master switch is on. An air cylinder at the upper controls and a toggle switch at the pedestal are used to energize the system.

Electrical Insulation

The out/inner boom is tested and celiified for electrical work at 46k and below in accordance with ANDI A92.2 requirements. The outer/inner boom is full insulated even in the retraced position. The chassis insulating system (lower boom insert) is also tested according to ANSI A92.2.

Slope Indicators

Will be installed to indicate the level at which the truck sitting relative to the ground.

Manuals

Two operator manuals. two service manuals. one manual of responsibilities and one EMI safety manual will be supplies for the lift

Training

Operator and service training must be available either directly from the manufacturer or on site from a qualified manufacturer representative. no less than four hours.

Installation Details

o Furnish and install mounting hardware. PTO and pump o Furnish and install lift assembly o Furnish and install hydraulic test ports • Furnish and install service body and accessories o Furnish and install slope indicators o Furnish and install height decals in cab o Furnish and install parI< interlock o Furnish and install back up alarm o Furnish and install a pedestal mounted amber strobe behinci the cab 011 each

side

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent

o Furnish and install mud flaps o Furnish and install a combo pintle/hitch with 2" ball and two safety "d" rings • Furnish and install a 7-way trailer receptacle • Furnish and install rear spring o Paint body and accessories to match cab and chassis • Paint tread plate fioO!' and compartments witll black no skid o Furnish and install a 51bs fire extinguisher and three reflective triangles • Furnish 4 18x18x1 outrigger pads • Furnish 2 rubber wheel chocl<s • Test ride complete unit for 1 hour o Test and certify per ANSI A92.2 standards • Furnish and install overhead, front and rear DOT approved LED strobe lights • Furnish Greenlee (LP6-03) crimping tool with Die and Cut set up to 4AWG • Greenlee longreach polesaw 88" or equal o Greenlee Utility Prunner or equal • Greenlee Hotary Drill/Hammer HID-6506 with socket set and attachment or equal I

! JI I

~

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent Item

F-550 Extended Cab Chassis and Versa lift VST 47 Aerial Platform and 1 ,0001b Jib Winch with Service Body or Functional Equivalent

Minimum Chassis requirements

& Minimum 330 horsepower with 750 Ib-ft of torque

• 3yr/3600 bumper/bumper warranty

• 5yr/60,000 power t rain warranty

• 5yr/60,000 roadside assist

• 5yr/100,000 diesel engine warranty

• All weather floor mats

• Air conditioner

• Built in auxiliary switches

• Oxford White Paint

• Grey Interior

• Power windows, locl<s and mirrors

• 84" cab to axle measurement

• 169" wheel base

• Frame resisting bending moment of 480,000 Ibs.

• Front GAWR 7,500 Ibs.

• Rear GAWR 13,500 Ibs.

• GVWR 19,500 Ibs.

• Approximate curb weight for stability 13,500 Ibs.

• PTO provision

• Rear 40 gallon Fuel Tank

• Limited slip 4.88 rear-end

• 40/20/40 split bench seat with fold down console

• High Capacity Trailer Tow Package minimum 17,500 Ibs.

• Integrated Trailer Brake Controller

• Running Boards

• 225/70R19.5 tires

• Spare tire & Jack

• Four sets ofl\eys

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent

• Rear back-up camera

Body Requirements

• 132 inch service body 40inches high x 94 inches wide • 20 inch compartment depth • 54 inch bed area • 24 inch top of floor to top of body • 18 horizontal compaJtment height • 12 gauge hot rolled tread plate floor • 12 gauge hot rolled compartment tops • Stainless steel automotive rotary type hinged doors • Latch covers on all doors • Stainless steel rod and socket type door hinges • Gas cylinder door holders on vertical hinged doors • Chain stop on horizontal hinged doors • Double panel body door • Rubber rolled crown type fenders • Master door lock system • Vista LED rope lights in all body compartments with weather proof connectors • Automotive bulb type weather-stripping • Front bulk head • Shelving/hooks installed on uni-strut for shelf adjustment • Mud flap brackets 4"x1/4" flat iron with four 5/16" holes 1" from bottom and ends

evenly spaced • Fuel filler cut alit in wheel panel, street side • Undercoated • Bedliner type material on the inside of the bed area of the services body • Minimum of 4 drain holes drilled in the bed of the service body

Street side compartments • 151 vertical compartment 30" wide

o Two adjustable shelves each with adjustable dividers on 4" centers • 2nd vertical compartment 24" wide

o Two adjustable shelves each with adjustable dividers on 4" centers • Horizontal 54" wide open compartment • Rear vertical 24" inches wide

o Five locking/swivel type material hooks • I-Iotstick shelf '132" long with rear drop down weatherproof door

FQ550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent

Curb side Compartments • 1 st vertical compartment 30" wide

o Two adjustable shelves each with adjustable dividers on 4" centers o 2nd vetiical compartment 24" wide

o Gripstrut access steps to bed area • Horizontal 54" wide open compartment • Rear vertical 24" inches wide

o Two adjustable shelves each with adjustable dividers on 4" centers

Frame and Floor • 2"x2" treadplate angle at front bulkhead • 3"x8" cut outs in frame channel for routing hydraulic hose

Tailshelf • Treadplate tailshelf with 7 -lamp light bar installed at rear

Rear lighting • Rubber mounted recessed rear lighting kit with harness • Two stop/ta iI lig hts - LE 0 • Two clear back-up lights -LED • Two front clearance lights reflector style -LED • Two side clearance lights reflector style -LED • Two rear clearance lights reflector style -LED • Three light center cluster reflector style -LED • 7 -way lamp trailer wire plug

Wheel chock storage • Two built into body wheel wells curbside

Outrigger control boxes • Two dual outrigger control boxes

Outrigger outrigger pad storage • Two double outrigger pad storage brackets

Cable step at rear of body with handles (two)

One rigid type perf-grip stirrup step installed on side for access

Grab handles • Two each 11" weld type for the side access of the body • Two pool type grab handles for the top of the tailshelf • Two mini pool type grab handles for the top of the tailshelf

F~550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent

Aerial Lift

Aerial lift must reach a minimum of 51' working height and a horizontal reach of 39' and bucket capacity of 400 Ibs, and have a 1,000 Ibs, jib winch

The fiberglass platform is 24"x30"x42" with an inside and outside step for easy access. It will have 50k rated liner and soft vinyl cover are supplied for the platform, An arc flash rated harness and arc flash rate lanyard are supplied. The anchor for the lanyard is attached to the platform support Single stick upper control with safety trigger to prevent inadvertent operation. The lift movements correspond with control handle movements, An emergency stop and a tool selector control are located by the upper controls, Wrap around guard for the upper controls to protect from environmental and weather hazards, Also isolates the controls from making direct electrical contact. The hydraulic platform must be able to rotate 180 degrees from one side of the boom to the other. The hydraulic platform must have a leveling system that can be operated from the upper and lower controls, also must be able to tilt to clean the bucket out and make it easier to get an injured operator out. Hydraulic tool circuit that is intended for open circuit tools, The tools circuit must provide 6 gpm. A pressure reducing valve in the tool circuit limits the pressure and it can be adjusted from 1,000 to 2,500 psi. A vertical line lifting socket at least 3" in diameter. It is automatically level with the platform without any manual adjustments, The platform on the end of boom mllst be able to rotate 180 degrees,

Articulated Jib & Winch

Two piece jib pole assembly with articulating arm with a 1,000 Ibs. capacity, It must be hydraulically powered and be able to extend up 22",

Power Inverter System Pure Sine

To be mounted in a compartment at time of build (decided by City of Kenner), A minimum 2,000 watl normal / 6,000 start-up, It will be 30 amp 110 volt system, Two deep cycle batleries in addition to truck battery. A 20 amp electrical reel with 50ft of 12 gauge cord will also be installed with a 110 volt electric cord and three connector weather proof duplex olltlet.

Outerllnner Boom Assembly

Outerlinner includes an outer boom, telescopic inner boom extension system and hose assemblies. The outer boom is S"x10" steel section with a 9"x11" fiberglass electrogaurd section. Hoses routed through the outer/inner boom assembly are non­conductive and fully contained within the boom assembly. A boom support cradle and boom tie down strap, Outerlinner boom assembly is fully insulated even in the retracted position

F~550 Regular Cab Chassis al1ld Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalel1lt Lower Boom with Chassis Insulating System

Each end of a high strength fiberglass insert (insulating system) is installed inside a rectangular high strength steel section. The steel and fiberglass sections are bonded with pressure injected poxy to fill any voids. A double acting cylinder, with two integral valve articulate the lower boom

Lubrication

Non-lUbe bearings are used at most points of motion. Only the rotation bearing requires periodic lubrication.

Hydraulic Cylinders

Both upper and lower cylinders are equipped with integral holding valves to prevent Greep down in case of hose failure

Turret

Turret wings are designed for strength and rigidity. A bearing cover seals out moisture and prevents debris from obstructing the turret rotation.

Lower Controls

Individual full pressure controls on side of the turret to operate all boom functions. Must have a lower control selection that can override the upper controls.

Hydraulic Oil Resel'Voir

17 gallon oil reservoir is built into the pedestal with a sight glass on two sides of it to check hydraulic fluid

Outriggers

Must be built on an independent chassis, with the front and rear outriggers tied together. The outriggers must not extend out more than 6" past the side view mirrors. Have an interlock system to prevent the boom from being raised with the outriggers down

Hydraulic System and Hoses

Open-Center hydraulic system operated at 3000 psi at 6gpm. The hoses will be high pressure hoses are non-conductive and routed through the boom. They will be separated inside the boom to prevent chaffing and nylon sleeves will installed at pOints of movement.

Must have an auxiliary back-up pump to bring the boom in case of a main hydraulic failure. The emergency pump is powered from the trucks engine and battery. This system is connected in parallel to the trucks main hydraulic pump and is not for continuous use. An air cylinder at the upper controls and a toggle switch at the pedestal are used to energize the system.

F-550 Regular Cab Chassis and Versalift VST 47 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent

Automatic throttle

Automatically advances the idle speed when the PTO is engaged

Engine Start! Stop

The start/stop circuit is to be designed so the lift cannot be operated unless the truck ignition switch is in then run position and the master switch is on. An air cylinder at the upper controls and a toggle switch at the pedestal are used to energize the system.

Electrical Insulation

The out/inner boom is tested and certified for electrical work at 46k and below in accordance with ANDI A92.2 requirements. The outer/inner boom is full insulated even in the retraced position. The chassis insulating system (lower boom insert) is also tested according to ANSI A92.2.

Slope Indicators

Will be installed to indicate the level at which the truck sitting relative to the ground.

Manuals

Two operator manuals, two service manuals, one manual of responsibilities and one EMI safety manual will be supplies for the lift

Training

Operator and service training must be available either directly from the manufacturer or on site from a qualified manufacturer representative, no less than four hours.

Installation Details

• Furnish and install mounting hardware, PTO and pump • Furnish and install lift assembly • Furnish and install hydraulic test ports • Furnish and install service body and accessories • Furnish and install slope indicators • Furnish and install height decals in cab • Furnish and install park interlock • Furnish and install back up alarm • Furnish and install a pedestal mounted amber strobe behind the cab on each

side

FQ 550 Regular Cab Chassis and Versalift VST 41 Aerial Platform and 1,000 Ib Jib Winch with Service Body or Functional Equivalent

• Furnish and install mud flaps • Furnish and install a combo pintle/hitch with 2" ball and two safety "d" rings • Furnish and install a 7 -way trailer receptacle • Furnish and install rear spring • Paint body and accessories to match cab and chaSSis • Paint tread plate floor and compartments with black no skid • Furnish and install a 51bs fire extinguisher and three reflective triangles • Furnish 4 18x18x1 outrigger pads • Furnish 2 rubber wheel chocks • Test ride complete unit for 1 hour • Test and certify per ANSI A92,2 standards • Furnish and install overhead, front and rear DOT approved LED strobe lights • Furnish Greenlee (LP6-03) crimping tool with Die and Cut set up to 4AWG • Greenlee longreach polesaw 88" or eaqual • Greenlee Utility Prunner or eaqual • Greenlee Rotary Drill/Hamrner HID-6506 with socl<et set and attachrnent or

eaqual

BID FORM

Bid No : 19-6472 Our Bid is per your attached Specifications "lith no exceptions.

~TEMI QTY Wli -NO. . DESC DESCRIPTION JUNIT ~XTENDE~;;TAL PRICE -

I I ! ONE (1)F-550 REGULAR CAB I I i I CHASSIS AND VERSAUFT VST 47 ,

i I I i 1 i I EA AERIAL PLATFORM AND 1,000JIB I

, W INCH WITH SERVICE BODY OR

I I i

I .. FUNCTIONAL EQUIVALENT I _ .. . - .

I II.":"JI II FREIGHT (IF ANY) - 17 II _ !I - -L ___ iL _~~L ___ I I TOT~l_AMOUNTOF BID 'I ih62 ,460~55 . 162,460 .• 55

;/ '-

Lamargue Ford, InCa 1\UTHORIZED SIGNATURE

COMPANY NAME

3101 Williamd Blvd Kenner , LA 70065 Ste r ] jog J He rbert A DDRESS - NAME OF PERSON ABOVE (PLEASE PRINT)

Fl pet Manager ;;;5~O!,!4~4?;6 :>:=3 -",1~2~7-!:1-:c0~r~5",O",4.::-",43",2",-",6u;2""O;z.9___ TITLE TELEPHONE NUMBER

[email protected] E-MAIL ADDRESS

I I i i , I , I

I

I I

, I . ! , !

------l~ I I ,

BIDDER'S STATEMENT OF NON-COLLUSION

As a proposer 01' prospective proposer to the City of Kennel', and as a condition for continuing to submit bids to the City of Kellner for materials, goods and supplies, I hereby certify that:

1. I have 110t colluded with any employee Ol" elected or appointed official of the City of Ke1lller iu any way in the preparation or submission of my proposal.

2. No employee or elected or appointed official of the City of Kennel' will receive auything of economic value from me or my company, either directly 01' indirectly, if! am the successful low proposer for the sale to the City of Kennel' of materials, goods 01' supplies.

This statement shall be considered as on-going for as long as I continue to submit proposals to the City of Kemler for materials, goods and supplies. Should it be determined that the statements made herein are false, llrnderstand that I will be ineligible to submit any future proposals with the City of Kenner.

Lamarque Ford, Inc. COMPANY NAME (PLEASE PRINT)

3101 Williams Blvd Kenner, LA 70065 ADDRESS

Kenner; Louisiana 70065 CITY, STATE, ZJP CODE

3/98

,

AU

Sterling J. Herbert NAME OF ABOVE (PLEASE PRINT)

Fleet l1anager April 2, 2019 TITLE DATE

·LAMARQUE FORD WE'RE BRIDGING THE GAPI • . .. With Truly lamarqueable Sales And Service AU Around Town

CORPORATE RESOLUTION

EXCERPT FROM MINUTES OF MEETING OF THE BOARD OF DIRECTORS OF LAMARQUE FORD INCORPORATION

AT THE MEETING OF DIRECTORS OF LAMARQUE FORD INCORPORATED, DULY NOTICED AND HELD ON APRIL 2, 2019. A QUORUM BEING THERE PRESENT, ON MOTION DULY MADE AND SECONDED. IT WAS RESOLVED THAT STERLING J. HERBERT BE AND IS HEREBY

APPOINTED, CONSTITUTED AND DESIGNATED AS AGENT AND ATTORNEY -IN-FACT OF THE CORPORATION WITH FULL POWER AND AUTHORITY TO ACT ON BEHALF OF THlS CORPORATION IN ALL NEOGOTlATIONS, BIDDING, CONCERNS AND TRANSACTIONS WITH THE CITY OF KENNER'S PURCHASING DEPARTMENT OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS, INCLUDING BUT NOT LIMITED TO, THE EXECUTION OF ALL BIDS, PAPERS, DOCUMENTS, AFFIDAVITS, BONDS, SURETIES, CONTRACTS AND ACTS IN CONNECTION WITH SAID BIDS, AND TO RECEIVE AND RECEIPT THEREFORE ALL PURCHASE ORDERS AND NOTIES ISSUED PURSUANT TO THE PROVISIONS OF ANY SUCH BID OR CONTRACT, Tl-IIS CORPORATION HEREBY RATIFYING, APPROVING, CONFRlMING, AND ACCEPTING EACH AND EVERY SUCH ACT PERFORMED BY SAID AGENT AND ATTORNEY­IN-FACT, AS IT RELATES TO SEALED BID FOR BID NUMBER 19-6472 FOR THE PURCHASE OF ONE (1) F550 REGULAR CAB CHASSIS & VERSALlFT VST 47 AERIAL PLATFORM AND 1,000 JIB WINCH WITH SERVICE BODY OR FUNCTIONAL EQUIVALENT.

CERTIFY THE FORGOING TO BE A TRUE AND CORRECT COPY OF AN EXCERPT OF THE MINUTES OF THE ABOVE DATED ING OF THE BOARD OF SAID CORPO TI N, AND THE SAME HAS NOT BEEN RE · ORESCINDED~

'ASURER

DA: 'APRIL 2, 2019

3101 WlWAMS BLVD .• P.O. BOX 1729, UENNER, LOUISIANA 70063 . (504) 443·2500· FAX: (504) 443·5741

\~ww.lamarque.Cllm

License No. N -2017-00125 2017.-2019 Not Transferable

DPS Code: NKNB Valid Only at Address Below

JL (OHutii§ n$ilR ~ ]V[ ((]) tt([J) rr V te hn ~ n ~ C «D rom mll§ § i (Q) rill

LMVC·OL (RBIOB)

This Certifies that

Lamarque Ford, Inc. 3101 Williams Boulevard

Kenner, LA 70065 Ronald M. Lamarque, Dealer-Operator

is duly licensed as a

New Motor Vehicle Dealer

of the following make or makes

Conversion(s): Rockport Ford Light Duty Trucks, Ford Medium Duty Trucks, Ford Passenger Cars

For the period ending April 30, 2019, unless license is sooner revoked.

In Witness whereof, LOUISIANA MOTOR VEHICJLE COMMISSION, under and by virtue of the authority vested in it by the laws ofthe State of Louisiana, has caused this license to be issued with its seal imprinted hereon.

Dated May 1, 2017 Signed, Sealed and Attested

~do Executive Director

LOUISIANA MOTOR VElflCLE COMMlSSSION

c2~" Chairman

~_"-,,"_~,==. __ = __ " ' ___ ~<'J .. ~. "~,~ __ ~·_.·r._·_~~~_"~. __ ~...=r~~~_ ·_-~_=--="="""",-,_,_,,, ___ _ ',=_c~_~_.>'_· "....-_ _____ T~~~~ ~~ • __ .,. ~ •• ".~,.~. __ ._. ___ . __

Lamarque Ford, Inc. 3101 Williams Boulevard, Kenner, Louisiana. 700654597 Office: 504-443-2500

Customer Proposal

Prepared for:

Mr. Michael Wetzel Chief FinaneialOfficer. City of Kenner 1610 REV. RICHARD WILSON DRIVE KENNER. LA 70062 Office: 504-468-4049 Email: [email protected]

Prepared by:

Sterling J. Herbert - Fleet Manager Office: 504-463-1271 Email: [email protected]

Date: 03/29/2019 Vehicle:2019 F-550 Chassis XL

4x2 SD Regular Cab 169" WB DRW Quote 10: 0103191

1

~ Lamarque Ford, Inc. ~ 3101 Wilhams Boulevard. Kenner, Louisiana,

700654597 Office: 504-443-2500

2019 F-550 Chassis, SO Regular Cab 4x2 SD Regular Cab 169" WB DRW XL(F5G)

Price Level: 950 Quote 10: 010319

Warranty - Selected Equipment & Specs

warranty

Basic Distance 36,000 miles Months. .. 36 months

Powertrain Distance 60,000 miles Months . 60 months

Corrosion Perforation Distance Unlimited miles Months 60 months

Roadside Assistance Distance 60,000 miles Months . 60 months

Diesel Engine Distance . 100,000 miles Months . 60 months

Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local priclng, availability or pricing adjustments not reflected in the dealer's computer system. See salesperson for the most current information.

Prepared fo ~: Mr. Michael Wetzel, Chief FinancialOfficer, City of Kenner By: Sterling J. Herbert - Fleet Manager Date: 03/29/2019

2

~ Lamargue Ford, Inc. __ 3101 Wilhams Boulevard, Kenner, louisiana,

700654597 Office: 504-443-2500

Selected Options Code

Base Veh icle

F5G

Packages

660A

Powertrain

99T

44W

X8l

68M

Wheels & Tires

TGJ

64Z

512

Seats & Seat Trim

A

Other Options

PAINT

2019 F-SSO Chassis, SO Regular Cab 4x2 SD Regular Cab 169" WB DRW XL(F5GI

Price Leve l: 950 Quote ID: 0103191

Description

Base Vehicle Price (F5G)

Order Code 660A Includes: - Tires: 225110Ry;19.5G BSW IVP

Optional spare is 225nORx19.5G SSW AlP. - Wheels: 19.5" Argent Painted Steel - HD Vinyl 40120140 Split Benci) Seat

Includes center armrest, cupholdel; storage and (Iriver's side mant/al lumbar. - Radio: AMIFM Stereo

includes 4 speafcers.

Engine: 6.7l 4V OHV Power Stroke V8 Turbo Diesel 820 Includes Diesel EX/Joust Fluid (DEF) tanH, Intelligent Oi/·ure Monitor. manual p ush-button engine-exhaust bra/ring and spfit-shaft calibration compatibility. Includes: - Dual 78-AH 750 eGA Batleltes • 220 Amp Ex.tra Heavy Duly Alternator

Transmission: TorqShift 6-Speed Automatic (6R140) . Includes SeJectShift.

Umited Slip w14.88 Axle Ratio

GVWR: 19,500 Ib Payload Plus Upgrade Package Includes upgraded frame, rear-axle and low deffect;on/lligh capacity splings. lnCf138SeS max RGAWR to 14, 706. Nole: See Order Guide Supplemental Reference for further details on G VWR.

Tires: 225/70Rx19.5G BSW AlP Optional spare is 225170Rx19.5G BSW AlP.

Wheels: 19.5" Argent Painted Steel

Spare Tire, Wheel & Jack

Required in Rhode Island.

Excludes canier. Includes: - 8· Ton HycJraulic Jack

HD Vinyl 40120/40 Split Bench Seat Inc/voes center armrest, cupholder. storage find driver's side manual lum/)ar.

Monotone Paint Application

Prices and contentavailabillty as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, ava!!ability or pricing adjustments not reflected in the dealers computer system. See salesperson for the most current information.

Prepared for: Mr. Michael Wetzel, Chief FinancialOfficer, City of Kenner By: Sterling J. Herbert - Fleet Manager Date: 03f2912019 3

Lamargue Ford, Inc. 3101 Williams Boulevard. Kenner, louisiana, 700654597 Office: 504-443-2500

Selected Options (cont'd) Code

169WB

90l

67P

535

61J

62R

l8A

52B

18B

872

STDRD

Emiss ions

425

Interior Colors

2019 F-SSO Chassis, SO Regular Cab 4x2 SD Regular Cab 169" WB DRW X l(F5Gl

Price l evel: 950 Quote 10: 010319

Description

169" Wheelbase

Power Equipment Group De/etes passengerside tock cylinder. Includes upgraded door-trim panel. fncludes: - Accessory Delay - Advanced Securily Pack

Includes SecuriLocf( Passive Anti-Theft System (PATS) and inclinalionlintrosion sensors. - Trailer Tow Mirrors wlPower Healed GI&ss Includes manual telescoping, fleated convex spotter milTOf and

integrated clearance Jampsllum signals. - My/{ey Includes owner controfs fealure.

- Power Front Side Windows Includes Hooch up/down driver/passenger window.

- Power Locl(s ~ Remote Keyless Entry

Extra Heavy-Duty Front End Suspension - 7,500 GAWR Includes upgraded front axle and max 7,500 IDs. Front SpringsIGAWR raling for configuration selected. Incomplele vehicle pac/rage - requires further manufacture and cerlificalion by a final stage manufacturer.

High Capacity Trailer Tow Package includes upgraded rear axle. Trailer bra/re control/er not included. Increases GCWfrom 31,000 Ibs. to 40,000 Ibs. Not'e: Salesperson's Portfolio or Trailer-Towing Gvide should be consulled for specific trailer­lowing or camper limits and corresponding required equipment, axle ratios and model availabilily. See Supplemental Reference for velJic/s height consideration.

6-Ton Hydraulic Jack

Transmission Power Take-Off Provision Includes transmission mounted live drive and stationary mode PTO.

Upfitter Interface Module

Trailer Brake Controller Includes smalt trailer tow connector. Verified to be compatible with electronic actuated drum bra/res only.

Platform Running Boards

Rear View Camera & Prep Kit

Upfitlers kit includes camera with mounting bracl,et, 14' jumper wire and camera mounting and aiming instructions. Kit requires video display option to be added to unit. Reference order guide for additional information. Related option content: 872, 585 and 96V.

Includes cab wiring, frame wiring to flle rear most cross member and video dispfay.

Radio: AMIFM Stereo Includes 4 spealrers.

50-State Emissions System

Medium Earth Gray

Prices and content availability as shown are subject to change and should be treated as estimates onty. Actual base vehIcle, package and option pricing may vary from this estimate because of speciallacal priCing, availability or pricing adjustments not refiected in the dealer's computer system. See salesperson for the most current infonnation.

Prepared for: Mr. Michael Wetzel, Chief FinancialOfflcer, City of Kenner By: Sterling J, Herbert - Fleet Manager Date: 03/2912019 4

Lamargue Ford, Inc. ~ 3101 Williams Boulevard, Kenner, Louisiana,

700654597 Office: 504-443-2500

Selected Options (cont'd) Code

Primary Colors

Z1_01

Upf it Options

13010

2019 F-550 Chassis, SO Regular Cab 4x2 SO Regular Cab 169" WB ORW XL(F5Gl

Price Level: 95{} Quote ID: 0103191

Description

Oxford White

Versa Lift VST 74 Aertal Platform and 1000 Jib Winch with Service Body

Tis equipment is supplied by Tmck and Transportation Equipment Company and is per The City of Kenners Bid# 1B~6450.

Prices and content availability as shown are subject to change and,should be treated as estimates only. Actual base vehicle, package and option pricing may vary from,this -estimate because of special local pricing, availability Of pricing adjustments not reflected in the dealer's computer system. See salesperson for the most current inforiTJalion. .

Prepared fo r: Mr. Michael Wetzel, Chief Financia!Offict:!r, City of Kenner By: Sterling J. Herbert - Fleet Manager Date: 0312912019 5

PO 130:<10455 NEW ORLEANS, LA, 70181 260 INDUSTRIAL AVE. JEFFEflSON, lAo 7012"1

Mr. Sterling Herbert Lamarqne Ford 3101 Williams Blvd Kennel; LA

RE: CITY OF KENNER, Bid # 19-6472

Dear Mr. HeI'belt:

TOlLFAEE: 800-299-5065 DIRECT: 5011-834-8065 FAX: 504-834-8485 PARTS FAX: 504-834:'81104

March29,2019 Quote # 13108

Confinning our conversations, I am pleased to quote you 011 supplying & installing the following equipnicnt for your 2019 Ford Model Fc550 with an 84" CIA:

One (1) Model Versa Lift VST 74'Aerial Platform and 1000 Jib Winch with service Body, as per City of Kennel:.equipment sJlecifications. Note: AJlJlroximately 240-270 days to receive Aerial Lift.

If you have any questions, please do not hesitate to give me a call. TlIank you for the oJlJlOltnnity to quote your needs.

Sincere!!',

Tmck aJ/d Tl'llJlsportllr;OI! Equipment C(JI,Upitlly,ll1c.

cftickatr.d d1 d oal

Richard M. ToaI Sales Representative

AI!RlALDASlCETS !lOTTLEGAS !lODIE'S

DISTRIBUTORS DRIC/( UNI..O/\DERS

FOR: CUSTOM BODIES OUMPUODlES

DUMP HOISTS LIFT GATES rTO'S FlfTUWIIBGi.S I.DWuoYS rUMPS rUEL TANI{S J.U1l1! SYSTEMS nEFRlGF.M"fOR !lODmS HtTcims OII.FJELD SOOlES. J10LLOF(,:, BOOJES HYD. COMP-oNENTS PLATFORM DODlES 5£1'-11 TRl\ILfiR5

VISIT US AT: TRUGKANDTRAN5PORTATION.COM

STAIUl DODlI:S TRUC/{WINGHfiS TMA){J;J:~ UTII.ITY DODms TOOJ~ fiOXF,5 UTILITY EQUIPMENT TRAILER PARTS VANUODIES TRUCK CIMNrrs: VI\N SHinNING

" ~ I I " i I ,

On motion of Councilmember , seconded by Councilmember _________ , the following ordinance was introduced:

SUMMARY NO. 12,525 ORDINANCE NO. ___ _

AN ORDINANCE RATIFYING THE POLICY AND RATES FOR COMMERCIAL PROPERTY INSURANCE FOR THE CITY OF KENNER FOR THE POLICY YEAR JUNE 1, 2019 THROUGH JUNE 1, 2020

WHEREAS, the City's Commercial Property Insurance expires on June 1, 2019; and,

WHEREAS, multiple companies were approached to provide a proposal in order to receive the most competitively priced coverage based on a careful analysis of the risks associated with the City of Kenner's property; and,

WHEREAS, after an evaluation of the proposals for Commercial Property Insurance for the period of June 1, 2019 through June 1, 2020, Sigma Consulting Corp. has recommended that the City of Kenner accept the rates and plans of AMRISC LLC.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the Council ratifies the proposal from AMRISC LLC for Commercial Property Insurance for the currently insured assets at a cost of $459,033.30 for the period of June 1, 2019 through June 1, 2020.

SECTION TWO: That the Commercial Property Insurance Proposal is attached hereto and made a part hereof.

SECTION THREE: That the Mayor is authorized to sign any and all documents necessary to give full force and effect to this ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of _______ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

150

Daul Insurance BUSINESS INSURANCE SOLUTIONS

CITY OF KENNER

Proposal for Commercial Property Proposal

06/01/19 - 06/01/20

1801 Williams Boulevard Kenner, LA 70062

Date Proposed:

April 8th , 2019

PRESENTED BY:

Ryan Daul

Daullnsurance Agency, Inc. PO Box 278

Gretna, LA 70054

Phone: (504) 362-0667

Fax: (504) 362-0699

Email Address:[email protected]

94 West Bank Expressway I Post Office Box 278

Gretna, Louisiana 70054

Telephone: 504.362.06671 Fax: 504.362.06991 www.daulinsurance.com

Daul Insurance Agency, Inc.

------------------------Introduction

We, at Daul Insurance Agency, would like to thank you for the opportunity to fulfill your insurance needs. We value the chance to serve clients such as yourself.

In an attempt to deliver the most competitive insurance program that the insurance market has to offer, we have approached multiple companies using the information that you have provided. The attached proposal represents the most competitively priced coverage (that we have received as of this date) based on a careful analysis of the risks unique to you and your company. To this end, we have prepared a sound, competitively priced, insurance proposal for your review.

Please note that our agency is a full-service agency. We are pleased to offer all lines of commercial insurance including: Health Insurance, Bonds, Auto, Property, Professional Liability, Marine Liability, Workers Compensation, Flood Insurance, and much more.

We appreciate the opportunity to provide this important service to your company and we hope that this proposal will meet with your approval and we can continue to help you manage the risks associated with your business.

Your Contacts at Daullnsurance Agency

Producer: Ryan C. Daul

[email protected]

Service Contact: Lauren Lore Baudier, AINS, AIS, AU, AU-M

[email protected]

Certificates: Lauren Lore Baudier, AINS, AIS, AU, AU-M

[email protected]

Claims Contact: Lauren Lore Baudier, AINS, AIS, AU, AU-M

[email protected]

Proposal of Insurance Page 2 of 11 4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, tenns, conditions and exclusions that apply.

Daul Insurance Agency, Inc.

-Resources

Claims Management

At Daul Insurance Agency we take an active role in the management of your claims. Our Service Team is committed to assuring you receive prompt and fair treatment for any claim involving coverage extended by our agency, to you or your company.

Loss Control/Risk Management

A successful Loss Control/Risk Management Program is based on a successful partnership among Daullnsurance Agency, you and your insurance carrier. As a team, all parties must work together to protect you, your business, and your assets and to prevent future loss.

We will provide you with technical advice, resources, and assistance in developing, improving and monitoring an effective Loss Control/Risk Management program by:

• Reviewing your current Loss Control/Risk Management program; • Analyzing loss data to identify specific areas which generate the greatest claim frequency; • Reviewing your current environment and operations, including your physical assets, personnel

practices, and organization of management; • Conducting visits to all locations to develop a risk profile and to define management and

insurance carrier responsibilities; • Developing, improving, and implementing a Loss Control/Risk Management program with a

written plan of expectations. (This program will be consistent with your management style and easily implemented);

• Establishing a meeting schedule to review and discuss safety and loss analysis reports with management and/or staff as required by your insurance carrier.

Employee Benefits

Daullnsurance Agency, Inc. offers a full range of Employee Benefits that may be tailored to fit the needs of your company. With access to virtually all the major benefit companies in the US, we have the resources, knowledge and experience to help customize your benefits program to include any or all the following:

Medical - Health Care

Dental Coverage

Life Insurance

Long and Short-Term Disability

Group Retirement Plans

401K

Pension and/or Profit Sharing

Daullnsurance Agency, Inc. also has the experience to advise and administer both fully insured or partially self-insured plans

Proposal of Insurance Page 3 of 11 4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, tenns, conditions and exclusions that apply.

Daul Insurance Agency, Inc.

Line of Business Coverage Commercial Property

Policy Term 06/01/2019 - 06/01/2020

Incumbent Carrier Am Rise, LP

- -- -~~-

, _ Property Commercial Property Conditions and Exclusions Coverage for Building is written on Replacement Cost Value basis. Actual Cash Value is replacement cost less depreciation. Under the terms of the Insurance Policy, which is a binding legal contract, it is the Insured's responsibility to advise the agency of all changes in condition or value. Flood and Earthquake are not covered losses. Please contact our office to discuss these coverages'. Damage caused by back-up of sewers or drains is not covered, as quoted. Coverage is available at an additional premium. Please contact our office for details. Exclusions within the policy suspend coverage for vacancy or change of occupancy. If occupancy of the covered building changes, or the building becomes vacant, please contact our office.

Buildings Building coverage provides protection for permanent structures listed in the policy. Completed additions, Permanently installed fixtures, machinery and equipment, outdoor fixtures, owned personal property used to service, repair or maintain the building and additions under construction or repair are all included in this definition.

Co-Insurance A policy may contain a coinsurance clause requiring that the limit of coverage be a minimum percentage (usually 80%) of the insurable value of your property. If the amount of insurance carried is less than what is required by this clause, any claim payment may be reduced by the same percentage as the deficiency. For example, covered property worth $100,000 may require a minimum of 80%, or $80,000, of coverage for compliance with the policy's coinsurance requirement. If only $60,000 of coverage is carried (25% less than the required $80,000), then any loss payment would be reduced by 25%.

Deductible A policy may include a deductible in its provisions. This limit is the amount that will be deducted from any payment made to you because of a covered loss.

Business Personal Property This coverage protects personal property owned by your firm and used in your operations. Furniture and fixtures, equipment and machinery, raw stock, and finished goods all fall within this category. Personal property of others while located in your covered building or within 100 feet of the premises is insured. Contents located off premises are not covered and must be insured by alternate methods.

Cause of Loss Form Provided: Special Causes of Loss This coverage will protect covered property against direct loss arising from any cause not specifically excluded. The advantage of this form is that the insurance company must prove that a loss is specifically excluded in order to deny coverage under the policy.

Proposal of Insurance Page 4 of 11 4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, terms, conditions and exclusions that apply.

Daul Insurance Lt\gency, Inc.

-- ------- - - - -

~ Limits of Liability I Deductibles _~_

Limits of Liability

Named Storm

Conditions 35% Minimum earned premium. Any AP or RP under $500 shall be waived, except AP for new perils or coverages added. This quote is subject 10 acceptance both sides with NO COVER GIVEN. Severe cancellation penalties apply 10 CAT exposed properly. Percent deductibles are per occurrence, per Build Ing Of structure. Coverage explicltly excludes all Flood including but not llmited to Flood during windstorm events. Coverage excludes au damage directly or indirectly caused by any Named Storm in existence upon receipt of written request to bind. Named Wind/Hall deductible shall be subject to a maximum of $5,604,414 Per Occurrence and Annual Aggregate, with a trailing deductible of $100,000 Per Occurrence. The Named Storm Annual Aggregate is subject to adjustment based on increase or decrease of TIV, subject to UndelWriter review. Signed Property ApplicationslSOV (AR APP), Signed Flood Notice, Signed Surplus Lines Statement (Requested at binding); Signed TRIA Disclosure Notice(s).

Proposal of Insurance Page 5 of 11 4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, terms, conditions and exclusions that apply.

Daul Insurance Agency, Ir1c.

---- ---

Coverage Extensions 4

Earth Movement per ace & ann aggr for all Locations combined; subject to: Earth Movement per occ & ann aggr: CA, AK & HI Earth Movement per acc & ann aggr: OR & WA Earth Movement per acc & ann aggr: New Madrid Flood, per acc & ann aggr for all Locations combined; subject to: Flood, per ace & ann aggr: Zones A & V Accounts Receivable Civil or Military Authority, the lesser of Contingent Time Element; the lesser of Contractors Equipment; unscheduled: owned, leased, rented or borrowed Any One Item Course of Construction Course of Construction Soft Costs Debris Removal; the lesser of Electronic Data and Media Errors or Omissions Extended Period of Indemnity Extra Expense/Expediting Expense Fine Arts Fire Brigade Charges Fungus, Molds, Mildew, Spores, Yeast (per occlagg) Ingress/Egress Leasehold Interest limited Pollution Coverage (Annual Aggregate) Lock Replacement Miscellaneous Unnamed Locations Newly Acquired Property Ordinance or Law:

Coverage A: Coverage B: Coverage C: Coverage 0: Coverage E Ordinary Payroll

Plants, lawns, trees or shrubs Anyone plant, [awn, tree or shrub Professional Fees (Annual Aggregate) Reclaiming, restoring or repairing land Improvements Reward Reimbursement Royalties Service Interruption (72 hr. qualifying period) Spoilage Time Element Monthly limitation Transit Underground pipes. Flues & drains Valuable Papers and Records Sinkhole Loss Extension

Proposal of Insurance Page 6 of 11

Compass

Compass Compass Compass

Compass

Compass Compass Compass Compass

Compass

Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass Compass

i'ii; Not Covered

Not Covered Not Covered Not Covered

Not Covered

Not Covered $1,000,000

30 days max $1 ,000,000 60 days max $1 ,000,000

$100,000

$25,000 $1,000,000

$100,000 25% I $5,000,000

$500,000 $100,000 180 days

$1,000,000 $250,000 $100,000 $500,000

30 days max $1 ,000,000 $100,000 $100,000

$25,000 $100,000

60 days max $1 ,000,000

Incl in Bldg limit 20% per bldg., max $5M per occ

Included with Coverage B Incl in the TE, W cov'd

Included in the Building limit 30 days

$100,000 $25,000

$100,000 $10,000 $25,000

$100,000 $250,000

$25,000 1/121h monthly

$100,000 $100,000

$1,000,000 AR Sinkhole As Per Schedule

4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, tenns, conditions and exclusions that apply.

Daul Insurance Agency, Inc.

Total Premium $ 460,343.92 $ 0.411 $ 459,033.30 $ 0.410

*Optional Coverage: Terrorism coverage is available at renewal/inception for an additional premium plus Surplus Lines Tax (100% Fully Earned Premium). Please indicate on the attached Policyholder Disclosure Notice of Terrorism Insurance Coverage form if you elect or decline to purchase the Terrorism coverage.

Signature 01 Insured Date

TIV

$ 550.819.50 $ 529,200.00 $ 484,721.55 $ 425,500.00 $ 460,343.92 $

Rate $ 0.4956 $ 0.4761 $ 0.4330 $ 0.380 $ 0.390 $

Named Storm 10% *5%/10% 5% 5% 5% Deductible

*SpJit Named Storm Deductible - 5% Pontachartian Center & Police Headquarters/10% All Other

Proposal of Insurance Page 7 0111 4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, terms, conditions and exclusions that apply.

Daul Insurance Agency, Inc.

-------------- -- --------

_____ Deductible Option #1 _______ _ Option #1: Decrease Named Storm Deductible to 3% from 5%

Total Additional Premium $ 58,762.13

Signature of Insured Date

-Deductible Option #2

Option #2: Decrease Named Storm Deductible to 2% from 5%

i i 4,620.84

Total Additional Premium $ 99,895.84

Signature of Insured Date

---_. -----Deductible Option #3

Option #3: Decrease Named Storm Deductible to 1% from 5%

Total Additional Premium $ 146,905.34

Signature of Insured Date

Proposal of Insurance Page80f11 4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, tenTIs, conditions and exclusions that apply_

Daul Insurance Agency, Ir1C.

AmRisc

Swett

Amwins

Velocity

Swiss Re

AXIS

Starr

Ironshore/Liberty

AIG

Avondale

AWAC

James River

Arch

RSUI

Great American

Hallmark

Everest

Catalytic

PSR

B&W

Proposal of Insurance

Fees Taxes

Total

$

$

$

300.00

21,233.30

459,033.30

Page 9 0111

Incumbent

x x x x x x x x x

Still Working

Still Working

I

expiring terms/pricing

4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, terms, conditions and exclusions that apply.

Daul Insurance Agency, Inc.

----- ------ - ---

Proposal Disclaimer

Insurance with Unlicensed Companies

Our proposal utilizes coverage's to be written by a non-admitted company. The company is on the Louisiana Insurance Department's current list of approved surplus lines companies. Even though the company is on the approved surplus lines list, in the event the company becomes insolvent, the provisions of the Louisiana Insurance Guaranty Association would not apply to that company.

The Louisiana Insurance Guaranty Association exists and functions to provide a mechanism for the payment of claims under certain insurance policies in order to avoid excessive delays in payment and to avoid financial loss to claimants or policyholders because of the insolvency of the licensed insurer.

If you wish to proceed to have your insurance coverage's placed through the surplus lines company we have indicated, we are requesting that the following indemnification and hold harmless agreement be signed and dated.

Surplus Lines Insurance Company

Hold Harmless & Indemnification Agreement:

The undersigned hereby acknowledges that he has instructed Daul Insurance Agency, Inc. to place insurance coverage's with certain surplus lines insurance company/companies and understands that the insurance coverage's written are not subject to the protections and benefits of the Louisiana Insurance Guaranty Association. The undersigned holds Daul Insurance Agency, Inc., its agents, employees, etc. harmless for all damages, direct or indirect, arising out of the failure of the surplus lines insurance company to fulfill any of its obligations at any time and in any matter whatsoever.

Agent Signature of Insured

Date Date

Proposal of Insurance Page 10 0111 4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, tenns, conditions and exclusions that apply.

~ Daul Insurance Agency, Inc.

---------- - ------------------- -

_ Commercial Insurance Coverage Checklist Named Insured" Citv of Kenner Date'

INSURED ACCEPTED COMMERCIAL INSURANCE COVERAGES I DO NOT WISH TO

COVER THIS EXPOSURE

r np~lp" I i~hilitv X X

BOP X I on 07/01 Policv Alltn

Covered on 07/01 Policv Crime / ,0' Ion 07/01 Policv , I i~hilit"

, , X

, , I i~hilit" X Ion 07/01 Policv I i~hilitv

Liouor I iohilit" X Pnlllltinn I i,hilitv I 'mpnt~1 I i,hilitv X

on )7/01 Policv & ' (P& I on 07/01 Policy / Fvr .... I i,hilit"

~)1/11i1.i r.~itv

Alltn r.nmn I/. C- X (.1

, Risk X

" ... ; >.' F,rthnll,k" X

')~t~ F 'n .. / Boiler & X

Ion I , Dolicies 'Innrl Ion )7/01 Policv Hull

~ X

'& ' :!i,hilit" X 'on )7/01 Policv • i~hilitv 'on )7/01 Policv Public' ,I ,hilit'

Errors ,nrl ~ X

401K X X

Oent~1 X if .. X

'\N(~ X

on )7/01 Policv , I i~hilitv ;~hilit" X

St,tlltncV r.nm n X

~ X

X ERISA I X I

I I

llLiaP

X

I Covered on 02/27 Policy I I F" .. nk I

Insured Signature: ______________ Printed Name: ______________ _

Proposal of Insurance Page 110111 4/8/2019

This proposal is provided as an overview of your policy. You must refer to the provisions found in your policy for the details of your coverage, tenns, conditions and exclusions that apply.

PropertyApplicat/on am! Sf;jtllmefft ofVs/L1es

-UhlS-Ss·'nottfllld' olheill'ils-e, COri1ple\ici~,bf !hl~t'orm replilct"s the appllQ1di,on, statement br-val~e!i. rraid GOp¥ loi;:s ruiis and formal11 executed los~_Wltlan;. ThilUortil I;;omains IllEi lnfurm;;rtJon ,sul:Jm~ted:to dale. Thll'1()mI m~1>t be cumplete=-, sign!;ld an~'relumed fOf undy~rllef'S revi~w lind acce;ptan~ wlthin'-3Q dQYlI, of!nc~ptlon, My inacctlrille 1f11ormplion ident~ad on tha'feiurned form 15'8utomallcally'deemed noted and a~reed br Ullderwniers -upon rsnalPl, so pieasli ratLll'IYas 1>001'1 as.pos&ibili.

Named lnsured: Cl1y_o[Kanner ACl;ountlO; 540279

M_allll'l~:Address: 1!l01 William,. BNd 1DD52'

Na:tunfofb'tlsiness[ Muni

_'& ~~,~ ;5 .... o~ ... - ~ ~ .S,,~ ro" ~~ -- Cl _tg:g .;g }Il l~ g ~: '5 ~, (ij'1=

~L£O~~B~~~·9LIN~·~.4.~~~A~dd~'~"~.~' ____ -4 ____ ~C~"N~ __ -1 ____ SeW~·~OO~· __ -+ ____ =Z~'i.~ __ ~~m~O~~~<?~·-1~~~~~·ar~4-__ J02~~~~. __ -1~~~·~",~~z~O~~£54' ~ 1 Per Schedule on fils

2 with AmR!I>~ 3 4 5

• Totals:

Coihs:

~. 3

• :

RCV NIA

Building Pef Sctte,:lJJfe en flle

with AmRisC'

I,,~· i '''til';''. "K;I:1,";,';,,·, DOL

W81Tllntilll.l:

Rev NlA BPP

"4,97,,,'4

.ALS 12th manthly

BI

",;';~ ~'::,~i::;' "" :~;;; In..,rredSWlu, (O/C)

626,1

. PI"" ,dd 00, I

DOL

Um, "'''I' Ol~ropanol,,",; OiJIt:ropatl(:le& reool"'ld llrundalWliler,;, p""r II! ~ 10&& S/1a1l ood~ ~",led 11M ~Q'''oo IT.I uodGlWilI>fS. H<lwlWe(~ a;I~iUO~ill p"'ml\;tn-,ma;'!HttM!lf&~ a~ ()fl!1e ~"lh"1mQrmatlon I~-re~""dby lJrute"""~[;!,,, -

n

Threshold: 55,OOD

Incurred. S,"tu, (OIC)

"!'y p€!rsDrl who knm";ngly and ,with intent to injure, d<ffra:l,J\l., Of_deceive anY.lnsurer fila:s, a slat;ement cfdaim or ~n if:!ppllcation contalning __ any fal_~,_ Rlcompete, Of misfaadiog'informatJoo is:9uilty oh felony oftha·third dagrae; The' Insured further aeknOwledges the mud statement above and understands thEI'Poliot wl![ confuln a F~tlN¢tice by state; ,Se"arll: carlt<ElJla_llo",'jl_13naltias-applyto'CAT exposa\i.-PI9P,srty ~ FOIlil is ~vailabJ!:l:up'on req!,lest Garriers' ptlrtfcipation m'1Y' change_ prioJ to bincling .or-throt,lghout the cPve~ge_ pe,riod,

To ,the best krlriwl.edge of ttia appliCantaiid the producer, the abo've-infohnation is1i"ue and compl'ete. -'Initial each Se'cilini. Applfdirn Piiritild l:Iam!\ - Title Pradllcer:Ptinteci Nam!\

AppTicantS\gnatur8 Data

Imt],!:! Eacll S¢dipnf!.bo¥a _AR-APP 11-09

IN$URED;

LI,MfTS;

DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAG.E

City of Kenner A1::counHD: 640279

As per thl!raitached_Authorization'or: Indication

Yt;lll2!r~ her$9Y .-not[fi$cj th~l Lifider- ijie T€wroti$m'Rj~khsu.rahce,A¢t of2002', as:amenclad (,TRJN'),'th<)t ypLi nt)W"haVB- a right to 'purchase. insurance 'coverage for losses arisinQ out bf-acts ofterrorls-m, as defined in $Bellon 102(1). Qf-th~ AGI:. ~~'~mendett The term '~act of terrorl$ro" means 'O'iny act-t,hat is certified by ~he Secrelary ofihe Treasury, in concurrencewith iha Secretary of Slate, ~ndthe Attorney Geneml ofthe Uiliied States-to-be,an:act,ofterro,rism;lo'be-a violent act· OJ an act that is dangerous:to- human life. property-!_'O'r infrpstructure; tp ha:ve r9,su!ted in damage within-the ,L1.nfted-'States, or--.outSlde ,the United 'States in th~ case olqn.~ir(:arri,er'or vesSel o.t:the,pre __ mise_s:,ofa, United States"mission; and to have pe~,n committed by'an indIVidual-of-individuals; 'as part:of an efforrto'coerce'the,civilian po.pulatidn:ofthe United States,or'to infl~~Jit;:e'lhe _pplicy pi' affectthe ,conduct 9rthe:Unifed-Stat~s Gqverrtmerit by ccii;tt;iorL

Any cov,erage' you purchase for 'acts of terrorism' shall 'expire at 1'2:00 'inidnight December 31., 2020.- the qat~'onwhjch the TRIA.Prqg~m' is,sche!;ll,lletitQ terminate _unless,the TRIA Prqgram is re~uthoJiZect_or,the ex,pirY'cjate artha- ppliqy\1hiGhev,e'r occurs first, ~nd shaltriot¢()ver any ]a,sses or'ev€!nts, which arrs~- aft_sr'tli¢ -earlier: bfthese dates.

yoU SHOULDKNOI'/ THAT COVERAQEcPROVIDEDBYTf-!IS POLICY .FDR LOSSES CAUSEDSY CERTIFIED ACTS OF TERRORISM IS PARTIALLY REIMBURSED BYTHE UNITED.STATES UNDERA FORMULA E.STilBUSHED BY FEDERAL LAW,.HOI'/EVER, YOUR POLICY MAY CONTAINOTHER EXCLUSIONS WHICH MIGHT AFFECT YOURCOVERAGE, SUCH AS AN EXCLUSION FOR Nl,ICLE}\R EVENTS. UNDER THIS FORMULA, THE UNITED STATES PAYS 85% THROUGH2015; 84% BEGINNING ON JANUARY 1,201o(s3%BEGINNING ON JANUARY 1, 2017; 82,)"BEGINNINGON JANUARY1,.2018;?1'i"BEGINNING ON JANUARY 1, 2019 AND 80% BEGINNING ON JANUARY 1., 2020; OF COVERED TERRORISM LOSSES EXCEEQING THE STATUTORILY ESTABLISHED DEDUCTIBLE PAID BY THEINSURER(S) PROVIDING THE COVERAGE. YOU SHOULD ALSO KNOW THAT THE TERRORISM RISK INSURANCE ACT, AS AMENDED, CONTAINS A $100 BILLION CAP THAT UI\.mSu,S .. GOVERNMENTREIMBURSEMENT AS WELL AS INSURERS' LIABILITY FOR LOSSESRESULTING FROM CERTIFIED ACTS OFTERRDRISMWHENTHE AMOUNT OFSUCH LOSSESJN ANY ONECALENDARvEAREXCEEDS$100 BILLION. IF THE AGGREGATE·INSURED LOSSES FOR ALL INSURERS EXCEED $100 IlILLlON, YOUR COVERAGE MAYBE REDLJCED.

THEPREMIIJM CHARGED FOR THIS COVERAGE IS PROVIDED BELOW AND DOES NOT INCLUDE ANY CHARGES fOR THE PORTION OF LOSS COVERED BY THE FEDERAL GOVERNMENT UNDER THE ACT .. .

[J I n~raby ,erect to piir~hase",c9ver_age for ads oftei'torisrti for a p,rospecti'ye premium of $21876

[J I hereby'_elE!_<;:t ;to,have _ coverage for _acts ,ofterr()rlsin excluded'from'my polley_ I :undetstand that Lwill have' no'coveralle fo'r losses arisinQ ftorri'acts',ofterrorism.

P<:lli¢yholder/Applicaiit's':S~natur'e

This n"tlc? flPPlies to the_'fol,lowing Ci3rrier:s and their respective partiCipation quoted herein:

Date

Qertain Undel'Writers at. Lloyds Indian Harbdr I'nsUr'ance Company QJ3E ,Speci$Jty:lnsuranc.e Co" $1eactfast lo$urance-Company c;snei'al ~ecurity lnder'nnlJ:y -qornPElf1Y-of Ari~na ,LJnited-S-P€fl'Gia_lty In$urance, COmpany-l,.!0ngton fn$uran,~ Comp$ny 'Safet.y'Specialty Insuranbe_ compan~ HOLG!obaLSpecialfy SE Old Republic'Union Insurance, COmpany

Flood Notice ARFN 0318

Ifthe policy issued by AmRisc excludes Flood, the following shall apply:

Flood Exclusion Acknowledgement

I understand the policy issued by Am Risc does NOT provide coverage for loss or damage caused by or resulting from Flood, including any Flood andlor storm surge associated with windstorm events.

I understand that Flood insurance can be purchased elsewhere from a private flood insurer or the National Flood Insurance Program.

It is strongly recommended that Insureds in "Special Flood Hazard Areas" or areas subject to Flood, including Flood and/or storm surge from windstorm events, obtain Flood coverage.

I also understand that execution of this form does NOT relieve me of any obligation that I may have to my mortqaqees or lenders to purchase Flood insurance.

Ifthe policy issued by AmRisc includes Flood, the following shall apply:

Flood Coverage

I understand the policy issued by AmRisc does provide coverage for loss or damage caused by or resulting from Flood, including any Flood andlor storm surge associated with windstorm events.

I understand that loss or damage caused by or resulting from Flood, including any Flood and/or storm surge associated with windstorm events, will be subject to the Flood sublimit stated elsewhere in the policy

I understand that if I do not sign this form that my application for coverage may be denied or that my policy issued by Am Risc may be cancelled or non-renewed. I have read and I understand the information above.

Named Insured: City of Kenner Account No.: 640279

Policyholder/Applicant's Signature

Print Name

Date

April 9, 2019

Mr. Ed Rapier City of Kenner 1801 Williams Blvd. Kenner, LA 70062

Re: City of Kenner

Dear Ed:

Commercial Property Insurance Renewal Recommendation Letter

SIGMA CONSULTiNG CORP.

Main Office

3945 N. 1-10 Service Road West Suite 200

l\:jetairie, LA 70002

tel (504) 598-0111 .filx (504) 212-0799 WW)I'.sigmacorp.Jtet

In accordance with the request of management at City of Kenner (Kenner), Sigma Consulting Corp.

(Sigma) has received and reviewed the insurance renewal quote submitted by Kenner's insurance

producer of record, Daul Insurance (Daul). Sigma reviewed the following line of coverage in the

AmRisc quote, related to the renewal on June 1,2019:

• Commercial Property Insurance

Sigma has provided an executive summary highlight and a recommendation below.

Commercial Property Insurance

On 1122119, AmRisc, LLC (AmRisc) issued a notice of nonrenewal, affording AmRisc the ability to

change terms and conditions, including an increase in premium. Note that there were 10 hurricanes

SRMC ... Your A5sll'~nw of ObjOlrti~~ Independence anrllnl('W'ty.

Firm is a Member of the Society of Risk Management Consultants.

Mr. Ed Rapier City of Kenner April 09, 2019

Page 2

overall in 2017, with 6 being major hurricanes (CAT 3+). In 2018, there were 8 hurricanes overall, with

2 being major hurricanes (CAT 3+). Because of these active and catastrophic hurricane seasons over the

past two years, the Property market has been tightening and renewal premiums are increasing

significantly. Therefore, Sigma asked Daul to actively market Kenner's Property renewal this year.

On 3/8119, Kenner advised that there were no changes in Kenner's expiring Schedule of Values, at a

Total Insured Value (TIV) of$112,088,281. Sigma instructed Daul the same day to enter the market for

this renewal with the expiring Schedule of Values. On 4/8119, Daul provided Sigma with the renewal

quote from the incumbent carrier, ArnRisc, in an effort to meet the COK first reading deadline of 4112119.

But note that Daul is still out in the market and will provide any alternative quotes received before this

renewal, should they receive any.

Given the current state ofthe Commercial Property market, and, in particular, as respects coverage for

Named Storm, we are pleased to advise that ArnRisc has offered a flat renewal this year, offering the

same rate as expiring at 0.390, for the same renewal premium as expiring in the amount of$437,500 for

the same terms and conditions as expiring.

Again this year, ArnRisc provided alternative quotes, with Named Storm Deductible Percentage options

of5% (as expiring), 3%, 2% and 1 %. The renewal quote with a 5% Named Storm Deductible totaled

at $459,033.30 including all taxes and fees. Reduction of the Named Storm Deductible on all locations

from 5% to 3% would cost an additional $58,762.13 (including tax) at $517,795.43. Reduction from

5% to 2% would cost an additioual $99,895.84 (including tax) at $558,929.14, and reduction from 5%

to 1 % would cost an additional $146,905.34 (including tax) at $605,938.64.

Please also note that, for the past several years, AmRisc has charged an engineering/inspection fee

because their carriers were requiring re-inspections in 2017 and 2018. In 2017, the fee was $7,549.20

including tax. In 2018, the fee was $1,311 including tax. However, this year, AmRisc is not charging

an engineering/inspection fee, so we expect that there will be no additional inspections this year. As a

result, the overall premium is less than expiring by $1,311, given the TIV and the rate did not change

from expiring.

Mr. Ed Rapier City of Kenner April 09, 2019

Page 3

Note that the only change in tenns and conditions between these options is the Named Stonn percentage

deductible and the resulting premium. All other terms and conditions are identical between the four (4)

options. Additionally, note that the Named Stonn Deductible is subject to a maximum $5,604,414 per

OCCurrence and in the aggregate, with a trailing deductible of$IOO,OOO per occurrence that would take

effect in the event that the maximum aggregate deductible was exhausted from prior Named Storms

occurring during the policy period, and then an additional Named Stonn occurred during the same policy

period. Also note that the maximum Named Stonn Deductible reflects 5% of the Total Insured Values,

and will change respectively with any change in the TIV during the year.

A brief summary of key factors related to the Commercial Property renewal quote is provided here.

Please see attached Exhibit A for a detailed comparison of renewal tenns and pricing, compared to

expiring, with all Named Stonn Deductible options reflected .

Carrier

. .i\,mRil'c 5% Named·

Storm . Deduc1:ible

Mr. Ed Rapier City of Kenner April 09, 2019

Page 4

Given the pricing that Sigma received on Kenner's behalf, and based on Kenner's appetite for risk and

the factors noted above, Sigma recommends that Kenner renew AmRisc Option 1, at a 5% Named

Storm Deductible, as expiring, for a total renewal premium of $459,033.30.

Should Sigma receive alternative quotes from other carriers, we will provide an updated version of this

Renewal Recommendation Report. If you have any questions regarding our recommendations herein,

please give me a call.

Kindest regards,

SIGMA CONSULTING CORP.

Helena D. Shaw Senior Consultant

About Sigma Consulting Corp. Sigma Consulting Corp. provides independent, innovative and useful professional management consulting services that add value to our clients' decision-making processes without the pressure of product sales. Please visit us at www.sigrnacorp.net to find out more about Sigma and our extensive management consulting services available.

Exhibit A City of Kenner Commercial Property Quote Comparison

Effective 06/01/2019

i'-I

Page 1 of2

Exhibit A City of Kenner Commercial Property Quote Comparison

Effective 06/01/2019

Page 2 of2

I O~S";,j -£ ....

- -, :_':':-'-_:----i:-'->-->,--AmcRH~c-- --:.,,_/:',:\: ,AmRiso- _" _ _ AmRh~c:' _ " AmRisc' '. ' .. " S%Nam .. ed.S. W.,",. Dedu.Ubl •. '. 3% Named Storm Deductibl. . 2% Named Storm Deductible 1% Named Storm Deductlb"

, -: "-' ,., ,'_,'. - ,'- -___ ~}{f.iIRING, OPTION t OPTION 3 OPTION 4

<>d Property

)rdinance or Law

IOrdi~_~

Jervice

Clean Up & Removal--=-Annual , Trees & Shrubs

Sewer Drain and Backu S oila e Transit (inland)

IDat~

;, flues & drains

J Expense s Substance t Time Element oration

d from Ins_ured Locations

'" 'VV,VUV! $100,000 $100,000

.. 1, 60 days to report

Cvg A: Bldg limit; Cvg B: 20% per bldg, max $5MM per occ; Cvg C; Incl

in B; Cvg D: Incl in Time Element Limit Covg E: Incl in Bldg Limi!

30 Days $100,000

1.,JL?§,900 pe

$11 $250,000

Included if not caused by Flood 5,000 0,000

__ §J.poo,ooo, 60 days to repCl_rt

Cvg A: Bldg limit; Cvg B: 20% per bldg, max $5MM per occ; Cvg C: Incl

in B; Cvg D: Incl in Time Element Limit Covg E: Incl in Bldg Limit

30 Days $100,000

$100,000, $25,000 per item $100,000

Included if-not caused by Flood $25,000 199,000 100,000

1t Covered ---- Not C

Jot Covered Not Covered

$1,000,000, 60 d9ys to report

Cvg A: Bldg limit; Cvg B: 20% per bldg. max $5MM per occ; Cvg C: Incl

in B; Cvg D: Incl in Time Element Limit Covg E: Incl in Bldg Limil

30 Days $100,000

I, $25.000 per item $100,000

ded 000

Included

'I> IUU,OO' $250,00'

'd by Floo, $25,000

Included

Not Covered Not Covered Not I

0& in a re ate $500,000 & in

), 60 days to report $1,000,000, 60 days to report

Cvg A: Bldg limit; Cvg B: 20% per bldg, max $5MM per occ; Cvg C: Incl

In B; Cvg D: Incl in Time Element Limit Covg E: Incl in Bldg Limit

30 Days _ _ $100,000

l, $25,000 per item )0,000 ::luded

',000 ,000

$100,00 $100,000

$1,000,000 Included

Not Covered

Cvg A; Bldg limit; Cvg B: 20% per bldg, max $5MM per occ; Cvg C: Incl

in B; Cvg D: Incl in Time Element Limit Covg E: Incl in Bldg Limil

$100,000, $25,000 per item $100,000

ncluded ~10,000

~25,000

100,00C ,OOC

$1,000,000 Included

~red Not COVefe(

Not Covered Not Covered Not Covered Not Not Covered Not Covered Not Covered Not Covered

SPG" ... ~... Not Covered Not Covered Not Covered Not Covered I Not Covered

rOtHERCONDltlONS I . . . ..... . . '. . ~ ... C ... ' '.

I Real/Personal Property: RC Real/Personal Property: RC Real/Personal prop. erty: RC~ Real/Personal Property: R~ Real/Personal Property: RC Business Income: ALS Business Income: ALS Business Inc{)me: ALS ......... Business Income: ALS Business Income: ALE

--- - --- Nil Nill Nill Nil

I Signed AmsRisc App/SOV, Flood I Signed AmsRisc ApplSOV, Flood N/A Notice, TRIA Disclosure Notice Notice, TRIA Disclosure Notice

Signed AmsRisc ApplSOV, Flood I Signed AmsRisc ApplSOV, Flood Notice, TRIA Disclosure Notice Notice, TRIA Disclosure NotiCE

None mel NonE

~

On motion of Councilmember , seconded by Councilmember ______ , the following ordinance was introduced:

SUMMARY NO. 12,526 ORDINANCE NO. ___ _

AN ORDINANCE RATIFYING THE BLUE CROSS BLUE SHIELD OF LOUISIANA POLICY AND RATES FOR HEALTH INSURANCE COVERAGE FOR THE CITY OF KENNER EMPLOYEES/RETIREESIDEPENDENTS FOR THE FISCAL YEAR JULY 1, 2019 THROUGH JUNE 30, 2020, AS SET FORTH IN THEIR PROPOSALS

WHEREAS, the City's health insurance agreement with Blue Cross Blue Shield of Louisiana expires on June 30, 2019; and,

WHEREAS, the Administration negotiated the rates and benefits with Blue Cross Blue Shield of Louisiana; and,

WHEREAS, the quote for health insurance coverage for the City of Kenner employees/retirees/dependents has been received from Blue Cross Blue Shield of Louisiana; and,

WHEREAS, after evaluation of the Blue Cross Blue Shield of Louisiana proposal for the 2019/20 fiscal year, Sigma Consulting Corporation has recommended that the City of Kenner accept the rates and health care plan as proposed.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the Council hereby ratifies the Blue Cross Blue Shield of Louisiana policy and rates for health insurance coverage for the City of Kenner employees/retirees/dependents for the fiscal year July 1, 2019 through June 30, 2020 as set forth in their proposal.

SECTION TWO: That the Blue Cross Blue Shield of Louisiana proposed rates for plans are attached hereto and made a part thereof.

SECTION THREE: That the Mayor is hereby authorized to sign any and all documents necessary to give full force and effect to the ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the _ day of _______ , 2019.

CLERK OF COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

15E

.' .. ,'" ." "" c .... ,'.;

Blue CrosS and B!ue Shield of Louisl~m", HMO LoufsTaoa

March 29, 2019

City of Kenner Attn: Wendi Folse 1801 Williams Blvd. Kenner, lA 7()062

Group Number: 78L72ERC Rate EffecliveDale: 71112019

Dear Group Administrator:

Thank you for allowing us to be yourhealthcare partner and provide benefit solutions to your employees. Please know that we strive to provide your group with access to quality products <J)1d Services at competitive rates.

After a careful study of your group, we have detenniued that a rate adjustment is not necessary for the upcoming policy year. Additionally, due to favorable experience, the group's current rates will be lowered by 15.0%.

Enclosed you will find a Renewal Rate Illustration page outlining any rate adjustmeut for your group's products and the Notice of Plan Changes which {lutIines specific benefit changes tIlat will apply on tI,e effective date s!atad above.

Please sign a benefit change form to acknowledge agreement of all changes. Additionally, now would be a greattime to review other options designed to meet the needs afyonf group and your budget. :Please have all benefit changes in the home office at least three (3) weeks prior to the anniversary date. Allow four ( 4) weeks if the prescription drug benefit is cbanged, if applicable.

We hope that the infonnation iucludedin tbis group renewal packet ,,111 help guid/; you through this year's policy renewaL If you have additional questions, please contact your regional office representative.

Sincerely,

~L.m~ Chatles L Morgan Group Underwriting

wcvw.beiJ!!'z..-'::"'" t;b:':~, n,·,(,,,,'I'1",,-,,,,, I, B:>:<>r> RQ"f1'". ,-",,,IO<i,,,,),, 10;;>,;>')

[><0. !k>:9S0"2:t: I &.toll f{",-'wi>. LOlll",:::"n f 108;],,-802:1 !2.2S: :>f\~"~07 , "'''' r2::?,,) ?<1';:<,.o!'i<!

Blue Cross and Blue Shield of Louisiana HMO louisiana

Renewal Rate U1ustration Group Name:

Group Number:

Renewal Dale:

Rate Adjustment:

Benefit Plan I

Class Employee Only Employee.Plus Spouse Employee Plus Child(",n) Employee Plus Family

Banefit Plan II

Class Employee Only Employee Plus Spou"e Employee Plus Chlld(ren) Employee Plus FamITy

CITY OFKENNER

78L72ERC

JULY1,2019

-15.0%

BlueConn",,! $1,000 Deductible

Current Rates $640.81

$1,412.17 $1,219.33 $1,804.29

Signature Blue $1,000 Deductible

Current Rates $640.81

$1.412.17 $1,219.33 $1,804.29

Non~Grandfathered

Renewal Rates $544.59

$1,200.34 $1,036.43 $1,533.65

Non·Grandfathered

Renewal Rates $544.69

$1,200.34 $1,036.43 51,533.65

A. Premium Income

A Annualized Premfum@S424,Be6/MOrllh

B. Claims

B1 !ilCU~d & Reported Claims 711118 10 3{1/fe

82 Large CfaimsAdjustment

83- Prot. ',inctJ(fe:d & Reported Claims 311119 to 711119

B4 Tot fnCUTl'ed & Repor..ed Claims 711tIS to 711119 (B1-B2+B3)

8s Projected Unreported Claims

Bs Ret;Oupment ofNon-Pcnled CIaims

H7 Incurred Claims (S4-+B5'+BS)

BB CoIJtract Growth Adjustment Adjustment % 0,00%

B9 Bern.mtAdJu!:!.nn6m Effective Upon R.enewat Adiustment % O_{)3%

810 AdjUsted InCUlreO Claims {B7+B8+89)

C. Projected Future Incurred Expenses

Cl Proj. incurred Claims 711n9 fo 711/20

(B10 Tr.endect 12mos.)

C2, PalWn! of Premium as Administrative ServIces

C3 Percent of Premium as BrokerCommiss-ions

C4 Percentof?~m!um as FPAGA Health ins Tax

C5 Percent of Premium as Pooling Chrg @ 5150,000

RENEWAL RATE COMPUTATION PeR

CITY OF KENNER GROUP NUMBER T8L72ERC

RENEWAL EfFECTIVE pAn; ,n jI Y..1.201a

Modical

$1,557,367

S339,545

$848,283

$2,064,105

$270,39&

$300,000

$2,634,503

$0

5790

$2,335,29-3

52,740,705 (11S31mo"'4.0%)

5.00%

2.00%

1,26%

3.£0%

Drug $3:30,761

SO

5339,641

$970,402

$16,497

$9SS-,898

-$5,.Q9!;i.B72 latest month of PremIum annuali'zed

Total 52.1B8,128 Cfaims Paid in Experfence Period

$339,545 Total Dollars- Removed on Claim over Pooling level

$1.185,924 ProjectIon of Future Paid & Reported Claims

$3,034,507 Projection of Cfaims with Dates of Service

and Paid Dates in the Experience Period

$286,895 Estimate of Claims that were Jncurr~ but not Reported- as Paid at the end of the locurred &. Reported'Period

SBOO,OQO Portion of Large C\.aim below Pooling level

$3,621,40'1 Sum of Incurred &, Reported, Unreported. Recoupment for Cfalm portion below Poo~ng level

$0 Projec:tron of Additiona! Claims due to Gra.r.>t1

$2.96 S1,nBe Projection efefaims due to Benefit Changes

$987,194 $3,622,488 tncurred Claims lncludingAdjilsfments

$1.076,042 $3,816,747 Incurred Claims trencIed by-using the midpointoi (1l;r5Imo"'- 9.0%) Experience Parted to the midJjoint of Reneo.'/al Period

$216.516, The cost to Adminlsterthe- Benefit Plan

$86-,006 The- cast for Broker Commissions

$54,562: The wst for PPACA Health fnsutanpe Taxes

$155,892 The cost for Poofing Large Claimants

TOTAL NEEDED PREMIUM (C1+C2+C3+C4+C5) $4~330,323 The- sum of Projected jncurred Claims, AdmInistration,

Broker Commis:;:;ion. PPCA Fees snd Pooling

NEEDED RATE ADJUSTMENT (Total Needed Prem!umfA)

BCBSLA grp undw\Cim G:\Acturuial Share\Underwrffing\MRRP\City of Kenner12019JPub

0.0% The- percerrtage increase needed to bring the Premtum based on Ole ctJ1"rent rates up to the required Renewal Premium

NOTICE OF PLAN CHANGES for 2019 Fully lnsured Groups

Blue Cross and Blue Shield of Louisiana and HMO Louisiana, Inc. are committed to improving the health and lives of Louisianians. We are dedicated to this mission and to providing coverage fuat meets the healthcare needs and budgets of your employees and their fammes.

The Cross and Shield has more than SO years of service in our communifies and we ,are working hard to provide you and your employees with the tools and information needed to stay healfuy. We lake this responsibility seriously and appreciate your confidence in us to deliver the best possible heaHhcare solutions for your business,

In an effort to keep costs under control, improve thequaJity of care for your employees, and comply Wl1h the Affordable Care Act (ACA), we are implementing the benefit changes outlined below for Fully Insured Groups. Unless otherwise stated, these changes will become effective upon your group's anniversary date in 2019. Please no!e: all benefit changes listed below apply when services are rendered by a Network Provider.

Please read this information carefullv.

, ' 2MB BENEFIT OHANGES APPLICABbE me BOTH ~" , GRANDFAmBERED AND NON·GRANDFATHERED MEDIOAL PLANS:

;;" '"

Addition.1 Prior Authorizations Required

Registered Dietitian Visils

1/19 -12/19 Anniversary

Ourrent For a full lis! of services and supplies requiring prior authorization, please refer to your group's Schedule of Benefits.

2019 Prior authorizations wm now be required for the following services:

• Large Joint surgenes and Arthroscopies as a part of the Musculoskeletal Care Management Program

o Authorizations include: Joint Replacement (Bip, Knee & Shoulder), Arthroscopy and Open procedures (ShOUlder & Knee), Hip Arthroscopy, Meniscal Allograft Transplantation olthe Knee and T realmen! of Osteochondral Defects

• Cardiac Diagnostic and Inlerventional Service as a part of the Care Management Cardiac Services Program

Ourrent

o Authorizations include: Stress Echocerdiography, Resting Transthoracic Echocardiography, T ransesophageal Echocardlography, Arterial Ultresounll, Coronary Arteriography and Percutaneous Coronary Interventions such as Coronary Stents and Balloon Angloplasly

Visits are subject to copayment or deductible/coinsurance.

2019 As a part of preventive and wellness benefits, your plan now Includes one visit with a Registered Dlefitian per benefit period at no cost to the member. Additional visits are subject to copayrnent or deductible/coinsurance_

Page 1

Current Network Physician Assistants (PAs) are classified as Primal}' Care Physicians (PCPs) in all networks, but

Physician Assistants now classified do not partlcipale in Quality Blue Primal}' eare (OBPC).

as a PCP and included in aBPC 2019 PAs will now participate in the QSPC Program, the oifioo visit copayment may be regucoo if a member visits a PA in the OBPC Program.

Current Only hospitll baseil SNFs are considered in network,

Addition of Free Slanding Skilled NUrsing Facility (SNFs) 2019

EffectiVe 11112019, we are now contracting with free standing Sl<Jlled Nursing Facilities, For a list of network. facilities go, to ;[k"lHiv.tcbsl-fi.comlDndce,re. Members may pay more if they do not receive prior authorization.

Current Annual cancer screenings for breast cancer survivors are currently covered,

Screenings for Breast Cancer 2019 Survivors Effective 111119, it is now Louisiana law to provide access to ooditional canoor screenings for breast

cancer survivors, Members eligible for these annual screenings to look for new primary cancers are those breast cancer survivors who have had bilateral mastectomy, completoo treatment and who have been determined to be cleared of cancer, Contract benefits 10/111 apply.

Current I It is not commonly known that coverage of minimum mammography examinations includes but Is not

Cla,ilication of Coverage for 3-D rrmited to Digital breast tomosynthe.sis (3-D Mammogram),

Mammograms 2019 Wh!;l'n mammograms are a covered benefit, the member may choose to get a 111m mammogram or 3-D mammogram covered at no cost to the member when obtained frqm a network provider

Current Endoscopies are considered high-tech imaging,

Endoscopy not included with High- 2019 Tech Imaging Endoscopies are considered an outpatient surgical procedure (nol high-tech imaging) and will not require

prior authorization on most plans, Please see your group's Schedule of Beneflls for authorization requiremenis_

Current Change ro Ja» andlor Incarceration T realment of a member confined in a prison, jail or other penal instiMon is currenny excluded,

Exclusion 2019

;;;~'CS'0.<:Jt lJ:)!;:,'fj 2r;AZ'J{ 0::::,;,,':i .9i20~ Louisiana law now requires coverage of cfaims for treatment of any member detained in a correctional facilify that has not been oojudlcatoo or convlctoo of the cominaloffenS\'! causing the detention,

The order of benefit determination rules govem the order in which each Plan will pay a claim for benefits, Coordination of Benefits (COB) has been revised according to §321, Appendix A - C Louisiana

Coordination of Benefits (COB) Department of Insurance - Rsgu!ation 32, A copy of Appendix G is also available on the Louisiana Department of Insurance's website at htlDs1iwww,ldila,gov/docsldefault-sourceldocumenlWlegaldocslregulalions/reg32-aQgendixc,gdf?sfvrsn-21e14b52 0

1/19 -12/19 Anniversary PageZ

Cost of Living Adjustments (COLAs) based on IRS Guldefine.

Gen. Therapy and Cellular Immunotherapy

The IRS has made !he following 2019 Cost of Living Adjustments, which will be reflected in your group's 2019 plan.

Plan Type Coverage 2018 2019 Non·HSA Qualified Plans Individual $7,350 $7,900 Non·HSA Qualified Plan' Family $14,700 $15,BOO

I··· •. ' IRSOUt-Of'POi:ket(OOJ;]liIaxim. umS . .I.orH .. S.A. , •. · ... I ... lglbleH ... D. ".H ... Ps .......... ' .......•••.•. I '., .•.. .... . '.. ..... GF&NGFr".>" Plan Type Coverage 2018 2019 HSA Qualified Plans Indi~dual $0,650 $6,750 HSA Qualified Plans Famil $13,300 $13,500

Plan Type C<>verage 2018 2019 HSAPlanType Individual $1.350 $1,350 HSA Plan I)'Ile Family $2,700 $2,700

Current Since this is brand new teChnology, there is no existing language in your poficy as to how we cover these technologies today.

2019 Gene Therapy is a Iype of treatment that inserts genetic material [DNA or RNA) into a patient's cells to prevent or fight disease. Cellular Immunotherapy is a treatment where immune cells from the patient or a donor are collected, reprogrammed to fight disease, and edministered to the patient These technologies are highly specIalized and very expensive. These services are covered when we determine them in writing to be medically necessary and when we approve the use of !he administering facility In writing, prior to services being rendered.

201S BENI'lFIT OHANGES APRUGABUE]b N0N.I:lRANDEATtiERED MEDIGAU P!1ANS: , ~ i' , '

Current Coverage available to children 6 years and older.

Expansion of Childhood Obesity eenefits 2019

This benefiUs being expanded to include children and adolescenls 3 years through 18 years lor intensive behavioral counseling to improve weight status. These services are not available in a facility setting.

Current Adulls aged 19 years or older, who are found to be obese (with a Bocly Mass Index 0130kglm2 or higher) qualify for 12 sessions of intensive behavioral counseling to Improve weightstatus per lifetime.

Expansion of Adult Obesity Benefits 2019 Trestmentls being expanded from 12 sessions per lifelime to 12 sessions per benefit period at no cost to !he member. Additional visits are available to Ihe member subject to copayment or deductlblelcoinsurance. These services are not availablein.a facilily setting.

• Screening for Diabetes Mellitus after Pregnan!rt: T esfing- i;lnd screening for diabetes. in Additions and Changes to Preventive postpartum women who have a history of gestational diabeles. To test and screen, !he woman

Services cannot be currentiy pregnant or have been diagnosed with Iype 2 diabetes. This benefit is Governed by WPS available at no cost to the member when performed at a Network Provider.

(Women's Preventive Services) • Screening for UrinarY Incontinence: Urinary incontinence screening covered at no cost when received from a Network Provider .

....

1/19~ 12/19 Anniversary Page 3

I

., " .

Current Addition of Diabetes Prevention This benefit is not available.

Program (OPP] 2019

i)f;Dh)\)fi;;;\1~ :;;~:;::~;;~~i;l:;i\~~ A Diabetes Prevention Program (DPP) is now available to members, aged 18 years or older. Members who are clinically eligible for the program can participate at no cost to them when the services are

,;,<II£[,;.i" Yiur r2dW,,; rendered by a network provider. The DPP offers ongoing support to help participants eat healthier, move more, sleep belter and manage stress - one small step at a time. The program includes an interactive program, a professional health coach, a wireless smart scale and a smail group of peers.

Current Plans generally exc!ude1 programs designed to change lifestyles or behaviors. However)- there are some programs that are covered, such as wilderness therapy.

Change to the Lifes!yle.Wilderness Programs Exclusion 2019

We are revising the lifestyle exclusion to clarify thatwildemess therapy, which is intended to change behaviors, is covered when medically necessary. These programs are used for the treatment of mental health conditions or substance use disorders.

The ACA requjres preventive and wallness service coverage per U.S. Preventive Services Task Force (USPSTF) recommendation levels 'A' and '8'. These preventive and wellness services will be covered at no cost loyou when rendered by a Network provider. Upon renewal, the services listed below will be added to policies!or 2019. Additional services may be added as required by law and may include enhancements to exIsting services.

• Childhood Obesity: The treatment of behavioral counseling is being changed from 12

Additions and Change. to Preventive consecutive months to 52 Visits per lifetime and tlH~n contract benefits. These services are not

Services available in a facility setting.

Governed by USPSTF • Fall Prevention and Vitamin D GQyerage: Interventions to prevent falls in community dwelling

(U,S. Preventive Services Task older adults, aged 65 years and older,covered at no cost 10 members when rendered bya

Force) Network Provider. Generic Vitamin D (up to 800 IU) will no longer be covered at no cost to the member as the USPSTF no longer recommends Vitamin D to prevent falls.

• Screening fur Osteoporosis to Prevent Fractures: Screening fur women aged 65 or older and for younger postmenopausal women at an increased risk for fractures, available at no cost if received from a Network Provider. Screenings include the central DXA (bone mass measurement), peripheral DXA, or quantitative ultrasound.

• Behavioral Counseling to Prevent Skin Cancer: Behavioral counseling for skin cancer covered at no cost when rendered by a Network Provider. Thi$ is an update to the existing mandate.

, , 2019 BENEFIT CHANGES APPLICABLE ID NDN·GRANDFATHERE@

BLUE CONNECT MEDlCAE PeANS,

Blue Connect Expansion' Baton Rouge

1/1.9 - 12/19 Anniversary

Current The Blue Connect network includes the following service areas: Orleans, Jefferson, Sl Tammany, Sl Mary, Evangeline, Ibelia, Lafayette, SL Martin, Sl Landry, Acadia, Vermilion, St. Chanes, SL John, Plaquemines, St. Bernard, Bossier and Caddo Parishes.

2019 Effective 11112019, the Blue Connect network is expanding to include the following service .reas: Eas! Baton R.ouge, West 8aton Rouge, Ascension, and Livingston.

Visit ,\'-\':\v.scbsI2.com:!fincicarB to find a providerln the Blue Connect network.

Page 4

"

, ,::,,;-,1",

",,"·;'h:"-c

2019 BENEFIT CHA'NGES APRUIOABI£E TO GRA'NDEA1!l'IERIlW MEDIOAL PLANS:

Addition of Childhood Obesity Benelit

Addition 01 Adult Obesity Benefit

Additional Diabetes Prevention Program (DP?)

,

Current Benefit not available.

2019 A childhood obesity benefit has been added, which covers intensive behavioral counseling to improve weight status of children and adolescents aged 3 through 18. The benefit includes 52 visits per lifetime at no cost to the membec These selVices are not avallable in a faCl1ity setting.

Current Benefit not available.

2019 An adult obesity benefit has been added fOr adults aged 19 years or older, who are found to be obese (wilh a Body Mass Index of 30kglm20r higher). Members can qualify for 12 sessions of intensive behavioral counseling 10 improve weight status per benefit period at no cost In the member. Additional visils ara subject to copayment or deductiblelcoinsul13nce. These seMces are not available in a facility setling.

Current This benefit is not available.

2019 A Diabetes Prevention Progl13m (OPP) is now available to members, aged 18 years or older Members who are clinically eligible forthe progl13m can participate at no costlo them when the services are rendered by a network provider. The DPP offers ongoing support to help participants eat healthier, move more, sleep better and manage stress - one small step at a time. The program includes an interactive program, a professional health coach, a wineless smart scale and a small group of pears.

Please us", this Notice of Plan Ch,mllla5 for infonna!ional purposes, To review these changes in full, you may view the 2019 contract books located

As always, your satisfaction is our top priority. Please contact your regional office representative if you have any questions about thls Notice of Plan Changes. Thank you again for allOwing us the opportunity to serve you.

Alexandria: Baton Rouge: Houma: Lafayette:

1/19-12/19 Anniversary

318.448.1660 225.295:2556 985.853.5964 337.232.7527

Lake Chartes: Monroe: New Orleans: Shreveport:

337.562.0595 318.323.1479 504.832.5800 318.795.0573

- PageS

On motion of Councilmember , seconded by Councilmember ______ , the following ordinance was introduced:

SUMMARY NO. 12,527 ORDINANCE NO. ___ _

AN ORDINANCE RATIFYING PRUDENTIAL POLICY AND RATES FOR LIFE INSURANCE COVERAGE FOR THE CITY OF KENNER EMPLOYEES FOR THE FISCAL YEAR JULY 1, 2019 THROUGH JUNE 30, 2020, AS SET FORTH IN THEIR PROPOSALS

WHEREAS, the City's life insurance agreement with Prudential expires on June 30, 2019; and,

WHEREAS, the Administration negotiated the rates and benefits with Prudential; and,

WHEREAS, the quote for life insurance coverage for the City of Kenner employees/retirees/dependents has been received from Prudential; and,

WHEREAS, after evaluation of Prudential proposal for the 2019/20 fiscal year, Sigma Consulting Corporation has recommended that the City of Kenner accept the rates and health care plan as proposed.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the Council hereby ratifies Prudential policy and rates for health insurance coverage for the City of Kenner employees for the fiscal year July 1, 2019 through June 30, 2020 as set forth in their proposal.

SECTION TWO: That the Prudential proposed rates for plans are attached hereto and made a part thereof.

SECTION THREE: That the Mayor is hereby authorized to sign any and all documents necessary to give full force and effect to the ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the _ day of _______ , 2019.

CLERK OF COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

15F

NOTE: The rate for one or more coverage(s) offered under the Group Contract depends upon support from the rate charged for other coverages under the Group Contract. Premiums paid by the Plan for one coverage will cover some or all of the cost of another Plan coverage. Prudential is quoting this rate on the basis that the employer has reviewed the rate structure as described and will, if accepted, represent and warrant that (i) such arrangement is consistent with the requirement for use of plan assets and its fiduciary responsibilities under the Employee Retirement Income Security Act of 1974, as amended ("ERISA"); (ii) the coverages are being offered to the participants under a single ERISA plan; and (iii) the Plan's rate structure is consistent with Plan documents and related communications to participants.

Since this is your plan decision, and Prudential does not provide tax or legal advice, you are encouraged to consult your own counsel.

** Charges for AD&D coverage include insurance premium and a fee for AXA Travel Assist [which is partially subsidized by Prudential].

On motion of Council member , seconded by Councilmember __________ , the following ordinance was introduced:

SUMMARY NO. __ _ ORDINANCE NO. __ _

AN ORDINANCE ADOPTING THE OPERATING BUDGET FOR THE CITY OF KENNER FOR THE FISCAL YEAR BEGINNING JULY 1, 2019 AND ENDING JUNE 30, 2020 AND PROVIDING FOR RELATED MATTERS

WHEREAS, Section 6.04 of the City Charter requires the Council to adopt an Operating budget no later than June 15, 2019; and,

WHEREAS, in accordance with Section 6.03 of the Charter for the City of Kenner, the Mayor has submitted his proposed budget on or before May 1, 2019; and,

WHEREAS, the Council has now completed public hearings on the proposed budget; and,

WHEREAS, the City operates on a July 1 to June 30 fiscal year, while all ad valorem taxes are paid to the City on a calendar year basis; and,

WHEREAS, it may therefore become necessary for the City to borrow funds in the early part of the fiscal year in anticipation of revenues to be received from ad valorem taxes collected later in the fiscal year.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the Operating budget of the City of Kenner for Fiscal Year 2019/2020 is hereby adopted.

SECTION TWO: That pursuant to Section 6.05 of the Charter for the City of Kenner, at any time during the fiscal year, the Mayor may transfer part or all of any unencumbered appropriation balance among programs within a department, and upon written request by the Mayor, the Council may by ordinance transfer part or all of any unencumbered appropriation balance from one department to another.

SECTION THREE: That in conformity with La. R.S. 39: 1307(0), it is hereby certified that all action required La. R.S. 39: 1307 has been completed.

SECTION FOUR: That the adopted budget is available for public inspection during normal business hours at the office of the Finance Director, 1610 Reverend Richard Wilson Drive, Kenner, Louisiana.

SECTION FIVE: That this budget shall constitute the authority of the administration to advertise for bids for the contract and purchase of goods and services authorized herein. Bids shall be opened at 10 A.M. each Tuesday at 1610 Reverend Richard Wilson Drive, Kenner, Louisiana, or at such other time, day, or location as may be established by the administration.

SECTION SIX: That the administration is further authorized and empowered to borrow such funds as may be necessary, in anticipation of ad valorem tax revenues.

SECTION SEVEN: That all ordinances or parts of ordinances in conflict with this ordinance are hereby expressly rescinded and repealed.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the _ day of _______ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

DESIGNATED AREA: CITYWIDE

16A

On motion of Councilmember , seconded by Councilmember _________ , the following ordinance was introduced:

SUMMARY NO. ___ _ ORDINANCE NO. _ __ _

AN ORDINANCE ACCEPTING THE LOWEST RESPONSIVE BID RECEIVED FROM LIGHTLE ENTERPRISES OF OHIO, LLC TO SUPPLY SIGN POLES, BRACKETS AND MISCELLANEOUS SIGN SUPPLIES ON AN AS NEEDED BASIS IN ACCORDANCE WITH SEALED BID NO. 19-6476 IN AN AMOUNT NOT TO EXCEED $30,000.00 ANNUALLY FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, sealed bids were solicited, opened, and tabulated by the Finance Department on Apri l 17, 2019 to supply sign poles, brackets and miscellaneous sign supplies on an as needed basis for the Department of Public Works; and,

WHEREAS, it is the recommendation of the Deputy CAO of Public Works that the lowest responsive bid received from Lightle Enterprises of Ohio, LLC be accepted; and,

WHEREAS, funds are available in Account No. 0012900-5730.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the lowest responsive bid received from Lightle Enterprises of Ohio, LLC to supply sign poles, brackets and miscellaneous sign supplies on an as needed basis in accordance with Sealed Bid No. 19-6476 is accepted.

SECTION TWO: That a contract between the City of Kenner and Lightle Enterprises of Ohio, LLC in an amount not to exceed $30,000.00 annually is authorized.

SECTION THREE: That any amendments or change orders to this contract may be approved by resolution.

SECTION FOUR: That the Mayor of the City of Kenner is authorized to execute any and all documents as may be necessary to fulfi ll the intent of this ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of ______ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

'168

E. "B EN" ZAH N III MAYOR

Date: April 17, 2019

CITY OF KENNER OFFICE OF FINANCE

MEMORANDUM

To: Tom Schreiner, Deputy CAO - Public Works

From: Michael T. Wetzel, Chief Financial Officev~

MICHAEL T. WETZ EL CHIEF F INANCIAL OFFICER

Re: Sealed 19-6476 Contract to Supply Sign Poles, Brackets Misc. Sign Supplies

Attached is a copy of the bid tally sheet and the bids received regarding the above referenced subject. Please review and forward your recommendation by selecting the appropriate box below.

The lowest bidder is Lightle Enterprises of Ohio, LLC with a bid total of $210,084.70. If you are recommending this vendor for award, please mark the appropriate box below and return to the Finance Department. Since the amount is over $5,000.00, Council approval is required. Therefore, your department will need to prepare the necessary legislation.

If for any reason the lowest bid is not recommended, please mark the appropriate box below and furnish the Finance Department with a detailed explanation of your justification for the recommendation. The Finance Department will then review your submitted recommendation for appropriate action.

Should you have any additional questions or concerns, please contact my office .

•••••••••••• ••••••••• ••••••• ••••• ••••••••••••••••••••••••••••••••••• m •••••••••••••• m.1

"'EF- Accept Lowest Responsive Bidder

D Reject Lowest Responsive Bidder

Recommended Vendor: :-:-:---;_-;:-_________ _ (Explanation Must Be Attached)

APproved .lf!~/J .~~?'-& ~

CC : Jimmy Dennis -Director - Public Works Streets Christine Calamari, Office Manager III Roxanne Driscoll, Contracts Specialist

OFFICE OF FINANCE· 1610 REVEREND RlCHARD WILSON DRIVE ' KENNER, LOUISIANA 70062 OFFICE (504) 468-4049 • FACSIMILE (504) 468-6632 • WWW.KENNER.LA.US · EMAIL: [email protected]

CITY OF KENNER BID TALLY SHEET

DEPARTMENT: PUBLIC WORKS

BID NO. 19-6476

~ Sealed Bid

o Telephone Bid

o Letter Bid

BID DESCRIPTION: CONTRACT TO SUPPLY SIGN POLES, BRACKETS & MISC. SUPPLIES AS NEEDED

BID OPENING DATE: APRIL 17, 2019

"as read at bid opening"

VENDOR TOTAL BID COMMENTS

TRAFFIC SOLUTIONS '$600,305.00 VULCAN, INC. NO RESPONSE TRAFFIC CONTROL PRODUCTS NO RESPONSE MD SOLUTIONS $357,827.25 LIGHTLE ENTERPRISES OF OHIO, LLC $210,084.76

_ .. -_. - -_ .. -_. -_._. ---- - _. - L-______ - --

Isf

\

CITY OF KENNER OFFICE OF FINANCE

~. "BEN'! ZAHN III MAYOR

MICHAEL T.. WETZEL CHl'EF FINANC IAL OFJi'ICSR

! ,

MARCH 27, 2019

RE: SEALED BID 19-6476

DEAR BIDDER:

ATTACHED PLEASE FIND THE FOLLOWING BID PACKAGE FO~ THE GITY OF KENNER CONCERNING:

CONTRACT TO SUPPLY SIGN POLES, BRAC,KETS AND MISCELLANEOUS SIGN SUPPLIES '

ON AN AS NEEDED BAS'IS FOR THE DEPARTMENT OF PUBLIC WORKS

FOR THE CITY OF KENNER ' ,

PLEASE REVIEW THE PACKAGE AND INSURE ALL NECESSARY FORMS ARE SIGNED AND RETURNED PER THE BID CHECK LIST SHOULD YOU HAVE ANY QUESTIONS'REGARDING THE PACKAGE, YOU MAY CONTACT THE FIREDEPARTMENT AT (504) 468-7261, BETWEEN THE HOURS OF 8:30 A.M, AND 4:30 P,M, DAILY, EXCEPT SATURDAYS. SUNDAYS AND HOLIDAYS.

BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:4,5 A.M., WEDNESDAY, APRIL 17, 2019 IN THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062, BIDS RECEIVED AFTER THIS TIME WILL NOT BE ACCEPTED. BIDS WILL BE OPENED THE SAME DAY AND READ ALOUD, AT 10:00 A.M. IN THE AUDITORIUM, 161.0 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LA 70062.

SIN~71kEr 'ILyJ _ '-- \ ~(--

-,5 ". ~

MICHAEL I. WETZEL CHIEF FINANCIAL OFFICER

Isf

ATTACHMENTS

OFFICE OF FINANCE 0 1610 REVEREND RICHARD WILSON DRlVIl 0 KENNER, LOUISIANA 70062 iFICIl (504) 468-4049 • FACSIMILE (504) 468-6632 • WWW.KENNER.LA.US • EMAIL: [email protected]

i j

I ~ ! [ I i I 1,

,I

I i , ,

! " , I j

I I I l I I

I i ,

3id No. 19-6476

INVITATION TO BID

CITY OF KENNER FINANCE DEPARTMENT

1610 REV. RICHARD WILSON DRIVE, BlJILDING D KENNER, LA 7006:2.

504-468-7261

3id Description: Conti'act To Supply Sign Poles, Brad<.ts &Miscellaneous Sign Supplies on As Needed Basis

3id OJ,eningDate: Wednesday, April 17, 2019

,ATE BIDS WILL NOT BE ACCEPTED

IOTE: ONLY ONE (1) BID PER VENDOR IS ALLOWED. ONLY BlDS WRITTEN IN INKOR TYPEWRITTEN, AND I 'ROPERLY SIGNED BY A MEMBER OF THE FIRM OR AUTHORIZED REPRESENTATIVE, WILL BE ACCEPTED. i

; INSTRUCTlONS FOR BlDDERS I

nmFOLLQWING INSTRUCTIONS APPLY TO ALL BIDS

.LL BIDS SUBMITTED ARE SUBJEcT TO THESE GENERAL CONDITIONB, ADDITIONAL REQUIREMENTS, AND ANY PEeIAL CONDITIONS AND SPECIFICATIONS CONTAINED HEREIN, ALL OF WHICH ARE MADE PART OF THE BID ROPOSAL.

ESPONSE TO INVITATION: Bidders, who are unableto bid on this reques\, are asked to state your reason for not Ibmitting a bid on the Bid Form and return the same to this office before bid opening date. Failure to do so may result in )tll' name bei,ng removed TI'Qlll the vendor list

uestions on this bid are to be faxed to (504)468-6658 no later tha" FIVE (5)worldng days pdo)'to bid opening. Please ference bid illunber ill all requests.

ny corrections to portions ofthe bid form that are completed by the bid del' must lie initialed.

le City ofKenneJ' reserves the right to acceptor reject any.and all bids, in whole or in part, and wa.ive informalities. )wever, the provisions and requirements of the Louisiana Public Bid law, those stated in the advertiselnent f01'oids, those ovided in the bid form and written. specifications shall notbe considered as itlf0l1naiities and shall not be waived by the. ty of Kenner.

Ie City of Kennel' will accept one price for each item unless otherwise indicated. TWo armor. pdces foi' one item will mit in bid rejection.

here brand names and stock numbers are specified, it is f<1r the puj'pose of establishipg beltaia minimum standards of ality. Bids may be submitted for products of equal quality provided brand names alld stock numbers are specified. mplete product data of equal products may be required prior to award.

I materials and/orproducts must be J)ew and .of Cllrrel1t manufactmel', unless oth€wwise stated, Any product or service, I shall conform to all applicable federal and state laws and regulations, and the specifications contained in the icitatio)1,

Iferel1Ce is hereby given to' materials, supplies and provisions produced, manufactured or·grown in Louisiana; quality ng equal to articles offered by competitors outside the state. Vendor must request this preference (LSA- R. S. 3.8:225 I­) I).

(AIW OF CONTRACT: 'DwCity of Kenner reseives the right to award conti'acts 01' 1,Iace orders with the lowest ponsive bidder, on a lump SUIll oj' individual item.b.asis or such combination as shall in its judgment be in the best Irest of the city. Awards will be based on compllance with the specitications and the delivery and/or completioll date.

orders/selvices must be delivered/provided within the time specifiecl in .the Bid Specifications.

ICES: All prices shall be quoted in the unit ofllleasun>specifieci, arId ImIess otherwise specified, shall be exclusive of :e arid.l.'adsh taxes. As per LSA-RS 47:30Ietseq., all governmental bodies are excluded fmm payment of sales taxes ny Louisiana taxing body.

'lIon REV. 02112

'hould be included in total cost when quoting. If not quoted FOB DELIVERED, freightmustbe qUoted .,em. Bid may be disqualified ifnot quoted FOB DELIVERED or jffi'eight charges m'e'not indicated 011 bid

,dimtities listed are for bidding purposes only. Actnal requirements may be more or less .than quantities listed.

'he City of Kennel' requires a firm pric~, unless othelwise stated.

1 Qase·of an extension error the t111it price shaH J.ij·evai1.

,II bids submitted shall remain binding and may not be withdrawn for a period offortyeflve (45) days after the scheduled losing date for receiving bids.

ANCELLATlON OF CONTRACT: The City of Kenner reserves the right to cancel all or any part if notsllipped l'Omptly. The order must not be filled at a higher price "than quotcd.

he City of Kenner reserves the right to cancel any coniractat any time and for any reason by issuing a THIRTY (30) day ritten notice to the contractor.

lISCELLANEOUS: Fol' good cause and as consideration fol' executing a binding contract with the City ofICetlI)er, mdor cOilVeys,seils assigns and ltansferS' to City of Kenner 01' its assigns all rights, title aild interest in and to all causes . actiqn it may now or hereafter acquire under the antitrust laws ofthe Unites States and the State of Louisiana, relating the paIticular good or services pm'chased 01' acquired by City of Kennel'.

dders agree to abide by the requirements of the following as applicable: Title VI and VJI of the Civil Rights Act of '64, as amended by the Equal Opportunity Act of1972, Federal Executive O"der 11246, theFederal Rehabilitation Act of '73, as amended, the Vietnam Era Veteran's ReadjuSTIllelltAssistanceAct of 1974, Title IX ofthe EducationAmendments 1972, the Age Act of 1975, and contractor agrees to abide by the requi.rements ofthe Americans with Di.sabilities Act of 90. Bidder also agrees not to discrhninatein its emplbymellt practices, aup will render services under this contractwithout ~ard to l'aQe,_ color, religion, sex, sexual ol'ientatiQfl, l1ati.ona,l origh~, veteran status, political affiliation, Ol'-disabiJities. Any ,of discrimination committed by bidder, OJ' failure to comply with these statut01Y obligations when applicable shall be nmds for termination of this contract.

w construction or renovation projects must comply with Section 504 of the 1973 Rehabilitation Act, as amended, in )ordance with the American N ntional Standard Institute's specifications (ANSI AI 17. 1-1961).

ADDITIONAL REQUIREMENTS FOR TillS BID

All awarCisin excess of $5000 for labor and materials will be reduced to a formal contract andlor purchase order.

ly signing the bid, the bidder certifies compliallCe with all.instructions for bidders, ter111s, general conditions and cifications, and further certifIos,that the person signing the bid is a current corporate offIcei', partnersllip member 01' '1' individual; or that the person is an individual authodzed to bind the vendor company. If the bid exceeds,. $25,000 the bidder is atl agency, corporation, paItnership, OJ other legal entity, the president, vice-president, 'etaty/treas(u'er, 01' ail authorized agent, shall sign the proposal, and satisfactory evidence of the authority ofthe peC'son ling for the agency, corporation, paltnership, or other legal entity shall be attached to the proposal. "Failul'eto ;I,clude 'PY ol'tll€ appropdate signatUre authoHzafion, if required, may result ill the rejectioll of the bid unless bidder cmnplied'with La, R.S. 38:2212(A) m(C) 01' La. R.S. 38:2:H2{O).,j

.Il bidders for the contracts for purchase of lilatel'ials and supplies andlor furnish and install must complete and submit I Jheil' bid the '~Biddel"s Statement of Non-Collusion'? Form attached.llereto,

120f3 REV. 02112

4, PerLa, R,S, 38:2222 each dWllge ortler 10 (l public JVorks cOIII!'acl iJl" (0 (1 (:olliraci for malerial, (md supplies which ru/ils {(II {fJlI01I11.t ojtel1 ]Je]'(.:~Itt 01' mvre ojthe otigilltr[ contract al1l0llllt and wltiell additio]lal tl/110lmt is at [ellst tell thousand dO[[(lI~ shuff be recorded ill tlte MOl"fgage Office ofl/;e Jeffersoll Parish Clel'll of COIll:I.

THESE GENERAL SPECIFICATIONS AND INSTRUCTIONS FOR BIDDERS HAVE BEEN REVIEWED AND ARE HEREBY ACKNOWLEDGED AND AGREED UPON BYVENDOR. FURTHERMORE, VENDOR HAS READ AND HEREBY ACKNOWLEDGES ANY AND ALL INSURANCE REQUIREMENTS ATTACHED HERETO TIDS BID AND HAS FACTORED SUCH COSTS INTO TOTAL BID PRICE:

FIRM NAME: 'r !J it /Lt: ADDRESS: CITY, STATE: ZIP: TELEPHONE: FAX: e

SIGNATURE: "w L ' PRINT OR TYPE NAME: EMAIL ADDRESS: II 11Ie -, /;

This bid must be signed by an authorized representatlve orille company/finn foJ' bid to be valid. Si nin indicates ou have read mId com I with, the instructions and conditions.

Page 130f3 REV, 02/12

SPECIFICATIONS AND GENERAL PROVISIONS

FOR CONTRACT TO SUPPLY

SiGN POLES, ,BitACKETS AND MISCELLANEOUS

SIGN SUPPLIES

GENERAL PROVISIONS:

L These specifications are prepared for a one-year contract to supply signpoks, brackets and miscellan.eous equipment/supplies for the City of Kelmer, Department ofl'llblic Works located at 1610 Rev. Richard WUson Drive, Kenner, LA 70062.

2. All terms, conditions and prices will remainlmchanged during the length of this contract. This contract will be valid from July 1, 2019 until June 30, 2020.

3. ContractorNenc1or/Supplier must bid on all bid items specified on tbeBid Form. Failure to do so will because for the contractor's/vendor's!supplier's biel to be rejected.

4. Units of measure have been specified for each individlJaI bid item. Failure to bid on the unit of measure specified for any bid item shaIl be cause for the bid to be rejected.

5. Any product which does notconf01ID to these specifications will be rejected and shal! be replaced with like amount ofprodllCt which will conform to these specifications.

6. Quantities are for the pUlpose of calculating unit prices,;mdnotnecessarily reflect actual quantities to be purchased. The City wiIlbe billed only for actual merchandise received. All orders are placed on an "as n.eeded" basis and there shall be ild guarantee as to. the amount of orders placed eluring tbis contract.

7. All deliveries must be made within forty'eight (48) hours after receiving purchase order from the City of KelmeI', \'.dth the exception of back orders which must be delivered withil1three (3) to five (5) days mer receiving purchase order,

8. This contract maY be cancelled on tbirty (30) day written. notice of either patty forspecific n~n-}Jerformanoe of contract specifications.

9. Freight charges for allY bid item shall be included in Ul1it cost ofitell!.

10. In tbe event that the sllccessftll bidder cannot furnish a specified itell1 in the required time, tbe City of Kenner may purchase that item on an emergency basis fro111 the next lowest bidder, or available source, until such time the successful bidder has notified the City in wl'iting that his stade has been tepleriished. The difference in price will be charged

Page 1 of'! Sealed Bid 19-6476

against the successful bidder of this contract, and evidence of purchases andpl'ice will be provided.

11. Any qllestions peltaining to tills bid should be directed to Susan Ferran at sferran@kennel'.la.us; No qllestions/inqlliries shall be directed to the Department of Public Works nor any ofits employees during the bid process period.

**NOTE: I, THE UNDERSIGNED, HAVE READ, UNDERSTAND AND COMPLETED ALL REQUIREMENTS ON THIS BID FORM AND SPECIFICATION SHEET.

CITY, STA E, ZIP CODE

AUTHORIZED SIGNATURE

/!ieti2CC

Page 2 of4 Sealed Bid 19-6476

~

r i

ITEM

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

IB

19

20

21

22

2:3

24

25

DESCRIPTION

Eleven foot (11') galvanized Tapered sign pole, 2 Ib.Jfoot

Ten foot (10') galvanized Tapered sign pole, 2lb.Jfoot

Seven foot (7') galvanized U·Channel sign pole, 2 Ib.!foot

2 x 12' Telespar Square Post, 12 gauge, Part #744883 or equal

Balm 8BP-26 rivets, grip Tange 1 3/8-1 5/8 (or equal)

VS-lCcantilever bracket (or equal)

90 91-U~F· caps with 5 '6" slot, flat blade signs

180 91-U-F- caps with 5 '6" slot, flat blade signs

99 of cross piece with 5 %"sl(jt, flat blade signs

Ultra SUPR-lock cross. 90 degree separator. Flat blade signs

180FSUPR lock cap. SI(}t lengtb: 12" flat blade signs

90F SUPR lock cap. Slot length: 12" flat blade signs

4SS S. S. BraeI,,;t with bolts and washers

SS %" x.020" thick stainless steel strapping (01' equal)

C156-06SS-wing %" wing (or equal)

Solar Bal'l'icade Light 043~009525 (yellow) or equal)

Standan1 8'-7" x 43" tallbal'rica.des with bri(lge feet. Friedricks F2·B 01' equal Telespal' (Oi' equal) 2 Y.i"x18", 12 gauge ·ancbOi·sJeeves

Kleen Break Assembly XB42520·G OR EQUAL

Signcade Finishe,l Sign 25"x45". Orange and White. FlasllingJiglit yellow. STP 48 Galv·anized Steel Tripod Stand

Slow/Stop Paddle Kits. Hi Sheeting .080. Paddle: 24". Handle 16" Wood handle. Or equal. 10'-2" SQ Perf 14 Gauge Post

10'-2" SQ Perfl2 Gauge Post

Aluminum Carriage Bolts 5/16"x2"

Page 3 of4 Sealed Bid 19·6476

APPROXIMATE QUANTITIES 1,OOOIEACH

1,OOOIEACH

1,QOO/EACH

25IEACH

3,OOOIEACH

1,OOOIEACH

2,OOO/EACH

2,OOOIEACH

2,OOOIEACU:

2,OOOIEACH

2,OOO/EACH

2,OOOIEACH

1,OO()IEACH

lOOIFOOT

1000lEACH

100lEACH

50lEACH

25IEACH

25IEACH

IOO/EACH

l00IEACH

25IEACH

lOOO/EACH

1000lEACH

1000lEACH

26 27 28 29

30

31

32

.33

34

Galvanized Carriage Bolts 5116,ix2" Aluminum Hex Nuts 5116">2" Galvanized Hex Nuts 5/16"x2" Aluminum Tamper Nuts 5/16"

Tamper Wrench

Post.Driver 65" leng!i)

1'ost Driver 30" length

I-I7 Hand Opel'ated Jacl< with Handle

DetacluiblePulIers No. I-ID-4A

Pag.40f4 SealC(\ Bid 19-6476

lOOOIEACH lOOO/EACH 1000lEACH 10001EACI-I

201EACI-I

5IEACH

SIEACI-I

S/EACH

S/EACH

!

~ to,I'l-I;'\C \ '0'\ { 111\ 1:-

-

BID FORM FOR CONTRACT

TO SUPPLY SIGN POLES, BRACKETS AND MISCELLANEOUS SIGN SUPPLIES

ITEM DESCRIPTION APPROX

QUANTITY

Eleven foot (11 ') galvanized Tapered sign 1

pole, 2 Ib.lfoot 1000

2 Ten foot 00') galvanized Tapered sign

1000 pole, 2 Ib./foot

3 Seven foot (7') galvanized U'Channel sign

1000 pole, 2 Ib.lfoot 2 x 12' Telespar Square Post, 12 gauge,

4 Patt #744883 or equal

25

5 Balm8BP-26 11vets, gl'ipl'angel 3/8-1 5/8

3000 (or equal)

6. VS-I C cantilever bracket (or equal) 1000

7 90 91-U-F- caps with 5 \1," slot, flatblade

2000 signs

8 180 91-U-F- caps with 5 \1," slot, flat blade

2000 signs

9 99 of cross piece with 5 %" slot; flat blade

2000 signs

10 Ultra SUPR-Iock cross. 90 degree

2000 separator. Flat blade signs

11 180F SUPR lock cap. Slot length: 12" flat

2000 blade signs

12 90F SUPR lock cap. Slot length: 12" flat

2000 blade signs

13 4SS S. B, Bracket with bolts and washers 1000

14 SS W' x,020"thick stainless steel strapping (or equal), foot 81dJ", ;)'0/ f\. d

~w"1 e~

15 C156-06SB-wing'l.l" wing (or equal) 1000

16 Solar Ball'icade Light043-009525 (yellow)

100 or equal)

17 Standard 8'-7" x43" tall barricades with

50 , bridge feet. Friedtlcks F2-B or equal

18/ Telespar (orequaJ) 2 W'xI8",12 gange 25

anchor sleeveS

1~ Kleen Break Assembly XB42S20-G or

25 equal 'Ilk It) , r

l I I / \ , , I / ~'./ ... q IU~My 1,~Jf.ItQ? C /00 (;uMf/.J-. Page 10f2

Sealed Bid 19-6476

UNIT PRICE TOTAL

$ ;2.:;(, L/ ( $ :J-:2 CjJ a ()()

$ 1.0,/jO $ ,'10, 4·01),0 r:

$ I ~IJ.G $ IV, :Jl'()DD

$ W'>,"I4 $ /. ()Q:J,t;(1;

$ (y,:2 0 $ 900J()/J

$ !j,JIJ $ ~)'Ho,aa

$ :L b () $ S 'J,UO,()f'1

$ :L GC) $ S 100, 0 CJ

$ :2, ~ Q $ //),00, 0 f~J

$ LiSe; $ GIOrj Of';

$ ,c;, b 0 $ r 1 J,O()/')()

$ 5, Go $ II 2.C'tU)O $ IA B: $ (,15irMr

$ SlM' $ ,]1.,,'2. 8 $ 0,312 $ 'If()J()p,

$ 44<:)0 ; l r ......... $ '?iL/.5M n $ Clr 'J .. (;J $ 'Jobrul &

$ ~, :AD $ l!lil.OO

$ 8:2,']0 $ 1.. '131, Sr')

/ /' / 11/ ,/ /

,/

/ 1/

~ / / /

! I 1 I I f, I

~

ITEM

20

21

22

23

24 25 26 27 28 29 30 31 32 33 34

DES.CRIPTION APPROX

QUANTITY

Signcade Finished Sign 25"x45": Orange and White, Flashing light yellow,

100

STP 48 Galvanized Steel Tripod Stand 100

Slow/Stop Paddle Kits, Hi Sheeting :080, Paddle: 24", Halldle 16" Wood handle, 25

Or equaL 10'-2" SQ Perf 14 Gauge Post 1000

10'-2" SQ Perf 12 Gauge Post 1000

Aluminum Carriage Bolts 5!l6"x2" 1000 Galvanized Carriage Bolts 5/16"x2" 1000 AlumlllUlll Hex Nuts 5116";02" 1000 Galvanized I-lex Nuts 5116'" 1000 Aluminum Tampe(Nuts 5/16" 1000 Tamper Wrench 20 Post Driver 65" length 5 Post Drivel' 30" length 5 H7 Hand Operated Jack with Handle 5 Detachable Pullers No., HD-4A 5

TOTAL AMOUNT OF BID

Page 2 o.f2

Sealed Bid 19·6476

$ $

$ $ $ $ $ $ $ $ $

$ $ $ $

UNIT PRICE TOTAL

(t9,tJ() $ 1900. G'11 '14J~/' $. ,'i 'dalY, (J CJ ,

LIS, 50 $ ID~'1SY) '1 q ,"I (! $ q <'i. (IOO,/>/~

.:'1680 $ ;:Ir.:' "l(}o. {) ;"I

12,':1 J( $ '18-0rOI2 () ,(r::i $ /~{)l)D

rd' $ i1fMJr2 (lJ $ Cal}))» (} 'iLl $ -----.!t:lIU) /,

q C:f'., $ Iq(ji>;/>

,-/45,,",1'1 $ 112<;1'1"

:2.60 (Jo $ 110Q',Q" 100,(212 $ :Jo.O.d1a.

cj,!20/ eO $ 1J.."lO J) I,

$ ,2 I() OR''1i7r,

On motion of Councilmember , seconded by Councilmember _________ , the following ordinance was introduced:

SUMMARY NO. ___ _ ORDINANCE NO. ____ _

AN ORDINANCE APPROVING AN AGREEMENT WITH HAHN ENTERPRISES, INC. TO REMOVE AND REPLACE LITTLE TIKES PLAY EQUIPMENT AT GREENLAWN · TOT LOT IN AN AMOUNT NOT TO EXCEED $13,296.00 FOR THE DEPARTMENT OF PARKSAND RECREATION

WHEREAS, damaged playground equipment at Greenlawn Playground is in need to be removed and replaced ; and,

WHEREAS, the Purchasing Department has determined Hahn Enterprises, Inc. is the sole source provider for this required brand of playground equipment; and,

WHEREAS, on July 15, 2018, Hahn Enterprises, Inc. provided a proposal to replace the . damaged playground equipment; and,

WHEREAS, the City of Kenner and Hahn Enterprises, Inc. desire to enter into an . agreement in an amount not to exceed $13,296.00; and,

WHEREAS, funding for this agreement is available in Account No. 3538085-5002-1080.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That an agreement with Hahn Enterprises, Inc. to remove and replace damaged playground equipment at Greenlawn Playground for the Department of Parks and Recreation is approved.

SECTION TWO: That · the agreement between the City of Kenner and Hahn Enterprises, Inc. in an amount not to exceed $13,296.00 is approved .

SECTION THREE: That any subsequent modifications or changes to this agreement may be done by resolution.

SECTION FOUR: That the Mayor of the City of Kenner is authorized and empowered to sign any and all documents as may be necessary to give this ordinance full force and effect.

This ordinance having been submitted to a v~te, the vote thereon was as follows:

YEAS: NAYS:

. ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the _ _ day ________ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

16C

P.O. Box 19495 New Orleans, LA 70179

\-vvvw .hahit-ell terpriscs .(0 m Phone: 504-488-3536

Fax: 504-488-3506.

Hahn Enterprises, Inc. Gymnasium, Playground and Recreation Equipment -Sales & Service

PROPOSAL #28637 Date: 7/15118 City of Kenner P&R Dept.

Attn: Chad Pitfield E-Mail: cDitfield!aJ.i -.la.us

RE: Greenlawn - Playground Parts Page 1 of 1

ESTIMATED SHIP DATE 6-8 Weeks ARO

SHIPPED VIA Best Way

QUANTITY DESCRIPTION

F.O.B. POINT Site

1

I 1

Moc1111p~with reh1rJlstep,~drai~ & posts

I 5 I I

Half Hex Deck with and !HUuw,,"~ Coil . rail Loop Pole rail 9' high" • posts with >w. ' mOllnt base plates Deck to deck steps and (2) small side rails

& (5) ,mollnt base plates for '[)~nl,

l,"U 1 b;S: -per site visit

Price quoted includes a discount based on cash/check method of payment. Unless installation is quoted: Equipment is quoted F .O.B, !mocked dovvn and will require unloading, assembly and installation. HEI carries GL, Worker's Comp., Auto, and Umbrella Insurance. If Waiver's of Subrogation, OCP, Builder's Risk or other insurances are required, an additional fee will be charged.

We are pleased to submit the above quotation for your consideration. Should you place an order, be assured it will receive our prompt attention. This quote is valid for 30 days and is subject to change without notice past this time. Playground equipment requires installation over approved safety surfacing.

BY~. ___ 7.!-'MUI-"",,,,,--,,;?<:=ahu,,,,,,--_Tama Hahn, PreSIdent DATE. 7/15/18

Hahn Enterprises, Inc.

TERMS Net 10 Days

UNIT

Subtotal

Freight Install Tax

Misc.

Total

$ 3,007.00 $ 1,672.00 $ 720.00 $ 720.00 $1?141)0

$ 1,515.00 $ 669.00

$10,517.00

$ 979.00 $ 1,800.00

N/A N/A $13,296.00

ACCEPTED BY:. _____________ _ DATE: _____ _

Thank You/or your business!

Little Tikes Playgrounds by PlayPower

September 28,2017

RE: Sole Source Letter

To Whom It May Concern:

One Iron Mountain Drive Farmington, Missouri 63640 Phone: 573-760-7357 Fax: 573-760-7452

Tania Hahn and Hahn Enterprises is the sole source provider of Little Tikes Commercial play systems in the Louisiana Market.

Should you have any questions, please do not hesitate to contact me at 573-631-9082.

BrettKidd Director of Sales

COUNCIL CAPITAL FUND ACCOUNT FORM

Date: 4/11/2019 COUNCIL DISTRICT: 2

ITEMS REQUESTED/DESCRIPTION OF PROJECT:

Remove and replace Little Tikes play equipment at Greenlawn tot lot. Transfer module, half hex deck, coil climber, loop pole rail, 9' high aluminum posts, deck to deck steps and all hardware needed to replace.

COST: $ 13,296.00 ?-C'l..O"e~. stoZ-l ()~ D ACCOUNT NO: ~~~:;.JI;.JV::::.=... __ _

~€&~-C ClLMAN'S GNATURE DATE

INlTIA TING ADMINSTRA TNE DEPARTMENT:

...-;--..R~ecr~C'Partment

DATE

l{./I./9 DATE

0-1&11 DATE

THIS FORM MUST BE USED FOR ALL PURCHASE REQUESTS FOR COUNCIL DISTRICTS AND MUST ACCOMPANY SUPPORTING DOCUMENTATION FOR PAYMENT.

~ -AC~RD- CERTIFICATE OF LIABILITY INSURANCE I

DATE (MMlDOfYYYY)

~ 02118/2019

HAHNENT 01 DEBI

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ·THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. .

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, th~ policy{ies) must have- ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain pOlicies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

PRODUCER CONTACT NAME:

Eustis Insurance, Inc. :;::g.NJo, Ext), (504) 586-0440 I iffc,No),(504) 565-5219 110 Veterans Memorial Boulevard Suite 200 i~DA~~SS: [email protected] Metairie, LA 70005

lNSURERIS AFFORDING COVERAGE NAIC#

INSURERA:Everest National Ins. Co. 10120

INSURED INSURER 8: Houston SDecia.ltv Ins Co 12936

Hahn Enterprises, Inc. INSURER c: Burlinaton Ins. Comoanv 23620 P. O. Box 19495 INSURER 0: LUBA Casualtv Insurance Comoanv 12472 New Orleans, LA 70179

INSURER E:

INSURER F:

COVERAGES CERTIFICATE NUMBER REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANDING ANY REql,lIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

IriG . TYPE OF INSURANCE ADDL SUBR POLICY NUMBER ~g,\~~~ ~gr6%~ LlMrrs INSD WVD

A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE • 1,000,000

I·CLAIMS-MADE 0 OCCUR CF4GL01226-191 02116/2019 02116/2020 ~~~t:~~JOE~~~~~~e eel • 100,000

I-MED EXP (AnI' one oerson) • 5,000

PERSONAL & ADV INJURY • 1,000,000 c---

, $ 2,000,000 ~'L AGGREGATE LIMIT APPLIES PER, GENERAL AGGREGATE

POLICY [EJ ~~8i 0 LOC PRODUCTS - COM PlOP AGG $ 2,000,000

OTHER: $

B ~TOMOBILE LIABILITY I fE~'!~~~~t~INGLE LIMIT $ 1,000,000

ANY AUTO HSLR18-06679-00 02116/2019 02116/2020 . BODILY INJURY Pernerson) $ - X O\fv'NED SCHEDULED

X AUTOS ONLY

X AUTOS BODILY INJURY Per accident $

~L~tps ONLY ~8tJ~vmf[~ I ~ROPERTY OAMAGE -'-'- -'-'- Per accident $

$

C UMBRELLA LIAB P1 OCCUR EACH OCCURRENCE $ 2,000,000

X EXCESS LIAS CLAIMS-MADE HFFOO08746 02116/2019 0211612020 AGGREGATE $ 2,000,000

DED I I RETENTION $ $

D WORKERS COMPENSATlON X I ~!f~TUTE I 10TH-

AND EMPLOYERS' LIABILITY ER YIN 028000016578119 02116/2019 02116/2020 1,000,000 ANY PROPRIETORfPARTNERfEXECUTIVE []] E.L. EACH ACCIDENT ,

PJ'f~~i~iX~B~ EXCLUDED? N/A

1,000,000 E.L. DISEASE- EA EMPLOYEE $ If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT ,

DESCRIPTlON OF OPERATlONS I LOCATlDN~ I VEHICLES (ACORD 101, Additional Remarks Schedule. may' be attached if more space is required) . Additional Insured forms with form titles for General Liability blanket ifland or when If/and orwhere required by written contract subject to terms, conditions and exclusions of the forms:

G2010 04/13 edition date- Additional Insured-Owners. Lessees or Contractors

G2037 04/13 edition date- Additional Insured Owners, Lessees or Contractors-Completed Operations

SEE ATTACHED ACORD 101

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.

Director of Parks and Recreation AUTHORIZED REPRESENTATIVE City of Kenner

~~ ,~:'05 24t~:~~~~2 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved.

The ACORD name and logo are registered marks of ACORD

AGENCY CUSTOMER 10: HAHNENT-Ol DEBI LOC#: ~1------------------------------------

ADDITIONAL REMARKS SCHEDULE AGENCY

Eustis Insurance, Inc. POLICY NUMBER

.SEE PAGE 1 CARRIER I! NArc CODe

SEE PAGE 1 SEE P 1

ADDITIONAL REMARKS

THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,

FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance

Description of OperationsILocatiom~Nehicles: CG 2001 04/13 edition date- Primary & Non-Contributory

NAMED INSURED Hahn Enter~rises, Inc. P. O. Box 1 495 New Orleans, LA 70179 Orleans

EFFECTIVE DATE: SEE PAGE 1

ECG 04 767 02116 Edition date Waiver of Subrogaiions- Transfer of Rights of Recovery Against Others to Us

Per Project Aggregate capped at $5,000,000.

Page 1 of 1

Additional Insured form for with coverage titles for Automobile Liability blanket if required by written contract subject to terms conditions, and exclusions of the form:

AI CA 00 01 03/01 edition date- Additional Insured

CA 0444 10/13 edition date- Waiver of Transfer of Rights of Recovery Against Others to Use Waiver of Subrogation)

CA 044911/16 edition date- Primary and Non-Contributory-Other Insurance Condition

Worker's Compo form WC 00 03 13 4/84 edition date - Waiver of Our Right to Recover From Others Endorsement- Blanket Waiver of Subrogation Applies Where Required by Written Contract

ACORD 101 (2008/01) © 2008 ACORD" CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD

-_.-.. _--_._--------------_._--------

On motion of Councilmember , seconded by Councilmember _________ , the following ordinance was introduced:

SUMMARY NO. ___ _ ORDINANCE NO. ___ _

AN ORDINANCE ACCEPTING THE LOWEST RESPONSIVE BID RECEIVED FROM ALLSTATE WINDOW & SIDING CO. TO REMOVE AND REPLACE WINDOWS AT THE HISPANIC RESOURCE CENTER FOR THE CITY OF KENNER IN THE AMOUNT OF $5,215.00 IN ACCORDANCE WITH TELEPHONE BID T19-2956 FOR THE COMMUNITY DEVELOPMENT DEPARTMENT

WHEREAS, telephone bids were solicited and tabulated by the Purchasing Department on February 26,2019; and,

WHEREAS, it is the recommendation of the Director of Community Development Department that the lowest responsive bid received from Allstate Window & Siding Co. in the amount of $5,215.00 be accepted; and,

WHEREAS, funds are available in Account No. 3101052-5161-1537.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the lowest responsive bid from Allstate Window & Siding Co. to remove and replace windows at the Hispanic Resource Center for the City of Kenner in the amount of $5,215.00 in accordance with Telephone Bid No. T19-2956 for the Community Development Department is accepted.

SECTION TWO: That the Purchasing Department is authorized to issue a purchase order in the amount of $5,215.00 to Allstate Window & Siding Co.

SECTION THREE: That the Mayor of the City of Kenner is authorized and empowered to execute any and all documents as may be necessary to fulfill the intent of this ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of ______ , 2019.

CLERK OF THE COUNCIL COUNCIL PRESIDENT

MAYOR

160

CITY OF KENNER

E. "BEN" ZAHN III MAYOR

Date: March 7, 2019

To: Mike Inee, Director

OFFICE OF FINANCE

MEMORANDUM

From: Michael T. Wetzel, Chief Financial Officer 17;-

MICHAEL T. WETZEL CHIEF FINANCIAL OFFICER

Re: Telephone Bid T19-2656 Window Replacement at Hispanic Resource Center Removal of 21 windows/replacement with 14 windows

Attached is a copy of the bid tally sheet and the bids received regarding the above referenced subject. Please review and forward your recommendation by selecting the appropriate box below.

The lowest bidder is Allstate Windows & Siding Co. with a bid total of $5,215.00. If you are recommending this vendor for award, please mark the appropriate box below and retum to the Finanee Department. Since the amount is over $5,000.00, Council approval is required. Therefore, your department will need to prepare the necessary legislation.

If for any reason the lowest bid is not recommended, please mark the appropriate box below and furnish the Finance Department with a detailed explanation of your jOstification for the recommendation. The Finance Department will then review your submitted recommendation for appropriate action.

Please remember that proper insurance must be on file, prior to the start of any work.

Should you have any additional questions or concerns, please contact my office .

..........•..........................•................ .......••••..•..••.......•. ~ .... ~ Accept Lowest Responsive Bidder

o Reject Lowest Responsive Bidder

(Explanation Must Be ~1 IS \!:!/ IS lJ ~ IS 0 Recommended Vendor: -tt;H!ii~fl--=-----tEJtfC) ~ fC) n \\0 fC) ~

Approved: MAR 11 2019 -Director

CC : Rebeca Hasburn CITY OF KENNER

FINANCE DEPARTMENT

OFFICE OF FINANCE' 1610 REVEREND RICHARD WILSON DRIVE • KENNER, LoUISIANA 70062 OFFICE (504) 468·4049 • FACSIMILE (504) 468·6632 • WWW.KENNER.LA.US' EMAIL: [email protected]

CITY OF KENNER

DEPARTMENT: COMMUNITY DEVELOPMENT

BID TALLY SHEET

BID NO. T19-2956

o Sealed Bid

t2I Telephone Bid

o LetlerBid

BID DESCRIPTION: REMOVAL OF 21 WINDOWS/REPLACEMENT W/14 WINDOWS-HISPANIC RESOURCE CTR.

BID OPENING DATE: MARCH 6, 2019

VENDOR TOTAL BID COMMENTS

ALLSTATE WINDOWS & SIDING $5,215.00 ACADIAN WINDOWS & SIDING $5,486.00 COOL-VUE ALUMINUM, INC. $5,702.00

~ ~ ~----.-- - ------

sf

( TELEPHOIllE AND I OR FACSIMILIE BIDS

REQUESTING DEPARTMENT: Hispanic Resow'ce Ceilter

DATE: 2-26-2019 LBIDNO.

~ ~ I~ ~ I~ ~ E-<

~ ... 0 C)

~ • ~ ~ ;;; ~

~ § ~

~I~ ~ ~,,~ .: .<

.~ )~

~ ~ ~~R ~~ ~

.;

~ ~ . ]~ "" ., 1 ji~ .~ ~ ~ ~1 ~Ii :; c

~~! 1'-...:1 >81) :; t ~.El

l~! ~~ '! [ ~A < e')~

ITEMS REQUESTED: .. 00 'ltd Pol 00 •. 00 'ltd •. 00 *~ ~~ 00 'It ~oo ~oo

~~ 0

~ ~ O~ ~~ O~ ~ ~~ ~ ~~ ~~ @O ~ ~ @~ :r: p.,C) > p.,C) p.,

Remove 21 windows, replace with 14 windows $5,702.00 $5,486.00 $5,215.00

(7 single hung and 7 sliders)

Interior "Revels" will be finished by Cool-Vue

To fit new windows

NAME: Rebecca Hashbun·

TITLE: SupeIWisor ill

DATE COMPLETED: 212612019

I,jf!l~ () 1 PI~()2: 6'/1 I

~M-l~I1I~1 2232 Florida Avenue • Kenner, LA 70062

(504)469-0066' (985)649-1330 • (225)757-5665 • Fax: (504)469-6020 r . . www.allstatewindowandsiding.com fohY\ ~klty .. t\U\.

DATE: a. I 7 I \q q~-1l&-:~I1' ~~"N of ~v\'E'..V ~ 19.Pa.':, (!.., ~tgoV'ee.- Ce,\h.-l--t·v

~\"l... f\C!iV'tek.. {}.Ve.-

o Wholesale 0 Retail 0 Insurance

~€VV\o.,,<... ~. ~llJ'~v'v\.~~ ~.e.. ~u\t\.&AA..':S ''i<~~'G..-t.L 1I~1t\ 7 '5iA.~\1L ~I\,\ -+"1 ~~~d,LI!l:~ W \f\aow'

7 ..

La t t Ai <A.~fn ot A-S .'

l)OiJ'bie <bTrellq·t\ (Ho..,:,> 'l)~bk loe,-\LS .

Qb'S. (llct~'3 -Rc ~~m.J7 Tv1'1V\ WI VlrurWl '\ Yl"Slc!(.. :t" t)ut

-G,83S1 C

THIS PROPOSAl.. IS VAI..ID FOR __ DAYS .A,FTER ABOVE DATE

On motion of Councilmember , seconded by Councilmember _______ , the following ordinance was introduced:

SUMMARY NO. __ _ ORDINANCE NO. ___ _

AN ORDINANCE ACCEPTING THE RESPONSIVE BASE BID RECEIVED FROM BLD SERVICES, LLC IN THE AMOUNT OF $619,040.00 FOR THE KENNER HANSON CITY SEWER LIFT STATION IMPROVEMENTS FOR LS 4103 (FIREHOUSE ROAD) SEWER FORCE MAIN REPLACEMENT PROJECT PROJECT IN ACCORDANCE WITH SEALED BID NO. 19-6471 FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, sealed bids were received, opened, and tabulated by the Purchasing Department for the Kenner Hanson City Sewer Lift Station Improvements for LS 4103 (Firehouse Road) Sewer Force Main Replacement project on April 17, 2019, and have been reviewed and analyzed by Hartman Engineering, Inc. , the City's Design Engineers; and,

WHEREAS, after review of said bids, it is the recommendation of the Deputy CAO of Public Works, Hartman Engineering, Inc. (Design Engineers) and Digital Engineering and Imaging, Inc. (Program Manager) that the responsive base bid received from BLD Services, LLC in the amount of $619,040.00 be accepted; and ,

WHEREAS, the execution of the construction agreement is contingent upon the Louisiana Department of Environmental Quality (LDEQ) approval; and ,

WHEREAS, funding is available in Account Nos. 3101111-5451-1336 and 3701111-5451-1438; and,

WHEREAS, the contract expenditures incurred shall be charged to the following Account Nos. 3101111-5451-1336 and 3701111-5451-1438.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the responsive base bid received from BLD Services, LLC in the amount of $619,040.00 for the Kenner Hanson City Sewer Lift Station Improvements for LS 4103 (Firehouse Road) Sewer Force Main Replacement project in accordance with Sealed Bid No. 19-6471 for the Department of Public Works is hereby accepted.

SECTION TWO: That an agreement between the City of Kenner and BLD Services, LLC in the amount of $619,040.00 is hereby authorized.

SECTION THREE: That the execution of the construction agreement is contingent upon approval from the Louisiana Department of Environmental Quality (LDEQ).

SECTION FOUR: That any amendments or change orders for this agreement may be approved by resolution.

SECTION FIVE: That the Mayor of the City of Kenner is authorized to execute any and all documents as may be necessary to fulfill the intent of this ordinance.

This ordinance having been submitted to a vote, the vote thereon was as fOllows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of _______ " 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

16E

Hartman Engineering, Inc. Consulting Engineers

April 18, 2019

Tom Schreiner, P.E. Deputy CAO - Dept. of Public Works and Capital Projects City of Kenner 1610 Rev. Richard Wilson Drive, Bldg D Kenner, Louisiana 70062

Subject: City of Kenner Sewer Rehabilitation Program Hanson City Sewer Lift Station Improvements for LS 4103

Sewer Force main Replacement Sealed Bid No. 19-6471 Bid Review & Reco=endation

Dear Mr. Schreiner:

Transmitted herewith please find a copy of our certified bid tabulation for the above referenced project. Two (2) bids were submitted and opened on April!7, 2019, at the Department of Public Works. A Bid Analysis was provided to Hartman Engineering, Inc. and the City of Kenner retained the original bid documents. BLD Services, LLC, 2424 Tyler Street, Kenner, LA 70062, submitted the lowest bid for $619,040.00. The Engineer's estimate was $971,492.00 including a 15% contingency.

Hartman Engineering, Inc. reviewed the bid and found no math irregularities with the BLD Services, LLC Bid, thus it is our reco=endation that the conttact be awarded to BLD Services, LLC in the amount of$619,040.00.

If you have any questions concerning our reco=endation, please do not hesitate to contact our office.

Sincerely, Hartman Engineering Inc.

Proj ect Manager

cc: Laney P. Rivera, P.E., DEI, Inc.

Enclosures

527 W. ESPLANADE AVE., SUITE 300 • KENNER, LA 70065 • (504) 466-5667 • FAX (504) 466-6166 • [email protected] 16563 AIRLINE HWY., SUITE A & B • PRAIRIEVILLE, LA 70769 • (225) 313-4617 • FAX (225) 313-6127 • [email protected]

BID TABULATION SCHEDULE OF BID ITEMS

PROJECT NAME: KENNER HAt'fSON CITY SEWER LWf STATION JMl)ROVEMENTS FOR LS 4103 (Firehollse Road) SEWER FORCE MAfN REPLACEMENT OWNER: CITY OF KENNER, LOUISIANA S'RAT .. Tm BID NO. 19·6471 BID DATE: APIUL 17, 2019

Item

I 2 3

EnRineer Estimate

UnitPl'icc Appl'ox.

OlV Units Amount

$ 40300.00 $ 15500.00

lRcmoval of SUllctures and Obstructions, Not to E.1(cccd I L3yout and Staking $; 15,500.00

J (3'Yo of Constnlction) I Lump Sum ~Jve wlManhole 4 Each.$ 9 000.00

:!:xtru Depth Manhole Concrete I Each .$ 5500.00 $ 5500.00

BLD Lie '# 46722

Unit Priee Amount

Fleming

Unit Price

8 SauitalyScwcI'Maw(l4"HDPEDIPS SDR-II Open Cut 55 Linear Foot .1: 135.00 $ 7,425.00 $365.00 $20,075.00 $120.0{ 9 SanilaryStw.·erMaiu (14"DI Resh'aincdJoiot) 14 Linear Foot $ 150.00 $ 2. 100.00 $485 .00 $6,790.00 $200.U(

I 10 ~a;;lilwy Sewer Main (14" HOPE lJIPS, SDR-J I) Dil'eCtionfil 3,455 Linear Foot $ 180.00.$ 621,900.00 $ 105.00 $362,775.00 $135.00

Tie-In, New Force Main To Existing Lift Station 4 103

~ ~ Pavement 100

Lump Sum

Yan ~qu!l re ¥an

'il'll' I ' AL FOR BASE BID

C"tlfi,d" ,on"," / ,/

:d ~q7 ' ___

Date: April 18,2019

25,000.00 450.00

---0:00 5.00

10.00 -.fl5.00

"'5'''''''.1 (\5%)

25,000.00

JOO.OO 13,500.0Q.

$126,7 17.00

$971,492.00

$24,000,00 ;:soo:oo $32,500.

$25000.00 $25,000, &30.00 S6OO.!) $8,00 $85.00

$800.0

4:I>1Q hdh nil

$9,500.00

50.00 15.00

_SI25 .00

Lie 11935

Amount

$466,425.00

$679,175,00

LomSIANA UNIFORM PUBLIC WORK BID FORM

TO: City of Kenner Finance Depaltrnent 1610 Rev. Richard Wi lson Drive Kenner. LA 70062

(Owner fa provide /lOllie (I/Id address oJolVllel)

BID FOR: Kenner Hanson City Sewer Lift Station Improvements for LS 4103 (Firehouse Road) Sewer Force Main Replacement

(OWlI(!r to provide nome of p roject Gild OIlier identifying ill!rmllotlon)

The undersigned bidder bereby declares and represents that she/he: a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contralY to the Bidding Documents or any addenda, c) has personally lnspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and fac ilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project, aU in strict accordance with the Bidding Documents prepared by;

Hartman Engineering. Inc. and dated: January. 2019 (Owiler to prOVide IWllle of entity preparillg bidding docllmcl/fs.)

Bidders mllst acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number

the Designer has assigned to each of the addenda that the Bidder is acknowledging ff 1 - Dated 04/12/2019

TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices designated "Base Bid" '" but not alternates) the sum of:

______ _____ S_i_x_H_u_n_d_re_d_N_in_e_t_e_en_T,.-h_o-,-us-::a,-n_d-::-_F_ort,...Y~ __ .Dollars ($ __ 6_19_,_04_0_._0_0_-1 And Zero Cents

ALTERNATES: For any and all work required by the Bidding Documents for Alternates including any and all unit prices designated as alternates in the unit price description.

ALternate No.1 (Ownel' to provide descriptloll o!a/temote G.nd slalt! wltel/leradd on/educt) for the lump sum of:

!.!NIu:A"--_ _ ________ _ _ ____ _ _ _ _ ~Dollars ($ __ J.:N"'/A"'-______ )

Altel'nate No.2 (OW!I(!/' to provide de~cl'iptioll a/a/lt!J'nale alld slale wllelherad" O/' dedl/cI) for the lump sum of:

l.!Nu:/A>-_ _ _ _ _ _ _ _ _______ _ _ _ ____ Dollars ($ __ ...I.N"'/.cAL--_____ _

Alternate No, 3 (Owner to provide descriplioll of aI/em ale amI siale whellteradd or dedl/ct) for the lump sum of:

"'NI'"'A'--__________ _ _ _ _ _ _ _ _ _ ~Dollars ($ _ _ --'N"'I.",A'--_ _ _ _ _

NAME OF BIDDER: BLD Se rvices , LLC

ADDRESSOFBIDDER:_~2~4~2~4~Ty~le~r~S~t~r~e~e~t~ _ _ _ ____ _____________ ___

Ke nner, LA 70062

LOUISIANA CONTRACTOR'S LICENSE NUMBER!

NAME OF AUTHORIZED SIGNATORY OF BIDDER:

TITLE OF AUTHORIZED SIGNATORY OF BIDDER:

46722

Danny

Project

SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **: -.J(~m'1lJ~ ~,...:!g,~~4-----DATE: 04117 /20 1 9

T H E FOLLOWING ITEMS ARE TO BE INCLUDED WITH THE SUBMISSION OF TillS LOmSlANA UNIFORM PUBLIC WORK BID F ORM: >to The Unit Price Form shaH be used if the contract includes unit prices. Otherwisc it is not required and need not be included with the form, The number ofurut prices that may be included is not limited and additional sheets may be included if needed.

** A CORPORATE RESOLUTION OR WRITTEN EVIDENCE of the authority of the person signing the bid for tbe public work as prescribed by LA R.S. 38:2212(B)(5).

BID SECURITY in the fonn ofa bid bond, certified check or cashier's check as prcscribed by LA R.S, 38:2218(A) attached to and made a part of this bid,

17

TO: City of Kenner Finan.pe.D~par:t1nent" 1610 Rey~Ricbord Wilson Drive Kenner. LA 70065

LOUISIANA UNIFORM PUBLIC WORK BID FORM UNIT PRICE FORM

BID FOR: Kenner Hanson City Sewer Lift Station Improvements for Lift Station 4103 <Firehouse Road) Sewer Foree Main Replacement

(Owner (0 pr.ovide nC/me and address of owner) (Owner to provide name afproject and other identifYing information)

fc "". ,~ .............. ~_~. ~~.~ ~V.U.'" - "" "' .... ~v. ....4 .......... U ,. v.u""~ ................ ..., Z w ......... ~ .......... .u.~ ..... "' .............. " ............. uu '"'v.., .... ~~v .......... ., .... UH 1.:: ...... ""'. ~ o..w-.v ...... u .... ., ................ V'-' ""U" ........ AU ... f2 ........... .., .... .a ..... VU • .l, •• , ...... :2 ......... "'.

DESCRIPTION: MOBILIZATION AND DEMOBILIZATION" Base Bid or 1:1 Alt.#

REF. NO. QUANTITY: 1 UNIT OF MEASURE' T UNITPRlCE 1 UNIT PRICE EXTENSION (QuaJlti!)! times Unil Price)

1 1 I LUMP 1 $25,000.00 1 $25,000.00

DEscRiPTION: PRE·CONSTRUCTION VIDEO AND PHOTOGRAPHS I8J Base Bid or 0 Alt.#

REF. NO. QUANTITY: 1 UNIT OF MEASURE: 1 UNlTPRICE 1 UNIT PRlCE EXTENSION (Que/ntity times Um'[ Price)

2 1 I LUMP I $3,000.00 I $3,000.00

DESCRIPTION: REMOVAL OF UNFORSEEN STRUCTURES AND OBSTRUCTIONS, NOT TO EXCEED I2iI Base Bid or 0 Alt.#

REF. NO. QUANTITY: 1 UNIT OF MEASURE: 1 UNITPRlCE I UNIT PRICE EXTENSION (Quantity times Unit Price)

3 1 1 LUMP 1 $10,000.00 I $10,000.00

DESCRIPTION: CONSTRUCTION LAYOUT AND STAKING I8J Base Bid or 0 Alt.#

REF. NO. QUANTITY: ·1 UNIT OF MEASURE: I UNlTPRlCE 1 UNIT-PRICE EXTENSION (Quantity times Unit Price)

4 1 1 LUMP 1 $3,500.00 I $3,500.00

DESCRIPTION: TRAFFIC CONTROL I8J Base Bid or 0 Alt.#

REF. NO. QUANTITY: 1 UNIT OF MEASURE: 1 UNITPRlCE 1 UNlT PRICE EXTENSION (QuantiIy time.~ Unit Price)

5 1 1 LUMP 1 $12,500.00 I $12,500.00

DESCRIPTION: AIR RELEASE VALVE WI MANHOLE I2l Base Bid or 0 Alt.#

REF. NO. QUANTITY: 1 lJNlT OF MEASURE: J UNlTPRlCE 1 UNIT PRICE EXTENSION (Quantity times UnO Pn'ce)

6 4 1 EACH 1 $18,000.00 I $72,000.00

DESCRIPTION: SANITARY SEWER MANHOLE (EXTRA DEPTIl) I8J Base Bid or 0 Alt.#

REF. NO. QUANTITY: 1 UNIT OF MEASURE: 1 UNITPRlCE 1 UNIT'PRICE EXTENSION (Quantity times UTI;! Price)

7 1 1 EACH I $12,000.00 I $12,000.00

. DESCRIPTION: SANITARY SEWER FORCE MAIN (14" HOPE DIPS, SDR·I!) OPEN CUT I8J Base Bid orO Alt.#

REF. NO. QUAN11TYo 1 UNIT OF MEASURE: I UNITPRlCE 1 UNIT PRICE EXTENSION/Quantity times Unit Price)

8 55 I LIN-FT._ ._1 ___ ._ ~36~.00_ ._ 1_ .. _ . ....:. .... _._ ..lZ0J)l5.00 - - - -

Wording for "DESCRIPTION" is to be provided by the Owner. All quantities are estimated. The contractor will be paid based upon actual quantities as verified by the Owner.

18

TO: Cit1'JlfKenner Fi:g~~ce Department 1610 Rev. Richard Wils.on Drive Kenner. LA 70065

LOUISIANA UNIFORM PUBLIC WORK BID FORM UNIT PRICE FORM

BID FOR: Kenner Hanson City Sewer Lift Station Improvements for Lift Station 4103 (FirehoUse Road) Sewer Force Main ReD.lacement

(Owner to provide flame and address of awner) (Owner to provide lIame oj proJect and other identifYing injol'w(Jtion)

'his fi ~~>~~~~~_~ 'V. ~,~.~ __ ~u.w,,,~· ____ ~ __ .. ~. _.- .... _ ....... -::J .............. .., T ~u" ................... 02 ..... __ .., ..... v u ............ - - ............... ".., .................... t:: u ........... ~ ......... ...... .... ~~LO. .......................... OJ.). .... 0--.., ... ... ..., ...... J. ........ Q~ ........ '

DESCRIPTioN:" SANITARY SEWER FORCE MAIN (14" DJ, RESTRAINED JOINT) ® Base Bid or 0 Alt.#

REF. NO. QUANTITY: I' uNri' OF MEASURE: J' uNri:PRrCE \ UN1T PRICE EXTENSION (Quantit)' times Utlit Price)

9 14 I LIN. FT. J $485.00 \ $6,790.00

DESCRIPTION: SANITARY SEWER FORCE MAIN (14" HDPE DIPS SDR-ll) DIRECTIONAL DRILL lEI Base Bid or 0 Alt.#

REF. NO. QUANTITY: \ uNIT OF MEASURE: \ uNITPlUCE \ UNIT PRICE EXTENSION (Quantity times Unit Price)

10 3,455 L LIN. FT . \ $105.00 \ $362,775.00

. DESCRIPTION: TIE-IN NEW HDPE FORCE MAIN TO LlFT STATION 4103 ® Base Bid or 0 Alt.#

REF. NO. QUANTITY: \ UNlTOFMEASURE: \ UNIT PRICE \ UNiT PRlCE EXTENSION (QuantiJy times Ullit Pl'ice)

11 1 I LUMl' I . $24,000.00 I $24,000.00

DEscRiPTION: EXPLORATORY EXCAVATION lEI Base Bid or [] Alt.#

REF. NO. QUANTITY: \ UNIT OF MEASURE: .\ UNIT PRICE \ UNIT PRICE EXTENSION (Quantity times Unit Price)

12 5 1 EACH I $6,500.00 I $32,500.00

DESCRIPTION: UNFORSEEN UTILITY CONFLICTS, NOT TO EXCEED I8l Base Bid or 0 Alt#

REF. NO. QUANTTTY:L UNIT OF MEASURE: \ UNIT PRICE \ UNIT PRICE EXTENSION (Quantity times Uni! Price)

13 1 I LUMP I $25,000.00 I $25,000.00

DESCRIPTION: REMOVE AND REPLACE EXIST. CHAIN LINK FENCE lEI Base Bid or 0 Alt.#

REF. NO. QUANTITY: \ UNIT OF MEASURE: \ UNlTPRlCE \ UNIT PRICE EXTENSION (QuaJliity times Ulli! Price)

14 20 L LF I $30.00 I $600.00

DESCRIPTION: SLAB SODDING (Match Existing Type) lEI Base Bid or 0 Alt.#

REF. NO. QUANTITY: \ UNIT OF MEASURE: \. UNIT PRICE \ UNIT PRICE EXTENSION (QlIanrity rimes Unit Price)

15 100 I SQ. YD. I $8.00 I $800.00

DESCRIPTION: REMOVE AND REPLACE ASPHALT PAVEMENT I8l Base Bid or 0 Alt.#

REF. NO. QUANTITY: \ UNIT OFMEASURE: \ UNIT PRICE \ UNIT PRICE EXTENSION (Quantiiy.times Unit Price)

16 100 I sQ. YD. I $85.00 L $8500.00

Wording for "DESCRIPTION" is to be provided by the Owner. All quantities are estimated. The contractor will be paid based upon actual quantities as verified by the Owner.

19

On motion of Councilmember , seconded by Councilmember _______ , the following ordinance was introduced:

SUMMARY NO. ___ _ ORDINANCE NO. ___ _

AN ORDINANCE ACCEPTING THE LOWEST RESPONSIVE BID RECEIVED FROM KENWORTH OF SOUTH LOUISIANA LLC IN AN AMOUNT NOT TO EXCEED $348,260.00 FOR THE PURCHASE OF ONE (1) COMBINATION SEWER CLEANER VACUUM TRUCK IN ACCORDANCE WITH SEALED BID NO. 19-6474 FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, sealed bids were solicited, opened, and tabulated by the Finance Department on Apri l 17, 2019; and,

WHEREAS, Kenworth of South Louisiana LLC was the lowest responsive bid in the amount of $348,260.00; and,

WHEREAS, it is the recommendation of the Deputy CAO of Public Works that the responsive bid received from Kenworth of South Louisiana LLC be accepted; and,

WHEREAS, funding is available in Account No. 3693036-5020-1487.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the responsive bid received from Kenworth of South Louisiana LLC in the amount of $348,260.00 for the purchase of one (1) combination sewer cleaner vacuum truck in accordance with Sealed Bid No. 19-6474 is hereby accepted.

SECTION TWO: That the Purchasing Department is hereby authorized to issue a purchase order to Kenworth of South Louisiana LLC in the amount of $348,260.00.

SECTION THREE: That the Mayor of the City of Kenner is authorized to execute any and all documents as may be necessary to fulfill the intent of this ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the ___ day of ______ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

E. "BEN" ZAHN III MAYOR

Date: April 17, 2019

CITY OF KENNER OFFICE OF FINANCE

MEMORANDUM

To: Tom Schreiner, Deputy CAO - Public Works

From: Michael T. Wetzel, Chief Financial Office("-f-

MICHAEL T. WETZEL CHIEF F I NANC IAL OFFICER

Re: Sealed 19-6474 Purchase of Combination Sewer Cleaner Vacuum Truck per Specifications

Attached is a copy of the bid tally sheet and the bids received regarding the above referenced subject. Please review and forward your recommendation by selecting the appropriate box below.

The lowest bidder is Kenworth of Louisiana with a bid total of $348,260.00. Some materials from both vendors that were card stock and not able to scan are being sent to you via inter-office mail. If you are recommending this vendor for award, please mark the appropriate box below and return to the Finance Department. Since the amount is over $5,000.00, Council approval is required. Therefore, your department will need to prepare the necessary legislation.

Iffor any reason the lowest bid is not recommended, please mark the appropriate box below and furnish the Finance Department with a detailed explanation of your justification for the recommendation. The Finance Department will then review your submitted recommendation for appropriate action.

Should you have any additional questions or concerns, please contact my office .

••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••

Accept Lowest Responsive Bidder

Reject Lowest Responsive Bidder

Recommended Vendor: :...,..,---:_.,,-_________ _

(EXp~a:/ ::se Attached) .

Approve ·~XpA~ Irector

CC : Jimmy Dennis -Director - Public Works Streets Christine Calamari, Office Manager II I Roxanne Driscoll, Contracts Specialist OFFICE OF FINANCE · 1610 REVEREND RICHARD WILSON DRIVE · KENNER, LOUISIANA 70062

OFFICE (504) 468-4049 • FACSiMILE (504) 468-6632 • WWW.KENNER.LA.US • EMAIL: [email protected]

CITY OF KENNER BID TALLY SHEET

DEPARTMENT: PUBLIC WORKS

BID NO. 19-6472

[gJ Sealed Bid

o Telephone Bid

o Letter Bid

BID DESCRIPTION: PURCHASE COMBINATION SEWER CLEANER VACUUM TRUCK

BID OPENING DATE: April 17, 2019

" AS READ AT BID OPENING"

VENDOR TOTAL BID COMMENTS

COVINGTON SALES & SERVICE $349,800.00 VACUUM TRUCK SALES & SERVICE LLC JACK DOHENY COMPANIES KEITH HUBER, INC. KENWORTH $348,260.00

CENTRAL AUCTION NO BIDS Isf

E. "BEN" ZAHN III MAYOR

MARCH 20, 2019

RE: SEALED BID 19-6474

DEAR BIDDER:

CITY OF KENNER OFFICE OF FINANCE

MICHAEL T. WET'ZEL cH,ler-' FINANc'!AL. OI"I~ICJ:;H

ATTACHED PLEASE FIND THE FOLLOWiNG BID PACKAGE FOR THE CITY OF KENNER CONCERNING:

PURCHASE OF ONE COMBINATION SEWER CLEANER VACUUM TRUCK

FOR THE DEPARTMENT OF PUBLIC WORKS FOR THE CITY OF KENNER

PLEASE REVIEW THE PACKAGE AND INSURE ALL NECESSARY FORMS ARE SIGNED AND RETURNED PER THE BID CHECK LIST. SHOULD YOU .HAVE. ANY QUESTiONS REGARDING THE. PACKAGE, YOU MAY CONTACT THE FIRE DEPARTMENT AT (504) 468-7261, BETWEEN THE HOURS OF 8:30 A.M. AND 4:30 P.M. DAILY, EXCEPT SATURDAYS, SUNDAYS AND HOLIDAYS.

BIDS WILL BE RECEIVEO UNTIL THE HOUR OF 9:45 A.M., WEDNESDAY, APRIL 17, 2019 IN THE FINANCE OEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS REC.EIVED AFTER THIS TIME WILL NOT BE ACCEPTED. BIDS WILL BE OPENED THE SAME DAY.AND READ ALOUD,AT 10:00 A.M. IN THE AUDITORIUM, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LA 70062.

SINCa~REY l'} \ ~( .. " '-....... "r"' \.". , ... _-./

.;;. . . ,~ •• --!:.I,. .. , "'.----MICHAEL T. WETZEL CHIEF FINANCIAL OFFICER

lsI

ATTACHMENTS

OF!i'tCE or FINANCE' 1610 R8VEREND RICHARD WIL.SDN DH!VE' [(8NN8R, LOUISIANA 70062 OFF!CE (504) 468-4049 • FACSIMILE (504) 468·6632 • WWW,KENNER.LA,US· EMAIL: [email protected]

I

I ! I j ,

t !

I ! " !

I ! I t l " I I ~

1 i ! I n

I i I ~

Bid No. 19-6474

INVITATTONT.o BlD

CITY OF KENNER FINANCE DEPARTMENT

16JO REV. RiCHARD WILSON DRIVE KENNER, LA 70062

504-468-7261

Bid Description: Purchase of One (1) Combination Sewer Cleaner Vacuum Truck Bid Opening Date: Wednesday, April 17, 2019

LATE IlIDS WILL NOT IlE ACCEPTED

N.oTE: ONLY .oNE (1) JllD.PER VENDOR IS ALL.oWED . .oNLY BIDS WRITTEN IN INK OR TYPEWRITTEN, AND PR.oPERLY SIGNED BY A MEMBER OFTHEFIRMOR AUTHORIZJiJP REPRESENTATIVE, WILL BE ACCEPTED.

INSTRUCTIONS FORBIDDERS THE FOLLOWING INSTRUCTIONS ApPLYTO ALL BIDS

ALL BIDS SUBMlTTBD ARE SUB.IBCT TO THESE GENERAL CONDITIONS, ADDITIONAL REQlIIREMENTs, AND ANY SPEClAL CONDITIONS AND SPECIfICATIONS CONTAINED HEREIN, ALLDF WHICH ARE MADE PART OF THE BID PROPOSAL.

BIDS MAY BE OBTAINEDAND SUBM"TTED ViA WH'H'.cell/I'((/({lfcti()lI/lOlIse.C()I1!.

RESPONSE TO INV ITATION: Bidders, who are unable to bid on this request, are asked to state you!' 1'eason for not submitting a bid on the Bid FOI'Il) and return the same totbisoffiee before bid opening date. Faillll'e to do so may result in yom na-ll1e being remov,ed from the yeild9rlj~t,

Questions on this bid are to be faxed to (504)468-665801 c-mailed to Rurchasing@kenne1'.la.usno later tban FIVE (5) working days pl'io!' to bid opening. Plcase refe,'ence bid number in alireguests.

AllY corrections to portions of the bid form that are completed by the biddel' im\st bcinitialed.

The City ofKenn~r reserves the right to acpept or reject any and all bids, ill whole Od11 part~ and waive informalities. Howevel'~ 'the -provisions and requir'ements of the Louisiana- Public Bid law, those stated in -the advel'tis0melit fot. bids.l those provide4 ill the bid form and written specifications shall not be considered as infor111alitiesand shalinot be waived by the City of Kennel'.

The City o1'Ke11ner will aocept one prioefor each item unless otherwise indioated. Two or morc prioos for one. item will result in bid rejeC(ion.

Where ',brand, names and s~ocl< numbers are specified, it is fol' the pmpose· of establishing certain minimum standards of qllalily. Bids inay be submit\ed for produots of egual quality provided brand names and stock numbers are specified. Complete pwduct data of egual products maybe required prior to award.

All materials and/orpl'Oducts IllW,! be new.and of QlIl'l'eilt manufactu!'el', unless oth.erwisc staled. Any product or sel'vioe bid shall eonfoi'm to aU applicable federal and state Im·vs· ?nd regulatiollS, and the specifications· contained in the soJi,citation,

Preferenoeis hereby given to materials, supplies and provisions pwduced, manufactured or !pcPWt1 in Louisiana, quality being equal to mtic1es offered by 00111))etitoI'8 outside the stale. Vendor must request this prefel'enc .• (LSA- R. S. 38,2251· 2261).

A WARD OF CONTRACT, Thc City of Kenner reserves the right to award contraots or place orders witlllhe lowest responsive bidder,. on a.lump Sllln or i,ndividun.l item basis or such combination as shall in its j udgment be 'in the best. inte,'est of the oity. Awards will be based on compliance with the specificationsatld the delivcry and/or completion date.

All orders/services must be delivered/provided within the time specified ill the Bid Specitlcatio)1s.

IIPage

PRICES: All prices shall be quoted in the unit of measure specified, and unless othen'llse specified, shall be exclusive of State and Parish taxes. As pel' LSA-RS 47:30 I et seq., all govem1Uelltal bodies are excluded from payment of saies taxes to any Louisiana laxing body.

Heigllt chai'ges should be inciuded in total cost when quoting. Ifnot quoted POBDELlVERED, fI'eight must be quoted as a separate item. Bid may be disqualified ifnot quoted FOB DELIVERED or iffl'eight chaj'ges are not indicated on bid form.

Quantities listed are for bidding purposes only. Actual requirements may be more at' less than quantities listed.

The Cily of Kenner requires a fil'111 pricc, unless otherwise stated.

In case of an extension error the unit price shall prevail.

All bids submiued shall remain binding and may notbe withdrawn for a period of forty-five (45) days after the scheduled closing date fa.· receiving bids.

CANCELLATION OF CONTRACT: TIle City of Kenner resel'ves the right to cancel all. 01' any part if not shipped promptly. Theol'del' must not be filled at a higher price than quoted.

The City ofKenl1er reserves tlw l'ighttocancel any contMct at any lime and for any teason by issl1ing a THIRTY (30) day writtelFllo-tice fo the contractol'.

MISCELLANEOUS, Fol' good cause and as consideration for executi11g a binding contract with the City ofKenne.·, vendor co-nveys, s.ells assigns and h'ansfel's to City of Kenner or its assigt1s all dghts~ title atld interest in and to all causes of action it may liOW or hereaftet acquire undertll"e. antit1'l1st laws of the Unites States and the State of Louisiana) relating to the pa.ticular good OJ' services purchased or acguire.d by City of Kenner ..

Biddel's agree to abide by the requirements of the following as applicable: Title VI and VII ofthe Civil RigiJtsAct of 1964, as amended by the Equal Opportunity Actof 1972, Federai Executive Ordel' 11246, thePedcral Rehabilitation Act of 1973, as amended, the VietnamEl'a Veteran's ReadjustmefltAssistanceAct of 1974, Title IX oftheEdlicationAmendments of 1972, the Age Act of 1975, and confractor agrees toablcle by the l'e.quirements of the Americans with Disabilities Act of 19.90. Bidder also agrees not to discl'iminate in its employment practices, and wiHrende"services unde.·this contract Without regard to race, colol',J'eligion, seJ(, se,,~lal orientation, nalional .origin, veteran status, political affiliation, or disabllilies. Any act ofdiscdrnination com'llitted by bidder, 01' f"iIme tQ comply with these statutory obligations. when applicable shall be grounds -for termination of this contract.

New coostnrction 0)' rendvation projects must comply with Section 504 of the 1973 Rehabilitation Act, as amended, in accol'danee with the American National Standard Inslitllte's specifications (ANSI AI 17.1-1961).

ADDITIONAL REQUIREMENTS FOR THIS BID

1. All aWaJ'ds in excess of $5000 foi' labor and materials will bc reduced to a formal contract andlor purchase oreier.

2. By signing the bid, the -bidder certifies compliance with all instructions fOl' bidders, terms, general conditions and specmcatiolls, and further certifies that the person signing the bid is-a,current corporate officer, partnership member or other individual; or that th~ person is a"individual alltllOrized to bind the vendor company. Ifthe bid exceeds, $25,000 and the bidder is all agency, corporation, p~utnel'ship} or other legal entity, the. pl'eq-ident, vic_e-pl'esic1e\1t> secretary/treasurer, or all authorized agent, shall sign the propos~l, and satikfactory evidence· of the authority of the person signing for the agency, corporation, partnership, 01' other legal entity shall be attached to the proposal. "Failure to iuclude a copy ofthe appropriate siguature autllOrization, if required, may result ill the rejection of the bid ullless bid,!e]' has complied with La. R.S. 38:2212(A)(1)(C) or La. It.S. 38:2212(0)."

3. All bidders for the contracts foJ' purchase of materials and supplies andlor furnish and instalimllSt complete and submit with their bid the "Bidder's Staf,ementofNon-Collusion" Form attached hereto. ZIPago

3, Pel'LIl, R.S, 38:2222 ellell clwlIge order fa a pl/blie works cOlllmel or 10 {/ eOllll'lletfol' /11l/ferials allli sapplies )Vliiell ad(M (Ill ~mtqUilt lJfteJ1J!erce~tt 01' lIiQl'e o/tbe origil1al contrIte! (mlallllt- [tllll whicfl additional flflWlt11t is at'teast iel1 Iholl.Wllld dollal" shfill.be recorded illih. Morlgage Office 01 fhe Jeffersoll Parisli Clerkol COllrl,

THESE GENERAL SPECIFICATIONS AND INSTRUCTIONS FOR BIDDERSlIAVE BEEN REVIEWED AND ARE HEREBY ACKNOWLEDGED AND AGREED UPON BY VENDOR. FURTHERMORE, VENDOR HAS READ AND HEREBY ACKNOWLEDGES ANY AND ALL INSURANCE REQUIREMENTS ATTAClIEDHERETO THJS BID AND lIAS FACTORED SUCH COSTS INTO TOTAL BID PRICE:

FIRM NAME: KENWORTH OF SOUTH LOUISIANA LLC !<.ENWORTJ:i Ur LUU

ADDRESS: 3699 WEST PARK A VB CITY,STATE: GRAY,LA ZIP: /U5~Y

TELEPHONE: 985-876-3000 FAX: SIGNATUlu,:y :rITLE: 11

PRINT OR TYPE NAME: SCOTT OL~ .u" H EMAIL ADDRESS: [email protected] .

This bid must be signed bY ·MU authorized l'epreseutative of the compauylfirm for bid to b.c valid. Si uiu indicates 011 have rcad and com 1 with the instl'uctions ,lIud conditions.

1 I

I f !

I i

Kenworth of Louisiana K960 1001 Edwards Ave

New Orleans, Louisiana United States 70123 Phone: (504) 818-0100 Fax: Email: [email protected]

City of Kenner 1610 Rev Richard Wilson Drive

Kenner, Louisiana United States 700062 Phone: (504) 468-7261 Fax: Contact Email: Prepared for: Michael Wetzel

Vehicle Summary

Model: Type: Description:

Intended Serv.:

Commodity:

Type: Length (tt): Height (tt):

Unit T 400 Series Conventional.

FULL TRUCK T470 - Regular Cab

Application Local pickup & delivery.

Body

Vehicles which haul Other bulk goods

Fr Axle Load (lbs): Rr Axle Load (Ibs) G.C.w. (Ibs): Road Conditions:

Class A (Highway)

Class B (Hwy/Mtn) Class C (Off-Hwy) Class D (Off-Road)

Maximum Grade: Wheelbase (in): Overhang (in):

Chassis

Max Laden Weight (Ibs):

Tank 16.0 13.5

4000 Fr Axle to BOC (in):

No. of Trailer Axles:

Type: Length (tt): Height (tt): Kingpin Inset (in): Corner Radius (in):

Length (tt): Width (in): Height (tt):

Approved by:

PJlCC'AA FINANCIAL

Trailer

Restrictions

o

0.0 0.0

o o

120 102

13.5

Cab to Axle (in): Cab to EOF (in): Overall Comb. Length (in):

Special Req. U.S. Domestic Registry. 50-State

Date:

Note: All sales are F.O.B. designated plant of manufacture.

Ask your dealer for a quote today, or visit our website @ www.paccarfinancial.com.

PACCAR Financial offers innovative finance, lease and insurance programs customized to meet your needs.

Unpublished options may require review/approval.

20000 24020 44020

90

10 00 00

6 252

75 67

185 260

399

Dimensional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed:

Effective Date:

Prepared by:

49075-BFB3-0288

5/1120199:00:32 AM

Jan 1, 2018 Bryan Bruno

Complete Mode! Number:

Quote/DTPO/CO:

Version Number:

T400 Series Conventional.

Q70096125

41.20

Page 1 aflO

Kenworth of Louisiana K960 1001 Edwards Ave

City of Kenner 1610 Rev Richard Wilson Drive

New Orleans, Louisiana United States 70123 Kenner, Louisiana United States 7.00062 Phone: (504) 818-0100 Phone: (504) 468-7261 Fax: Fax: Email: bryan@kwlouisiana"com Contact Email:

Prepared for: Michael Wetzel ------------------"----------~~~~~~ .~~~-----------

Model

Engine & Equipment

Description

T400 Series Conventional.

T4704x2 Medium Duty

Chassis operation will include stationary application used in lower 48 states [US only]. Stationary operation is defined as running the engine under load while stationary at a substantial fraction of engine gross horsepower (60% Dr greater) for an extended period of time (longer than 5 - 10 minutes).

Dealer/Customer declines engine w/CARB Idle Emissions Reduction Feature.

T470 4x2 Medium Duty

Other bulk goods

Local p icku p &d;-e""'li'""v-e-ry- "- V;-;"""e;-h'""ic'le- s--w'h' ic-;hC"7h-a-u"'"1 ------freight, typically operating within a 1 aD-mile radius, on public streets & highways, & other paved surfaces, including limited Class C roads. includes package & freight delivery, as well as fuel oil or petroleum distribution, etc. Road usage: minimum 3% Class B, do not code for Class D.

Tank

U"S" Domestic Registry, 50-State

PACCAR PX-9 370 2017 370@2000 365@2100 1250@1400 Includes turbo exhaust brake, no code is used. Diagnostic Plug for data link, Oil Gooier, Aluminum Flywheel Housing. N09200 N20S 68 ... Standard Maximum Speed Limit [LSL) N09220 N207 O .... Expiration Distance N09260 P14 64 ... Maximum Accelerator Pedal Vehicle Speed N09300 P19 64 ... Maximum Cruise Speed N09360 N203 2S2 .. Reserve Speed Function Reset Distance N09380 N202 O .... Maximum Cycle Distance N09400 N206 1 O ... Maximum Active Distance N09420 N201 O .... Reserve Speed Limit Offset N09440 P11 NO ... Engine Protection Shutdown N09460 P06 NO ... Gear Down Protection N09480 P26 1400.Max PTO Speed N09S00 P02 NO ... Cruise Control Auto Resume N09S20 P04 NO ... Auto Engine Brake in Cruise N09S40 N209 O .... Expiration Distance

Unpublished options may require review/approval.

___ -'lJ\I.ei!l ht

11 ,511

o o

o

o o o

o o

o

Dimensional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed:

Effective Date: Prepared by:

49075-BFB3-0288

5/1/201 9 9:00:32 AM

Jan 1,201 8

Bryan Bru no

Complete Model Number: Quote/DTPO/CO:

Version Number:

T400 Series Conventiona l. 070096125

41.20

Page 2 of 10

Description N09560 P520 YES .Enable Idle Shutdown Park Brake Set N09580 P32 5 .... Timer Setting N09600 P233 YES .. Enable Impending Shutdown Warning N09620 P234 60 ... Timer For Impending Shutdown Warning N09640 P516 35 ... Engine Load Threshold N09680 P33 NO ... ldle Shutdown Manual Overrule N09720 P230 YES .. Enable Hot Ambient Automatic Overrule N09740 P46 40 ... Low Ambient Temperature Threshold N09760 P56 60 ... lnterrnediate Ambient Temperature Threshold N09780 P47 80 ... High Ambient Temperature Threshold

Prospector Version 43.1 Replaces 43.0

Weight

o

Effective VSL Setting NA 0

Engine Idle Shutdown Timer Disabled 0

Enable EIST Ambient Temp Overrule 0 --------------~E~n~a7b7Ie~E~IS~T~i~n~P~T~O~M~o~d~e-----------------------------------------· 0

Use only with MX and Cummins engines

Eff EIST NA Expiration Miles Use only w ith MX and Cummins engines

Air compressor: Cummins 18.7 CFM For Cummins And PACCAR PX engines.

Engine mount Powercore air cleaner. w/constant torque S8 clamps, pop-up air restriction indicator. Pop-up indicator is standard.

Fan Hub: Horton 2-Speed for ISL9, ISL-G, PX-8 or PX-9

Cooling module: 1000 square inches T1701T2701T3701T470. Includes metal surge tank on T1701T2701T370.

Exhaust: 2017 EPA RH Under DPF/SCR wi RH side of cab vertical tailpipe wI daycabs, extended daycabs, or modular sleepers.

Tailpipe: 5 in. single 30 in. 45 degree curved.

Fuel Filter:Fleetguard FS1003 FuelJWater Separator for PX-9

Run Aid:None *For Fuel Filter

Start Aid:None *For Fuel Filter

Kenworth Fuel Cooler Required for Cummins engines with a sing le fuel tank. Required for PACCAR MX-13 engine with a single fuel tank and stationary use: High RPM, low vehicle speed , susta ined fo r longer than 1 hour. Optional for all other applications.

Alternator: PACCAR 160 amp, brush type

Unpublished options may require review/approval.

o

o

o

o

o

o

-1

o

o

o

6

o

Dimens ional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed:

Effective Date:

Prepared by:

49075-BFB3-0288

5/1 /20199:00:32 AM Jan 1, 2018

Bryan Bruno

Complete Mode! Number: QuoteIDTPO/CO:

Version Number:

T 400 Series Conventional. Q70096125

41.20

Page 3 of 10

______________ ~~~~~~~~~~~D~es~c~r~ip~t~io~n~~~~~~----------------~VVeight Batteries: 2 PACCAR GP31 threaded post (700-730) 0 1400-1460 CCA dual purpose.

Starter: PACCAR 12 volt electrical system. VVI centralized power distribution incorporating plug-in style relays. Circuit protection for serviceability, 12-volt light system w/circuit protection circuits number & color coded.

Battery disconnect switches 2, mounted on battery box.

Multi-function engine connector for body bui lder interiace for Cummins.

Connection between PTa switch & engine requi res code 1900082 or 1900084. T680ffS80: This feature is standard, no code required.

Body Builder Control Harness coiled EOF for customer installed remote throttle and remote PTO controls. Harness indudes Remote PTO control and Remote Throttle controls. T680fTS80 models do not require 12-way engine connector sa les codes. All other models require (1900082 or 1900084).

Jump start terminals under hood.

Transmission & Clutch Transmission: Allison 3000RDS 6-speed w/PTO drive gear. 5th Gen controls. Includes heat exchanger & oil level sensor. Rugged Duty Series for vocational applications. Transynd transmission fluid is standard on all Allison 1000, 2000, 3000 & 4000 series transmissions. Requires a push button shift control code. Oil temperature gauge is standard on class 8 models.

Driveline: 3 SPL 170XL 2 centerbearing requires 3500057 interaxle driveline.

Torque converter included wlAliison Transmission.

Pushbutton control center console mounted. Class 8 with Allison Transmission.

Delete Allison Fuel Sense

J1939 Park Brake Auto Neutral

PTa adapter for front engine PTa.

Chassis will be fitted wi LH transmission PTa. (Prevents ECU Fllnterfering wi PTO Only).

Chassis will be fitted w/RH transm'":ic-s-s'"""io-n- P"'T=O'-.-----­(Prevents ECU Fllnterfering WIPTO Only)

------'-

Front Axle & Equipment Meritor MFS20 Front Axle rated 20K 3.5 in. drop, standard track.

Front Brakes: 22K Bendix ES S-cam 16.5x6 in.

Unpublished options may require review/approval.

o

2

o

o

2

12

291

152

o

o

o o 8

o

o

150

-46

Dimensional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed:

Effective Date:

Prepared by:

49075-BFB3-0288

5/1/20199:00:32 AM Jan 1, 2018

Bryan Bruno

Complete Model Number:

QuoteIDTPO/CO:

Version Number:

T400 Series Conventional.

Q70096125

41.20

Page 4 of 10

Description Front dustshield: for drum brakes: ------all front axles.

Front Brake Drum: 22,000 Ibs. 16-1 /2x6 in. Cast

Front Hubs Iron hub pilot 22,000 Ibs. 10 Bolt 16.5x6in. or 7in. or air disc brakes. 10 Bolt, 11 -1/4 in. bolt circle. Consider Wheelguards (5850002) with aluminum wheels.

ConMet PreSet Plus Hub package; front axle.

Hubcap: front vented.

Front Auto Slack Adjuster.

Front Springs: Taperleaf 20K wi shock absorbers wI maintenance-free elastomer spring pin bushings. Standard with rubber pins except for C500 which has threaded pins. Not available on W900L. W900B use 2866021.

Dual power steering gears: 20K TRW TAS65.

Power Steering Cooler:Rad iator M;-o"'uc"nC:t-eC:d""'A"i:-r--;to- --;O"'i""I- --'

Threaded Bush ings for taperleaf spring 16K, 18/20 K, 22K, 40K replacing rubber.

Weigh! 6

104

80

a a

a 241

60

11

a

Rear Axle & Equipment Single Dana Spicer 526-190 rear axle; 26K capacity rated at 26K. Single rear axle.

Rear Axle Ratio - 5.57.

Single Rear Brakes 16-1/2x7 in. Bendix ES­extended service S-cam.

Single rear heavy duty Brake Drums: cast. Use HD Gunite Drum when single axle with GAWR over 23,000 Ibs is selected.

Single Rear Hubs: Iron hub pilot 11-1/4 in . bolt circle.

144

o o

a

52

ConMet PreSet Plus Hub package; sing le rear axle. 0

Single Rear axle automatic slack adjusters. a Spring Brake: 3030 high output single. 0

Dustshields for drum brakes: all rear axles. 11

Bendix 4S/4M anti-lock brake system. a ------~R:-e-a-r-s-u-s-p-e-n-s:-io-n-:-s~in-g:-l:-e~R~e-y-c-0~79~K~B-m-u~lt~iI-ea-f~3~1~K~.------------c19·6

28K spring plus helper. Laden height 8.9 inches, unladen height 11.7 inches. Not availab le with shocks or swaybars. Not rear air disc brake compatible.

----- ------- ----Tires & Wheels

Front tires: Bridgestone M864 425/65R22.5 20PR All Position, On/Off Highway, Wide-base tire.

Unpublished options may require reviewfapproval:

156

Dimensional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed: Effective Date:

Prepared by:

49075-BFB3-0288

5/1/20199:00 :32 AM Jan 1. 2018

Bryan Bruno

Complete Model Number: Quote1DTPOfCO:

Version Number:

T400 Series Conventional. Q70096125

41.20

Page 5 aflO

Frame & Equipment

Description Rear tires: Bridgestone M79911R22.516PR. 42 in. diameter, drive. 19.5 in. SLR. Code is priced per pair of tires. Rear Tire Quantity: 4 Front Wheel: Alcoa 82362 22.5x12.25 aluminum, with Lvi One [TMJ finish , hub-pilot mount. 114001b. maximum rating. Super single. Standard track axles may be over 102 in. wf425 tires. Air disc brake compatible. Rear Wheel: Alcoa 88367 22.5x8.25 aluminum with Level One [TM] finish, hub-pilot mount. 7400 lb. maximum rating. Air disc brake compatible. Code is priced per pair of wheels. Rear WheellRim Quantity: 4

Frame Rails: 10·314 x 3·112 x 3/8in. Steel 337in. to 416 in. Truck frame weight is 3.48 lb.-in. per pair of rails. Section modulus is 17.80, RBM is 2 ,132,000 in-Ibs per ra il. Frame ra il availability may be restricted based upon application, axle/suspension capacity, fifth wheel setting , or componenVdimensional specifications. The results of the engineering review may resu lt in a change to the requested frame ra il. If a change is requ ired Kenworth Application Engineering will advise the dealer of the appropriate material specification for a substitute rail.

Full Steel Insert: for 10·5/8 in. or 10·3/4 in.

Weight 40

o ·10

·88

o

612

818 5teel337 in. to 416 in. or 2nd insert for 11·5/8 in. steel frame. Adds 1,149,000 in-Ib to main rail RBM. Truck insert weight is 2.05 lb.-in. per pair of rails. Full frame insert length is equal to wheelbase plus rear frame cutoff plus dimension forward of front axle by model: T660, T680, T800, T880 = 21 .26 in.; C500B = bumper setting minus 0.79 in.; W900B = 5.27 in. , W900L = 1.50 in., W900S = 3.27 in.; T440rr470 50 in. bumper setting = 21.26 in., T470 73 in. bumper setting = 72.3 in.

~--~--~--------------------Delete bumper: Requires a bumper setting code. ·94

73 in. Bumper setting. Requires a bumper code.

T470 WI extended front frame rail. Must code for ra il separately.

Mudflaps, Front: Extra wide for use wi tires that are wide base singles.

Battery box cantilever aluminum BOC with fiberglass cover.

Battery box location: LH Side.

T470,C5, T6, T8 non·polished DPF/SCR or CNG cover diamond plate wI step. For use w/201 0 or later exhaust systems. For T8, use extended length non-polished battery box on opposite rail to match the length of under cab components. End plates will be painted standard black frame co lor.

Do not drive: Bc=-um- p-e-r"'"is......,dC"e"'"le-:t-ed""'.""U;";-n'"'it-m- a- y-,-b-e--decked. Transporter review delivery options. Requires code 6309910 or 6309912.

Width across front tires exceeds 1 02 inches. Dealer to review delivery constra ints w/transporter.

Unpublished options may require review/approval.

o o

6

8

o o

o

o

Dimensional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed:

Effective Date:

Prepared by:

49075·BFB3·0288

5/1/20199:00:32 AM

Jan 1, 2018

Bryan Bruno

Complete Model Number:

Quote/DTPO/CO:

Version Number:

T400 Series Conventional.

Q70096125

41.20

Page 6 of 10

Fuel Tanks & Equip

Cab & Equipment

Description _ Weight Component Restriction : Do Not Drive- Unit~mC:a:CY:-b;"-::-e------------'==""O decked.

Rear mudflap arms: Betts B-25 standard-duty, straight. Includes 81732 mounting brackets as standard.

Rear mudflap shields: White plastic antis ail wi Kenworth logo.

Square endMof-frame wI crossmember; non -towing.

Fuel Tank: 100 US gallon 24.5in. aluminum under replace. Class 8 fuel tanks wI a locking caps include an anti-siphon device on the filler neck.

DEF tank 6.9 clear BOC [CBOC], requires LH under cab fuel tank. This tank has 6.9 gallons of usable vo lume. The tank will be located inboard of the LH under cab fuel tank. There is no frame space required to locate this tank. Not for use on sleeper chassis. Standard capacity is ca lcu lated by fuel capacity of the vehicle and will accommodate two diesel fill-ups for every DEF fill-Up. For 1:1 DEF fuel fill ratio, add 7889204.

Optional DEF to fuel fill ratio between 1:1 and 2:1.

Anti-siphon device swaged in place. For any number of fuel tanks.

DEF tank location is on the LH.

Location: 100 gal fuel tank LH under cab

Cab: Curved Glass Conventional. Cab Includes aluminum & fiberglass fully hucked cab wI all aluminum bulkhead doors & continuous stainless steel piano-style door hinges. Single electric horn standard. Incandescent exterior lights include diagnosable bulb detection and warning. Trailer cab le on tractors includes integrity detection. Standard features include multiplex wiring for interior lights, automated pre-trip inspection, short and open check diagnostics. Warning alarm will sound when lights are left on.

Hood : T470 Sloped Hood for straight rai l. Includes radiator mounted grille, split fenders, mudflaps, & separate bumper.

Cab heater: Wlintegral defrosters & AIC 45,000 btu cab heater. No sleeper heater/AC. Includes 5 mode rotary control. T660 include filter media.

Steering wheel: 18 in. 4-spoke.

Adjustable telescoping tilt steering column. ----- - -- - - . ----~ Information for customer-installed PTO Chelsea 277. 10-bolt. Avai lable only w ith Allison 3000/4000 series transmissions.

Unpublished options may require review/approval.

o

o

-23

-23

o

1

o o

o

o

o

o 10

o

Dimensional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed: Effective Date: Prepared by:

49075-BFB3-0288

5/11201 99:00:32 AM

Jan1 , 2018

Bryan Bruno

Complete Model Number: QuoteIDTPO/CO: Version Number:

T400 Series Conventional. Q70096125

41.20

Page 70fl0

Description Switch & Wiring for Customer-Installed PTO. Electric over hydraulic PTO. Includes switch guard. Wiring is routed to LH frame for connection to the customer installed PTO. No air controls are provided with this code.

Two spare switches: Wired to power.

KW Driver Information Center: Includes fuel economy, RPM display, trip info rmation, truck information, diagnostics, gear display, alarm clock.

Instrument package: Includes speedometer, tachometer, fuel gauge, engine coolant temperature gauge, engine oil pressure, vo ltmeter. Class 8 also includes primary & secondary air reservoir gauges & an air application gauge. DEF level gauge and warn ing lamp are included with 2010+ engines. Engine hour meter and outside air temperature readouts are standard. Primary read out will be MPH. Add 8240620 to switch primary scale to KPH in Canada.

Large flat panel on dash For customer-installed contro ls. Reduces gauge count by 6.

Cab Interior: Summit. T440rr470 Only. Includes smooth upholstered side & back panels w/stitched accent lines, upholstered door pads, full vinyl headliner, black dash panels & black rubber f1oorrnats.

Interior color: Slate Gray w/trim Dark Slate Gray

Driver seat: Kenworth Air cushion Plus HB vinyl. Standard features includes 7 in . fore and aft slide adjustment w/iso lator, 6-23 degree recline, air suspension with cover, dual armrests, and sing le chamber air lumbar support. Seat cushion is 20 inches wide wi 2-position tilt and 2-position front cushion extension. Seat material has a horizontal stitch pattern and is 2-tone in color. Seat back is carpeted and includes a map pocket. Seat is manufactured by National. Includes inside visor and retractable 3-point matching seat belts. Grey seat belts.

Rider seat: Kenworth Toolbox Plus HB vinyl. Standard features include fixed base and backrest, tool box seat base wI doof, and dual armrests. Seat cushion is 19.5 inches. Seat material has a horizontal stitch pattern and is 2-tone in color. Seat back is carpeted w ith a map pocket. Seat is manufactured by National. Indudes inside visor and retractable 3-point matching seat belts. Grey seat belts.

Seat color: Dark Slate Gray.

Under dash center console: Includes one cupholder & two 12V outlets. For use w/Autoshift, Ultrashift. & Allison Gen IV only.

Non-self cancelling turn signal: W/column-mounted headlight dimmer switch & intermittent wiper contro l.

Electric LH & RH door locks.

Weight o

o o

o

o

o

o o

o

o o

o

o .,...,..,o=c-----------------=

Cab access contoured grabhandles, LH/RH. 0 ---------;;;-,.-;- -;;---;-;--;--,-....,..,......,---;-- --.---;-.-------

Grabhandle: LH inside door frame above dash. 0

Grabhandle: RH inside door frame above dash. o Daylite Door: LH/RH includes RH peeper window o

Unpublished options may require review/approv al. Dimensional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed:

Effective Date:

Prepared by:

49075-BFB3-0288

511/2019 9:00:32 AM

Jan1 , 2018

Bryan Bruno

Complete Model Number:

Quote/DTPO/CO:

Version Number:

T400 Series Conventional.

Q70096125

41.20

Page 8 of 10

Lights & Instruments

Description

Single air horn under cab.

Look-Down, Pass. Door, Stainless 8.5x4.4

Mirror: Dual Prutsman mirror 7 in. x 16 in. polished stainless steel, and non-heated.

Mirror brackets 8-1/2 ft load width.

Rear Cab Stationary Window 17 in. x 36 in.

Manual LH & electric-powered RH door window. Switch located on door.

One-piece windshield, wi curved glass.

2 in. rubber wheelwell fender extension.

Link Cabmate suspension.

Headlamps: Halogen Projector Low Beam, Halogen Complex Reflector Hig h Beam

Weight

a a o

o a a

a 8

22

a

--~--~~---------------------------Marker Lights: with small round base, a

Air Equipment

Extended Warranty

Five cab roof mounted.

Turn Signal Lights: Mounted on fender

Combination Stop, Tail, Turn & Backup Lights RH & LH.

Daytime Running Lamps.

Marker Lights: Interrupter Switch. Included in Turn Signal For All Models Except T3. The T3 Switch Is In The Dash.

Reflectors: Two Midframe

Wiring Only: For customer-installed backup alarm.

Circuit Breakers: Replacing fuses. Does not apply to any 5-amp fuse box position. Brakers include stoplbrake/turn , ta il lamp, high & low beams, marker/clearance lamps, horn, fuel heat, gauges, air dryer, HVAC controls, panel lamps. Some circuits will remain fuses.

Air Dryer: Bendix AD-IS Extended Purge heated. with PuraGuard

Moisture ejection valve wi pull cable drain.

Nylon air tubing in frame & cab, excluding hoses subject to excessive heat or flexing.

Base Warranty - Severe Service 12 months I 50,000 mi les I 80,000 km.

Unpublished options may require review/approvaC

a a

a a

a a

a

4

a a

a

Dimensional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed :

Effective Date:

Prepared by:

49075-BFB3-0288

51112019 9:00:32 AM

Jan 1, 2018

Bryan Bruno

Complete Model Number:

QuotelDTPO/CO:

Version Number.

T400 Series Conventional.

070096125

41.20

Page 9 of 10

Miscellaneous

Paint

Total Weight

Description

Base Warranty - PACCAR PX-9 Engine 24 months 1250 ,000 miles 1402,336 km 16250 hours.

Ship to Dealer.

GHG Secondary Manufacturer: Does Not Apply

Additional lead time required for off highway & lor specialty component truck.

Paint color number(s). N97020 A - L0006 WHITE N97200 FRAME N0001 BLACK Day Cab Standard Paint

1 - Color Paint - Day Cab Color will be White if no other color is specified.

Base coat/clear coat The Kenworth Color Selector contains additional instructions, as well as information on Kenworth paint guidelines and surface finish applications. Kenwarth is standard with Dupont Imron Elite paint.

Prices and Specifications Subject to Change Without Notice.

Unpublished options may require review/approval.

Weight

o

o o o

o

a a

a

144691b

Dimensional and performance data for unpublished options may vary from that displayed in PROSPECTOR.

Printed:

Effective Date:

Prepared by:

4907S-BFB3-0288

5/112019 9:00:32 AM

Jan1 , 2018 Bryan Bruno

Complete Model Number:

Quote/DTPO/CO:

Version Number:

T400 Series Conventional.

Q70096125

41.20

Page 10 of 10

SP.ECIFICATIONS· COM~I~ATION SEWER CLEANER

NOTE: Bid Items mustbe as staled or be fUDctlonally equivelent.

~ GENERAL lc~ cT::,,"e"n"',,"'c::hC"in-e-sC"h-alC"II'--,e-·-ca-p-aC"b-le-o-'f-re-1-~o-v-I-ng-st-o-n-es-,-g-l'[t-;-g-re-a-se-,-sC"I'-'d-g-e-.-nd-o,-ch-e-r-d-eb-r-is-f-ro-m-s--.'-'I-ta-r-y-se-wer and/or

storrn drain iines by the flushIng actIon of hlgh~pressure wutcr. The high-pressure se.wer cleaner opera tes independent of the vaclIum system.

The machine shall include ,an air conveyIng vacuum system t9 provide for the simultaneous remova l of the debris flushed to the manhole by the high-pressure water system _or for the removal af debris from drain lines and catch basins) The ma'chine shall be 'capaple of being operated by one man, with all oper~t!ng controls for high-pressure water puh1p~ hose reel, aild vacuum, located ,at the front of the iDtichine for safely.

~'" DEBRIS BODY lo~ DebrIs ~"'o"r-=a-=ge-b-"d-Y-h-a-S-a-m-In-I-m-u-m-u,-a-b-Ie-I-iq-u-Id-",-p-a-c-ltY-o-f -g--c,-,b-ic-.-ya- r-d-s.- T-h-e- d-e·-j)-rl-,-b-o-ct-Y-sh-a-[-I b-e-ro-u-Il-d-f-or

maximum strength -and constructed-of 3/15 Indi ASTM A242 Corten A steel{ot' enhanced corrosIon resist(lncp..

A tear 'door s~fety. prop shall be provIded. For e<lse of maintenance tllere slii.lll be no 'hydraulJc_cotnpo,nents located InsIde the"Clebrls body or r'e~r door. Hydralllle operated, he<\vy'duty wedge~style ' door locks shall be lnst<lHcd. The door lod(s shall be operated by two double acting hYdraulic cYHnoe'i"s. The rear door shall also hydraulically open and dose (r"alse Gltld lower) by means oftwb double actiilg hydraulic cylirlders

'Dual steel weldmentswith sta'inles,$ steel s.creen 811 x--281• each providing up to 1200 square inches ofadded flltratioil

for the vacuum system shall be provided InsIde the-debds tank. These weldments shal~ be removnble and requIre no ct.,ltthlg ar welding.

-A double' 'a.cting power I.!p/po'W.er \=fown hydlCaulk selssors lift mechanism will be provided tQ ra ise body to a .rn lhh'nurn 60 degree angJ\3. The scissors ltft mech,9nism shaH be deslg·ned to SUJlpott a minimum af 241r'lches of the debris tank width to provide st<lbilitY <l~d wheh dun"iplrig- on unevetL!:~round ~ Tbe lift capacity of hydraulic scJssors Hf1 cylinder is S6!OOO Ibs. Dump controls are loc<lted on curbside mid.,ship of the unit, well forward of the dumping are<.! far- operator safety. A manual override-system is provIded in case af system failure. . T]:le debris body sha ll h_ave (I five year warrai1ty. An inter'naJ polVethylene floa~ device with external Indic()tor ~hall 6e suppJled to -$how when body Is loaded to capacity.

~ AUTOMATIC PICI( UP

r .r-l'-\ The automatic vacuum b)~aker ·a$sembly shall be localed -inside the body. \jl - the <l_utornatic vacuum breaker assp.mbJy· sh~ll be , contralle~ by an electrlcover,hydraullcclrcult. The et'ltJre sy_st!'!tY1

shall b~ replaceable vi~ a bolt on <1ssernbly. -rile· assembly shal.l co;nsist of a 1tl lnle'!t and two '8 11 P9~ts:.that pro'Vlde air flow to the vacuum-system. Aful! indl,c:a.tion 'activflt:es ~n'aLJ tomatic vaculIm ,breaker shut)iownsystem that completely shuts down 100 percent of the airflow to the vacuurn.sy~t.em tq preven,t ove"rflll1ng: and wastewater discharge into the atfllospile,nt The vacuum breaker system shall automatically be·actlvated (dosed] when_the parking brake system Is released to eliminate carryover during transit.

Page 1 of8

! I

I 1 ! I 1 r

I I I i ~ " , j

! , 'I [,

! l [

! I

I i

! I

SPEC1F1CATIONS - COMB1NATION SoWER CLEANER

The system shall be controlled/act[vated, at the nont hose reel .contro! statiori. This en·ables t!le operatOl"to pick up large debris with boom and place debris on the road surface. This'system can be used for safety In the event suction must be shut 9ffin, caSe of an emergency. .

o,,~ ~e~EN~T~R~IF~U~G~A~L~CO~'M~P~R~E=SS~O~R~(~FA~N~DE=S~IG~N2)~~ __ ~~~~~~~~~ __ ~~~~~~~~ \...d'I -\ The centrifugal vacuum compressor shall be of 3.~stage construction (I,e. 3-27" minimum diameter fans in t1hdern),

The _centrifugal ,compressor (fans) shall be constructed of Corten steel. The compressor's outer ho,Using shall p~ spun from one piece of 3/16 ft steel for strength and provide proper airflow in operiltion. The vacuum system shall aperateJndependent of the high~pres5ure water system. The 'cOItlpressar Is drlv.en bV the ch~ssjs engine vta a dosed l.oap hydrostatic sy~tem using a v<lrillble piston pump ~nd nlotor. Thi~ system shul! include"8 he8t 'exchanger for C}:treme ambient condltlafls tlnd to maintain the pump s!-,ctton, oil temp at 160 deg, F. max; The heat exchang'er,slr1:j1l be protected by a 30~mrcron. filter anq cold weather by P!JSS valve. Hydrostatic loop filtra:tJ.on -shall_ be accompllshed"bY'a 10 Beta mi.cron return filter and a 10..:mlcron Absolu.-ic(no bypa$sj charge'filter, To maximize long term durability by reducing the load on oneslde of the compressor, the compressor shaft shall extend through the compressol' al)d shail be additiollCil stabilIzed by using two high speed bearlngs/.one at each side or the shari. No exceptions will be allowed tothIHE!qulrement. A means, of starting, stopping and varv.Jng the vacuum suction from operator station at the front"of thE! machine ~haJt be proylded.

A <!entrlflig~1 separator Ibcate'd, In the Inlet cliamp.ert'o the_fan$ wjth Cleanout bo): shall be provided. The sep.H·alor removes particles from the'-~1t' stream; thus enabllng unit to vacuum wet or-dry thaterlai. The separator 15 separate f rom the debrIs body_ The _centrifu.gr:l! cori1pressor (fan) sy'stem shall be capable of producing 90% vaCllum with no airflow. ThIs fea,ture alloWS m(1terjtll t~ be vacuunred tmqer the water surfacE. I..e. 11ft stationsj pltlgged manholes, etc.

Uhltshall,b"e capable afvacllumihg under water 16.6' (200 11) wlthbut air Induction. A manomet~l'/vacuum test may

be l'eq"Ulred to demonstrate the ~"ystem perform<lnce.

The centrJfugal compressor fans shall have a 5~year replacement non~pr(mjted warranty.

~ VACUUM Plel( UP HOSE lr Thc·vai::uum.pltlc u'p - hos~ shall be fro"nt joadlt"]g; attache~ at the front of tne .rhachhi~ If! order to prdvlde ease of positioning the machIne over the manhole} as well as afford in(lxlmlln't safety for the operator. The 811 pipe will be mountr.d on ;:! boot1l that will provide i:l minImum of 181 vertical lift, utilizIng .dual hydraulic cylinder and 230 degree of boom rotat'!on powered hydraulically for non-joterrupted,smooth mov~ment. Boom to have a un cap<lclty of 500 Ibs. at- the front bump-cr. The boom will be pow.ered I?Y an electrfc over Iw#raulic systen1': up/dqwn ~y d~!allift cylinders, The right/left il1oY~ment:s sh-all be' hydraulic vj~ worm gearrotation, The ,boomshall.-!wdr+l,UI1c"aHy"telescope a minimum of 10 ft. forward from the opel'ators statIon. The height of the b09m shall. riot chang~ .while the boom 15 ,peIng telescoped, A 1l1anll'al ovefrl~!e system 'slial! be provided for rl[~ht/left, arjd up/down functio~s" lh,r.Hse or system fa i_lure,

.control ofthe boom ls by me'ans of a Joystick.contro[ at t!ie operatorls station} requ!rlng·no cables'at operatorls feet for boom, operation, A wireless rem"ote control will be provided for Boom l Vacuum Breaker} chassis Throttle, cHId Debrls Body functlons.- A manual override systemshall be provided for rlght/left, .and up/d.own functIons in case. of system failure. A boom coverage chart'.shall be provided slating-the square feet the boom covers. 8 Inch diameter pipe extehslbns wIth damps Villi be provJded and ca.rrled on the trucK as.follows: :1. 6H l/2 ' Catch Basin Nozzle 1 61 j\luminum Pipe Extension 1 5' Aluminum Pipe Extension 1 3' A!llmll1un) Pipe Extension

Page 2 ofS

! - I

I , ~

I ! [

I

I 1

I " I I

I ! I

I I I ; j

I I I I

! I, , ! I "

SPECIFICAT10NS - COMaiNAT10N SEWER CLEANER

~'\ WATER SUPPLY o The w.ter t_anks shail hav,e a inlnlmum usable capacity of 1,000 U.S. gailons. . T1jc' wbte~ tMks',sh"d1l be constructed of non~corroslve, non-metaJitc, durable, cross-Hnked polyethykme to eliminate

rust, c.:orroslonJ and 'stress crac!<ing. The water tanks shall be mounted at-anq belo"-v the ,Huck (rcJn1c leve1 to provide.() low centel' of-gravity for truck stabIlity. A i-il2 i'nch diameter x 25 feet I,one hydrant hose with hydral')twrench Is supplied 0(1 the unit. 3 addltlonal lerigths,of 1-1/2" X SO' An anti-siphon WI devlce is ihstailed on the unit. "inspection ports shall-be provided to-lill or lo <l,dd chemicalS to 'the water system.

A sight gauge ta Indlqate water levells.locn.ted witllln·shiht of the .operator station. Th~ water t?!1ks ·are protecte~. b"y ·a rtIlnimuiil of 11 gauge steei plClting mounted below the 'water tatll~s for' protection aga.1nst ·road h?zards when unit tC<lvels over the road, off the. rOCld or to land nils. The wafer tanks. carry a ten year replClcement warrq.nty.

The high pl·essure wat~r pump shDIl be rated to deliver. smoo.th contln·uaus pressure and flow thro.ugh tile entire flow ~ange of the pump, The high pressllre shall have.smooth continuous flow fot both the hIgh pressure system an·d "the hand.gun system. "contlnu.ous duty flow of 50 g.p:m. and:~oOO p.s.i ·~h(l1J be prpvir;led ~

l:Hgh-pressure reJiefvalves are provided for both the high-press4re ~ystem and hand CUll system. The .water pump operates independently of the vacuum system and is powered by the auxiliary engine via clutchless, direct dual powerbahd drive system. The high-pressure wa.ter PUD1P drlye systen1 ctllrles a five year rep !acementw~mallty. Warranty ·~xcJi.t.des the drive englne1 I.e. auxiliary engin{;!.

The water· pump 15 capable.of noi.nlng dry. Contrpl$.fQr starting and stopping the water pump Rnd to vary the flow and pressure shall be at the front bose reel operatorls station. .. .

The high-pressure water-·pump Is .equlpped with a cold Weather drain .valve. The valve allows· the operator to completely drain the ·high~pressure pump..

HqSE REEL ASSEMBLY

The hose· reel ~ssembly Is mou·nted ·on th·e front of the ve~lcle . The hose reel shall have a l11il1lmLltl1 of 30" rnside diameter with a capacity o"f 6001 X 3/411 Irose. The !lose fe!'!1 Is hydraulically powered In both directions by means o.f a double chain ~nd spror;:lcet ~frlve, Th e . control~ for operClting the motor have a f·low control device to regulate the rordUonal speed of-the reel In both directions. All hydraulic hoses a·re behind a steel housing to protect-operator from hydraulic oli ff a hose fails. The hydraulic !:tlotor, chain, llnd sprockets· have a protective cover or are mounted on the rod!ator ,side of the hose reel for operator safety. :rhe hose reel articulates 180 degrees to the drivers side allowing opeHtor to· work in any po~Jtloli through th is 11 rc, This alloWS greaterll~xlbliity in trll cl( placement for m.anholes locat~d ill to.u·gh arc<ls and provides gr.eat?r safety. to the operator. Reel extends beyond the width of unit for ~reatcr flexibility for pos,tionlng reel over offset manholE!s, catch basins, etc. II hydraulically .controlled outrigeer leg Is s.upplied tl1atcome~ in contact with tile ground at anyone posltlon. A wmn·ing light j~ located !n the cab· to Wilro the operator that the outrlaee-t leg is not In Its tral)sporte.d position prIor to movln.g the unit. A manutd ~ypass .system for the hos·e re~1 asse.mbly Is provided to manually pull the reel assembly away from Its transported pOSitIon. ThIs feature allows op.erator to check nu!ds wIthout starting ent;::ines.

Page 3 ofS

! I I I l ! I f

I I j

I i l j ,

! I l

! i I

j I l

I ! f·

I r i

I I H

f ! I i I ;

I •

SPECIFICATIOI\IS - COMBII\IATION SEWER CLEANER

Po ~ _J_rr_I_'8_SE_' ____________________________________________ , ________ __

\..,r(\ 600' X 3/4" Jet rO,dder nose shall be slIpplled rated for 3000 psi working pressure and 7500 psi bllrs,t Pressure. A he~vy duty hose gtHete with 25' of nylon rope-shaH be provided.

Nozzles'shall be hardened steel with replaceable cel'amlc orifices as follows:

2) Chisel head penetrCltor nozzle fa!' up to 12." pipe and 1 for up to 2411 2) Standard sanItary nozzle fOI' liP to -12'/ pipe ,md-! for up to 24/1 2) Rotating head nozzle" for up to t2" pipe and 1 for up to' 24"

)

MANHOLEClEANING WATER SYSTEM (HAND GUN) ,

The 'high-pressure pump and Independent water tank ass,embly sUPPIi,ed .Sf,lan ~e used ror manhole 'cleaning, A smooth continuous f.low 9f 20 g.p.ln, ,and _pressure of 600 p,s.l. -shall be proviQed for ease of operation. A hand gun pressure relief valve set CIt 600 p.s.1. shall be provIded. One flill functIoning hand" gun with on/off hand control, replaceable no"zzle ·tip, 12. inch extension, _udJ"ustable spray and .50' x 1/2 11 hose with retractable reel will be provided, The hanq gun. will ~ttach to the sys.tem via a q-~Jck couple conn.ection :at ·~he. curbside o.f the unit. TO' avoid"belng coiled at the operator-Is stat'ion a hand gun holder wUl be provIded ~t.tlie fl'dnt burrip:er.

The hydraul(cs-ystem"has" 55~ganon cap"clty., J HYDRAULIC SYSTEM AND LUBRICATION

\ The hyd[aqlic·system shaillncorporate a main ,Shut 6ffvalve in Q3se of hydi"aulic faihu-e. The hydraulic system shall incorporate hydraulic pressure renef valves and pressure gauges for 'ease of trouble shootIng' and mainten~nc.e;

1he unit is equipped on the pass-enger side, mid-section of the module, a pernlanent weatherproof white vinyl lubrication ,chart -that points: aut lubrlcutlon points on the rilodule and 'specifies what tYIJe of lubrication and hydraulkfluids.ar.e required. The chart also specIfies the frequency Q{cuch lubricatfon poInt, Remote plumbed greil:se , fittings are providf.d for the vacuum compressor, boom 'rotation,-and water pump drive

~areas. '

ACCESSORIES

\'- s.1 A miphnlltn Melve (12).month mariufacturer's guarantee on the Ullitwlll be provided. \j 2) 35" X 1411 x 2411 side mounted tool boxes will be provide.d.

1 Debris body power flush out system 1 Air purge system

1 1/4 turn ball valve water draIn 1 Varla:bJe fJ~w valve' 1 Ltlzy Susan style, decJ( mounted pipe·rac.k, holds 5 pipe 1 Stol'age ,box behind Cil!), :W' x 4211 ;;;- 96'1

1 Storaa:e box shall be prqvld.ed with two I'all out shelves 1 Hose footage cotmttir, sfandard - di"lver's sl~e-

1 Rear mounted tow hooks 1 Auxiliary engine remote oil drain :J. Remote ,boom greasezel'k assembly, (access!ble.from-grollild l.eveJ) :l Remote debris·tank grease zerk assembly (accessibIEdro~ ground level)

Page 4 of8

!

f f

! I I I i f

I ,

SPECIFICATIONS" COMBINATION SEWER CLEANER

1 D~lal rol!er"levei Wind gl!ide iHHlngle 1 Nozzle rack 1 10' le.ilder hose

1 3/4" Bulldag400,Q60A

1 Water pump remote oil drnin 1 Built In Body Pro-p - Rear Boom Support Motlnt~d 1 Traffic CaJnera wi'th Color Monitor (Camera placemc)l)t mt!st be picked) 1 Rear trllffic camera

1 Long handle storage! (2) PVC

1. Long-handlestorage pl(!cement - r~ar of mainframe

1 Cone storage I'<ldc

Hydrbexcavatlon p-a-ckage includes: 50' retractabie handgun hose reei with 50' of 1/2'1 high pressure hose, 1 i-rp/Qulckdisco-nnect, fYeavy duty HP unloader valve, main control hall valve, nXl/2.Sch. 80 Lance wI Quick

Den., Sngl. Fwd. Spray Nozzle; Horlz. Hand,

1 1" Flounder

.1 Fill hose assy and storage lS'/200'/l00~JSO'

J: LIGHTING

Tne entire.mOdLile. electrIcal system_IS .vapor sea .. Ied to elil11in.~te .moisture damage; 'All wiring is calor-coded, l<.Jbe!etl .and rlln In sealed terminal enclosures.

All module circuits are protected by clrcu!t"breClkers,

Glearanc.e lJ,ghts and reflectors are furnished In accordance'wlth D,Q,T, requirements.

LED strobe Ila:ht with 11mb 'gual'd, rear debris t<lnk door mountecl- Whelen L21HAP LE:D B,eacon with Whelen 1 BGH Branch Guard

1 4 LED stt'dbes - (2) front bumper, (2) rear bumper - Whelen SOA03ZCR - Amber

,1 LED Arrow stick - Wh~fen TAMB5 Traffic Advisor 1. LED Boom Mounted flood Llght- Whelen NP6BBWorkllght

, V :~~:,=:::~::::::;"~::: :~~::::~"' "".", ",,""" ~ ~vJth DuPont imron ,SOOO polyurethan'8'paint.

Unit shall hBve reflective green side and boom,strlpes and rear doorcheVfO)ls.

ChassIs sllair be palnted_manufacturer's ~tandard while.

Operator traInIng will be conducted by a factory~tra[ned I"epresentatlve for a minImum of aIle day at the time of delivery. 2 copy{ies) of the operating and maintenance m<lnual for the seWer cleaner module shall be provIded upon unit dellvery. An operatronal VIdeo will be provided with the unit. JTRAINING AND MANUALS

MOUNTING AND DEliVERY

The unit described will be mounted on a truck chassIs _a,s specified below.

CHASSIS GENERAL SUMMARY

114SD 4x2 Auto

GVWR: 43000 LBS, Front: 20000 rBS, Rear: 2300~JLGS WB: 252'1 CA: 168.5" AF: 7St}

PageS ofS

t , J

t:

1

I

SPECIFI,ATION5 - COMBINATION ~EWER CLEANER

Engine, Diesel, Cum 151370 HP @ 2000RPM, 2100 GOV

RPM, 12S0 LB/FT@ 1400 RPM

TRANSMISSION, AUTOMATIC: ALLISON 3000 ROS WiTH PTO pROVISION

AXLE, FRONT NON-DRIVIN,G: DETROIT DA-F-20,0-S 20000 LBS FLI71.0 KPI/3.74 'OROP SINGLE FRONT AXLE AXLE, REAR, SINGLE: RS.23-160 23000 LB CAPACITY, RATIO 5,63

Electrcmlc Pflra.meters Governor: PTa Governor Ramp Rate- 200 RPM per second ---, - , ,

CUmmihs'ISl'370 'HP @2000 RPM,2100 GovRPM, 12sb LB/FT @ 1400 RPM X E'nglne EquIpment ,

~ Air compressor: Cummins Turbocharged 16.7 CFM Wit.h Internal Safety Valve

Exhaust System: single, Vertical Tailpipe & Guard

Muffler/Tailpipe: After treatment, under step mounted

Switch; Exhilust: Cummins-Exhaust Brake

Integ:ral with Variable 'Geometry Turbo wIth !=In/off Dash Swftch JUIJlP starf:" Positive and Ne-gatlve Posts:Jo.cated of! frame next to startet Alteni~lt"or: . D,R 12V 160 Amp 28-!:iI 'QUaqnimoullt Pad with Rembte BatteryVoJt Sense

Battety ·syst~in: (2) Alliance Model 1.23,1, GrtJup 31,12 Volt·maintenance "free 225,0 eCA Threaded Stud B,<1tteries

Battery Box wIth Cover; Non-Pollshed

Fu·.ef rJlter: cti,mil1ins,Spln on Type

Fuei .Fllte.r/ Water Se'pClrat9r: Alliance wIth Primer PLlmp

Oil Filter, Engine: CombInation Full rlow!Bypass

Fan Drives: Horton 2. Speed. Drive Mastel' Pol~r Extreme·Fail O·rlve.

RadIator: 1300 SQ" Aluminum

Antl ~Freeze: AntiFreeze to -34~F, NOAT Extended life Coolant

l-lose .. Clamps, Radiator Hose.s: Ga.tes Blue Stripe or EquIvalent, Const~nt Tenslon Hose qar1)ps for Coolant Hoses Air CJeane"r: Don~ldson, Side of Hood Air lnt()ke with FIrewall Starting Motor~ Delco 38MT tiD 12V with Integrated Magnetic Switch TransmissIon Equipment

AIIi.s~1O 3000'RPS Automatic Transmission with PTO ProVision

TransmissIon oil Pan: M<lgnetic

TransmIssIon Shift Control: Push ButtOll1 Electronic, Dash Mounted

AlJlson ' VocatI91l~1 Package :Z23-Av~Uable

Shift CO'rltrol Parame,~ers: Primary and Secondary~lowes.t Gear l/"Sturt Gear 1, Highest Gear 6 PTO Effects, Engine Front; MOlmted RH Slue of Mall1 Transmission Wiring, Cilassls; Vehicle Interface Wirli1g with Bod'y Buflder Connector Mountecrbackof Cab

Front AMle and 'Equ,pmen~

~DetrOit DJI-F-?O,O-S 2QOOOLBS'FL171.0 KP1/3.74 Drop Single FrontAXIe

Brakesi Front. Air~Cam : Merltor1.6.5x6 Qt Cast5pider Cam ~ SIClck Ad)usters, Automatic: Mefitor, Front .

\.,; DuslShield.s: Front Brake

S~eerinB Gear; TR\('I THP-60 with RCH45 Auxiliary Gear

Power Steering:: 4 Quart P.ower steering Reservoir

Ftont Suspension

Suspension, Front:.200DO ll3:> Cap-a city, with Shock.Absorbers

PQge 66f8

I • ! i I i I !

I j I

I ,

, !

I J I I ~

!

I , r

I ! r

l ! !

I f , 1 , , ! l

I I I

I ! !

SPeCIFICATIONS - COMBINATION SEWER CLEANER

Spring Pins: Gmphlte Br6nze Bushings with Se<'lls

Rear Axle and Equipment Ax!sj Reaf, Slne!e: RS-23-160 23.000 L8S CapClcity, Ratio 5.63

Rear Axle Drain Plug: Magn~tlc for Sinele Rear Axle

D.\.Ist"Sh!.elds: Rear Brake

Slack Adjusters, Automatic: Merltor, Rear

Brake (;hrlmbers, HearAxle: _Haldex t;;oJdseal longstroke 1-Drive Axle Spring Parking Char:nbers

Brakes, Rear, Air-Cam:-Merltor 16.5x7 Q+ Cast Spidel' Cam Reelr Brakes, Double.Anchor, Fabricated Shoes

Rear Suspension

XV\ Suspension, RR, SprinC"-2.2!t Axle Spacer r \ Suspension, Rear, Single; 30000 UiS··Capacity,.Standartl U-Bolt Pad, Fore-Aft Control Roels

t Br.,ltc System

~ Drake ~ystem: WASCO 45/4M AAS wltholJt Traction Control

.Brake·Uhes: Reinforced NyJonl Filbtic Bmld and Wire Brali:l ChaSsis Ail:lines

Drain V<llves: Stundard Brake System V<ilves

Pill;klng Brake Valve: for rrllc!<, Standard

Air Brake, AilS: {WABCo.Antilo4 Br<,1ke System}

Air Dryer: BW AO-IP .V/lth Hel:il~r

t Air Dryer location: Mounted Otltboard In RH Rail B(lc!< orEilb, M<lxltnum 20" Back ofCa'b Protrusion

Fu~fTan'(s

Fuel .T.a.nk: 100 GallO".' 1 Alu.m. jnt.nn~LH,. 25'~~D!am" PI~ln Alumin!Jm/Pai.ntecJ Steel Fuel/Hydraulic Tank{,s) with painted Bands - -

~ • Fuel Filter/Water Separator: Aliiance .. wIth Primer Pump .

~ Tires . Tire; Front: Midlelin XZY-"3 425-6SR22.S 20 PLY Radial

Tite, flll!ilr: Michelin XOE MIs llR22.51.4 PLY Radial

Wheels

JWheeIS,. Front: Akoa LVl One 82462x22.Sx12,25 lO.-Hub Pilot 4.68 Inset lO-Hand AIUI'nlnUni DJscI wlt~ Pre-set Bearing Iron Front Hubs

Wheels, ~ear: Alcoa LVL One 88367x22.Sx8.25 10-Hub Pilot Aluminum Disc, with Pre-set Bear!ng Iron Rear Hubs

Cab Exterior

Glass: All Windows Tlnt.ed .

Gi'ab Handle:lH and RH Sides

~GrJlle : . Stationary, I3 la ck tln i.sh Front End: Fiberglass Hood

Headlights: In tegra l Headlight/Marker Assembly

I Horn:SingJe, Electric

Parking Light: Integf~1 with LED-Stop/Tail/TLlrn!Backup Lights

Runnlng'Ught: Daytlme~l.ow Beam Only

Stop, Turn, TaiJ .& B/U Ugbts: Grote 11543.32, Grofnmet Mounted with Separate Grote 1J62401lE.D Btlckup Lights

Mirrors: Dual West COpst Molded,.jn Color, Door Mountedl 1.H and RH B: Molded,.!n Color COI1VeX Mirror~ MOllnted Under Prim'ary Mirrors

cab Interror

~~ab : ConventIonal, Opaf Gray Vinyl \. i\ ~rm Rests : l H and Rh Integra' Door Panel

Page 70fB

, , I I I l 1

f I i i I 1 ~ ,

1 , I I l I

I !' , !

! , I-

I l

i ! , I ~

I i 1 ! I , j I I , 1

I ~ !

I, ! I !

I I !

;

! I I 1 I

r ! , • , , I ! I

~ ~

! , I , I , ~ i

~ j

I ! i i " , , i u

r

SPECIFlc):mONS - COMBINATION SEWER-",AIliER

CJea~ance/Marker lights: LED Aerodynamic Marker LIghts Cup Holders: [2) Cup Holders LH and RH Dash Dome light: 'a-Way Switch Activated by LH ana RH Doors CIgar lighter: with Ash Tray, Dash Mounted Seat, Driver: Basic High back AIr Suspensi.on Seat with MechanlcarLumbar and integrateq CushIon txten~ion

Seat Belt, Driver: 3-polnt Fixed _D.·Rlng R~tr<lcto"r Sea~, Passenger: Basic HIgh Back No~-Suspension Seat

Seat.J3eltj Passenger: 3-pornt Fixed D-Rlng Retractor Alt Condltloner:-He,ater and Defroster Clamps, Heater:' Standard Heater PlumbIng

HVAC;· Standard-HVAC Dueling Console Overhead: Forward RO'of Mounted Console with Upper Storal?e Compartments without Netting DoorTritn Pa'nels'; Molded Pla;;tic Driver-and Pass~nger Dqor-P.anels

Floor Coverill~: BJack Mats with single -Insulation

Instrument Punet; Molded PIZlstic, gray Driver and Center Storage Pocket: In Dash Storage mn Sun Visor: Driver aild Passenger Inter/or-Sun Visors

Steering column: T=rxed Steering Wheel: 4spoke18" Dlam

X EleCtrical System: 12 VoJt Negative Ground System Instrumen'ts and Controls

Instrull1Gnt Panel:, Gray DriVer ;:)nd Center \..s Hazard Switch: Integral Electronic Turn Slgl1;:)1 Flasher wIth Hm:~rd LanipsDverrlr;U,ng Stap Lainps

Headlight Dimmer: Integral with Self-Cancelling Turn SIgnal Handle St~rter.Swltch; - EI.ectrlc Key Operated

Turn Slgn?1 Switch; Self-CanceUlrig f9r1r"Ucks Turri slgnilis,_Front: Int€gral Electronj'r: Fla5h~r with Hazard lamps Overriding Stop Lan)Ds Windshield Wiper, Switch: Integral with Turn Signal Handle Wlndshield_ Wiper: SIngle Electric Motor with Delay Radio: AM/FM/WB Radio with Hont Auxiliary Input, Dash Mounted Speakers; (2)·Speakers in C('jb

Antenna: AM!PM Mpunted on Forward LH _Roof Cruise Control: Electronic-wjth Swit<;hes In lH SW!lch ranel Engine 'shutdown: Ign"itioh Controlled Engine Stop with Control Mounted at FIrewall

Gauge, Air Pressure: .l.ow Ai(Pressure LIght and Buzzer Gauge Cluster: 2/1 tJec~rlc Fuel Galige, EI~ctti<; EngIne oil Pressli,re Ga!JBc, Electronic 3000 RPM Tachometer, Digital Vi:Jlt<lBe Display

JOdometct DiSPlay.:. TriP!. Ho.ur/. D.-lagnostJC/VOltage!26 W<lrnl. ng lamps Color and Design Paint Schematle-! lOP06EB White Elite Paint Typ_e: High Solids PoiyurethaneChassis Palnl

Other Req uIrements Extended Warranty: Towfng Extended/Roadside Service Warr.anty, 2 Year/Unlimited MHes/J<M) $550- Cap

Feder~ 1 Emissions; 2013 OBO/2010 EPA/Carb/GHG14 Escal?tor

Page S of8

I ! ! I I I I J

I ~ f I ,

I I • " 1 ;

I f:

I

I I I,

I I ~ II

i ;1 I'

t " I' t ii " Ii

1

I I

BID FORM

Bid No: 19-6474

KENWORTH OF LOUISIANA

-=-CO~MP~A7"ON""'y7"ONCCAMC7E=---------- AUTHORIZED SIGNATURE

3699 WEST PARK AVE SCOTT OLIPHANT GRAY LA 70359

-=-AD"'D"'R'""E""SS;;------------ NAME OF PERSON ABOVE (PLEASE PRINT)

985-876-3000 PRESIDENT

====-oc=-c=------- TITLE TELEPHONE NUMBER

[email protected]

E-MAIL ADDRESS

Page 1 ofl SEALED BID 19.,6474

I I ' r

i I

I ,

I !

I f ! , 1 ! ' I I

I I !

CORPORATE RESOLUTION

EXCERPT FROM'MINUTES OF MEE'l'JNG OF THE BOARD OF r;>fRECTORS OF

KENWORTH OF SOUTH LOUISIANA LLC DBA KENWORTH OF LOUISIANA

AT THE MEETIUG OF DIRECTORS OPNWORTH OF LOUISIANA INCORPORATED, DULY NOTICED AND

HELD ON 04/15 , 20~ A QUORUM BEJNG THERE, PRESENT, ON MOTION DULY MADE AND

SECONDED, IT WAS RESOLVED,THA T SCOTT OLIPHANT .BE AND IS HEREBY APPOINTED,

CONSTITUTED AND DESIGNATED AS AGENT AND ATTORNEY-JN r~CT OF THE CORPORATION WITH FULL,POWER

A1qD AUTHORlTY TO ACT ON BEHALF OF THIS CORPORATiON IN ALL NEGOTIATIONS, BlDDJNG,CONCERNS AND

TRANSACTlONS WITH THE CITY QF jffiNNER OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS,

INCLUDING BUT NOT LIMITED TO, THE EXEcU'nON OF ALLBIDSj PROPOSALS, PAPERS, DOCUMENTS,

AFFIDA vrrs, BONDS, SUREITES,CONTRACTSAND ACTS AND TO RECEIVE AND RECEIPT THEREFORE, ALL

PURCHASE ORDERS AND NOTICES ISSUED PU RSU ANT TO THE PROVISIONS ON ANY SUCH BID,PROPOSAL, OR

CONTRA(:T, THIS CORPORATfONHEREBY RATlFYING, APPROVING, CONFIRMfNG AND ACCEPTING EACH AND

EVERY SUCH ACT PERFORMED,BY SAID AGENT AND ATTORNEY-IN-FACT.

I HEREBY CERTIFY THE FOREGOJNG TO BE A TRUE AND CORREOT COpy OF AN EXERPT OF THE MINUTES OFTHE ABOVE DATED MEETINQ OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RECINDED.

SECRETARY

04/15/2019

DATE

I

I I I ~ I ' [

I

I \

I

I I i

I !

i i j , 1 I I I

BIDDER'S STATEMENT OF NON-COLLUSION

As a proposer or pI:ospective proposer to the Cily of Kemler, .and as. a condition for continuing to submit bids to the City orKellne1'fQr materials, goods and supplies, I hereby celtify that:

1. I have 110t colluded with any employee or elected or appointed official ·of the City of Kenner in any way in the preparatiollor. submission of my proposal.

2. No employee or elected or appointed official of the City of Kenner will re¢eiveanytliing of eeon011)ie value from me or my company, either directly or indirectly, in am the success:fullow PI'oposer for the Sale to the City ofKe111)el' of materials; goods or supplies.

Thi.s statement ·shan be .considered. as on-going for as long as I continue to submit proposals to the City of Kenner for· materials, goods and supplies. Should it be determined that the statements made herein are false, I understand that I will be ineligible to submit any future proposals with the City ofKe111ler.

KENWORTH OF LOUISIANA

COMPANY NAME (PLEASE PRlNT)

3699 WEST P ARK AVE

ADDRESS

GRAY LA 70359

CITY, STATE, ZIP CODE

3198

t0 '--7 ;UTHORIZED SIGNATURE

SCOTT OLIPHANT

NAME OF ABOVE (PLEASE PRINT)

PRESIDENT 04/1S/!9

TITLE DATE

~ r i i

I

I I ! I t I

.1

I' " ~. '!

-,.- -,-------~~~~-

License No. N -2017 -00197 2017-2019 Not Transferable DPS Code, NEKE Valid Only at Address Below

Louisiana Motor Vehicle Commission This Certifies that

Kenworth of South Louisiana, L.L.C. DBA Kenworth of Louisiana

1001 Edwards Avenue Harahan, LA 70123

Joe Teuton, Jr., Scott E. Oliphant, Jodie L. Teuton, Joe Teuton, III, Dealer-Operators

LMVC-OL (RS/OS)

is duly licensed as a

New Motor Vehicle Dealer

of the following make or makes

Kenworth

Forthe period eoding .. Ap'ril 3.0, 2019, unJ~~ license is sooner revoked.

In Witness whereo~ LOUISIANA MOTOR VEIllCLE COMMISSION, under and by virtue of the authoritj vesteci'in it by the·laws oftbe State ofLOuisianR, has caused't1iisIicerise to.oe issued with its seal imprinted hereon. .

Dmoo May 1, 2017 Signed, Sealed and AtleSted

~L

LOUISIANA MOTOR VEIDCLE COMMISSSION

~

N -2017-00293 NGKA

2017-2019 Not Tnmsferable Valid Only at Address Below

Louisiana Motor Vehicle Commission This Certifies that

Kenworth of South Louisiana, L.L.C. DBA Kenworth of Louisiana

3699 West Park Avenue Gray, LA 70359

Joe Teuton, Jr., scott E. Oliphant, Jodie L. Teuton, Joe Teuton, III, Dealer-Operators

LMVC·OL (R6106)

is duly licensed as a

New Motor Vehicle Dealer

of the following make or makes

Kenworth

For the period ending October 31, 2019, unless license is sooner revoked.

In Witness whereof, LOUISIANA MOTOR VEHICLE COMMISSION, under and by virtue of the authority vested in it by the laws of the State of Lo.uisiana, has caused this license to be issued with its seal imprinte~ hereon.

Dated November 1, 2017 Signed, Sealed and Attested

~L

LOmSlANAMOTOR VEIDCLE COMMISSSION

~

E. "BEN" ZAHN III MAYOR

CITY OF KENNER OFFICE OF FINANCE

EMAIL AND POSTED

APRIL 3,2019

ADDENDUM 1 SEALED BID 19-6474

MICHAEL T . WETZEL CHIEf.' FINANCIAL OF'F'ICER

PURCHASE OF COMBINATION SEWER CLEANER VACUUM TRUCK FOR THE CITY OF KENNER

PUBLIC WORKS DEPARTMENT

hWAY OF THIS ADDENDUM, PLEASE NOTE THE FOLLOWING ANSWERS TO QUESTIONS:

f/ .,.JJ 1. ARE YOU LOOKING FOR A REGULAR OR EXTENDED CAB CHASSIS? l U· A 1: WE ARE LOOKING FOR A REGULAR CAB CHASSIS.

Q2: ARE YOU LOOKING FOR A TWIN (SECONDARY) ENGINE UNIT? THE SPEC SHOWS A SECONDARY GAS POWERED ENGINE.

A2: WE DO WANT A GASOLINE ENGINE AS THE SECONDARY.

Q3: DO THEY SPECIFICALLY WANT A SINGLE AXLE TRUCK? A3: SINGLE AXLE IS SUFFICIENT & TYPICALLY THE CHASSIS USED FOR THIS SIZE OF

BODY.

Q4: DO THEY WANT A POSITIVE DISPLACEMENT BLOWER OR A FAN? A4: IT IS A FAN TYPE SYSTEM.

QS: HOW MANY TOOL BOXES AND TOOL CARRIERS ARE NEEDED ON THE TRUCK? AS: THE TYPICAL DESIGN IS ONE PASS THROUGH TOOL BOX IN THE FRONT AND TWO

SMALL BOXES ON ONE SIDE IN THE BACK OF THE TRUCK.

END OF ADDENDUM 1

OFFrCE OF FINANCE' 1610 REVEREND RICHARD WILSON DRIVE' KENNER, L OUISUINA 70062 OFFICE (504) 468-4049 • FACSIMILE (504) 468-6632 • WWW.KENNER.LA.US • EMAIL: [email protected]

Warr a nty-Dual Fan . VAC-CON, as seller, warrants all equipment manufactured by it and bearing its name

shall be free from defects in material and workmanship, under normal use and service as de­termined by us, for a period of (12) twelve months from the date bf delivery to the first retail purchaser.

Should any equipment or part of such equipment sold hereunder prove to be defective in material or workmanship within said period, and be returned to Seiter's factory no later than 15 days after the expiration date of the warranty, transportation charges prepaid by the Buyer, and upon examination be found to be defective, such part will be replaced at the factory by the Seller free of charge, but the Seller shall be under no further liability in respect to such war­ranty. It is expressly understood that the Seller's liability is limited to furnishing of such replace­ment parts within a reasonable length of time and that the Seller will not be liable for any dam­ages, losses Of expenses arising in connection with the use of or inability to use the unites), including but not limited to, injuries to persons or damage to property, loss of profits or antici­pated profits, or loss of vehicle use. Buyer shall be responsib le for the payment of duties or taxes on warranty parts, if applicable. The Seller shall be under no liability because of normal wear and tear of operation or maintenance contrary to the manufacturer's official Operator's Manual. The Buyer accepts any liability for damage or injury resulting from the removal or al­teration of safety guards and safety precautions provided on the unit at the time of delivery, This warranty shall not apply and VAC-CON shall have no liability under it or othelWise if the unit shall have been injured by accident, careless handling or improper applications or if any repairs have been made to the unit by other than VAC-CON, its agents or employees.

Warranties covering major components not of VAC-CON manufacture (power plants, hy­draulics, trudks, vacuum· compressors, transmissions, electrical components, batteries, tires, etc.) are warranted by their respective manufacturers.

We give no warranty express Of implied, as to description, quali1y, productiveness or any other matter and the Buyer hereby waives the right of refusal and return ofthe goods which is usually connected with non-warranty.

It is the sale responsibility of the purchaser to use this equipment in an appropriate appli­cation and a safe manner. VAC-CON assumes no responsib ility or liability for its mis~se.

FIVE (5) YEAR WARRANTY: VAC-CON warrants that the fans, auxil iary engine water pump drive components

(excluding engine and pump) and debris tank shall be free from defects in material and work­manship, under normal use and service as determined by the manufacturer, for a period of sixty (60) months (not pro-rated) from the date the unit is first placed into service.

TEN (10) YEAR WARRANTY: VAC-CON Warrants that the fresh water tanks shall be free from defects in material and

workmanship, under normal use an.d service as determined by the manufacturer, for a period of one hundred twenty (120) months. (not pro-rated) from the date the unit is first placed into service.

This warranty is not transferable.

GENERAL

SPECIFICATIONS - COMBINATION SEWER CLEANER

390/1VOO

COMPLY, Indicate: Yes or No

rYes r No

The machine IS capable of removing stones, grltl grease, sludge ~nd other debris from sanitary sewer, and/or storm drain lines by the flushing action of high-pressure water. The high-pressure seWer cleaner operates independent of the vacuum system.

The machine Includes an air conveying vacuum system to proVide forthe simultaneous removal afthe debris flushed to the manhole by the high-pressure water system or for the removal of debris from sewers, sumpsl catch basins, digesters, wet wells, bar screens, etc. The machine is capable of being operated by one man, with all operating controls for high-pressure water pump, hose reel, and vacuum, located at the front of the machine for safety.

DEBRIS BODY rYes r No

Debris storage body has a minimum usable liquid capacity of 9 cubic yards. The debris body shall be round for maximum strength and constructed of 3/16 inch ASTM A242 Corten A steel for enhanced corrosion resistance.

A rear door safety prop shall be provided. For ease of maintenance there shall be no hydraulic components located inside the debris body or rear door. . Hydraulic operated, heavy duty wedge style door locks shall be installed. The door locks shall be operated by two double acting hydrau lie cylinders. The rear door shall also hydraulically open and close (raise and lower) by means of two double acting hydraulic cylinders Dual steel weldments with stainless steel screen 8" x 28" each providing up to 1200 square inches of added filtration for the vacuum system shall be provided Inside the debris tank. These weldments shall be removable and require no cutting or welding. A double acting power up/power down hydraulic scissors lift mechanism will be provided to raise body to a minimum 60 degree angle. The scissors lift mechanism shall be designed to support a minimum of 24 Inches of the debris tank width to provide stability and when dumping on uneven ground. The lift capacity of hydraulic scissors lift cylinder is 56,000 Ibs. Dump controls are located on curbside mid-ship of the unit, well forward olthe dumping area for operator safety. A manual override system Is provided in case of system failure. The debris body has a five year warranty. A copy of manufacturer's warranty statement shall be enclosed with bid. If pro-rated so state: _______________ _

An internal polyethylene float device with external Indicator Is supplied to show when body is loaded to capacity.

AUTOMATIC VACUUM BREAKER rYes r No

The automatic vacuum breaker assembly Is located Inside the body. The automatic vacuum breaker assembly shall be controlled by an electric over hydraulic circuit. The entire system shall be replaceable via a bolt on assembly. The assembly shall consist of a 12" inlet and two 8" ports that provide air flow to the vacuum system,

A full Indication activates an automatic vacuum breaker shut down system that completely shuts down 100 percent olthe airflow to the vacuum system to prevent overfliling and wastewater discharge into the atmosphere. The vacuum breaker system is automatically activated (closed) when the parking brake system Is released to eliminate carryover durIng transit.

The system is controlled/activated, althe front hose reel control station. This enables the operatorto pick up large debris with boom and place debris on the road surface. This system can be used for safety in the event suction must he shut off in case of an emergency.

CENTRIFUGAL COMPRESSOR (FAN DESIGN) r Ves r No

The centrifugal vacuum compressor shalt be of3~stage construction (i.e. 3-2711 minimum diameter fans in tandem). The centrifugal compressor (fans) shall be constructed of Corten steeL The compressor's outer housing shall be spun from one piece of 3/16" steel for strength and provide proper airflow In operation. The vacuum system shall operate independent of the high-pressure water system. The compressor is driven by the chassis engine via a closed loop hydrostatic system using a variable piston pump and motor. This system shall include a heat exchanger for extreme ambient conditions and to maintain the pump suction oil temp at 160 deg. F. max. The heat ".changer shall be protected bya 3()..mlcron filter and cold weather by pass valve. Hydrostatic loop filtration shall be accomplished by a 10 Beta micron return filter and a 10-micron Absolute (no bypass) charge flIter. To maximize long term durability by reducing the load on one side of the compressor, the compressor shaft shall extend through the compressor and shall be additional stabilized by using two high speed bearings, one Bteach side of the shaft. No exceptions will be allowed to this requirement. A means of starting, stopping and varying the vacuum suction from operator station at the front of the machine Is provided. A centrifugal separator located In the Inlet chamber to the fans with cleanout box is provided. The separator remov.es particles from the air stream~ thus enabling unit to vacuum wet or dry material. The separator is separate from the debris body. The centrifugal compressor (fan) system Is capable of producing 90% vacuum with no airflow. This feature allows material to be vacuumed under the water surface, I.e. lift stationsJ plugged manholes, etc.

Unit must be capable of vacuuming under water 16.6' (200") without air induction. A manometer/vacuum test may be required to demonstrate the system performance. The centrifugal compressor fans have a 5-year replacement non-prorated warranty.

VACUUM PICK UP HOSE r Ves r No

Shall be front loading, attached at the front of the machine In order to provide ease of positioning the machine over the manhole, as well as afford maximum safety for the operator. The 8" will be mounted on a boom that will provide a minimum of 18'vertlcallift utilizing dual hydraulic cylinder and 230 degree of boom rotation powered hydraulically for nan-interrupted smooth movement. Boom to have a lift capacity of 500 Ibs. at the front bumper. The boom will be powered by an electric over hydraulic system: up/dawn by dual 11ft cylinders. The right/left movements shall be hydraUlic via worm gear rotation. The boom shall hydraulically telescope a minimum of 10 ft. forward from the operators station. The height of the boom shall not change while the boom Is being telescoped. A manual override system shall be provided for right/left, and up/down functions In case of system failure. . Control ofthe boom Is by means of a Joystick control at the operator's station, requiring no cables at operator's feet for boom operation. A wireless remote control will be provided for Boom, Vacuum Breaker, Chassis Throttle, and Debris Body functlons.A manual override system shall be provided for right/left, and up/down functions in case of system failure. . A boom coverage chart shall be provided stating the square feet the boom covers. 8lnch.rjiameter pipe extensIons with clamps will be provided and carried on the truck as followS:

1 6-U2' Catch Basin Nozzle 1 "' 61 Aluminum Pipe Extension 1 5' Aluminum Pipe Extension 1 31 Aluminum Pipe Extension

WATEIlSUPPLY rYes r No

The water tanks shall have a minimum usable capacity of 1000 u.s. gallons. The water tanks shall be constructed of non-corrosive, non-metallic, durable, cross-linked polyethylene to eliminate rust, corroslon;"and stress cracking. .

The water tanks shall be mounted at and below the truck frame level to provide a low center of gravity for truck stablliiy. A 2-1/2 inch diameter x 25 feet long hydrant hose with hydrant wrench is supplied on the unit. An anri'-siphon fill device Is Installed on the unit. Inspection ports shall be provided to fill or to add chemicals to the water system. A sight gauge to Indicate water level is located within sight afthe operator station. The water tanks are protected by a minimum of 11 gauge steel plating mounted below the water tanks for protection against road hazards when unlttravels over the road, off the road or to land mls. The water tanks carry a ten year replacement warranty,

AUXILARY ENGINE (WATER PUMP DRIVE ENGINE)

GM Power Solutions tnternatlonal (PSI) 5.7 Liter, (350 CID) (B)-Cylinder, 140HP

HIGH-PRESSURE WATER PUMP

rYes r No

rYes r No

The high pressure water pump shall be rated to deliver smooth continuous pressure and flow through the entire flow range of the pump. The high pressure shall have smooth continuous flow for both the high pressure system and the hand gun system. A continuous duty flow of 50 g.p.m. and 3000 p.s,; shall be provided. High-pressure relief valves are provided for both the high-pressure system and hand gun system. The water pump operates Independently of the vacuum system and is powered by the auxiliary engine via c1utchless, direct dual powerband drive system. The high-pressure water pump drive system carries a five year replacement warranty. Warranty excludes the drive engine, i.e. auxiliary engine.

The water pump is capable of runnIng dry. Controls for starting and stopping the water pump and to vary the flow and pressure shall be at the front hose reel operator's station. The high-pressure water pump Is equipped with a cold weather drain valve. The valve allows the operator to completely drain the high'pressure pump.

HOSE REEL.ASSEMBLY rYes r No

The hose reel assembly is mounted on the front of the vehicle. The hose reel shall have a minimum of 30" Inside diameter with a capacity of 600' x 1" hose. The hose reel Is hydraulically powered In both directions by means of a doubJe chain and sprocket drive. The controls for operating the motor have a flow control device to regulate the rotatlpnal speed of the reel In both directions. All hydraulic hoses are behind a steel housing to. protect operator from liydraullc all If a hose fails. The hydraulic motor, chain, and sprockets have a protective cover or are mounted on the radiator side of the hose reel for operator safety. The hose reel articulates 180 degrees to the driver's side allowing operator to work in any position through this arc. this allows greater fiexlbillty In truck placement for manholes located In tough areas and provides greater safety to the operator. Reel extends beyond the wldth of unit for greater flexibility for positioning reel over offset manholes, catch baSinS, etc. A hydraulically controlled outrigger leg Is supplied that comes in contact with the ground at anyone pOSition. A warning light Is located in the cab to warn the operator thatthe outrigger leg Is not In Its transported position prior to moving the unit. A manual bypass system for the hose reel assembly is provided to manually pull the reel assembly away from its transported pOSition. ThIs feature allows operator to check fluids without starting engines.

JET HOSE rYes r No

600' x 3/4" jet rodder hose will be supplied rated for 3000 psi working pressure and 7500 psi burst pressure.

A heavy duty hose guide with 25' of nylon rope will be provided. Nozzles shall be hardened steel with replaceable ceramic orlflces as follows: 1) Chisel head penetrator & 1) standard sanitary. 1 50 gpm Grenade nozzle

MANHOLE CLEANING WATER SYSTEM (HAND GUN) rYes r No

The high-pressure pump and independent water tank assembly supplied shall be used for manhole cleaning. A smooth continuous flow of 20 g.p.m. and pressure of 600 p.s.i. shall be provided for ease of operation. A hand gun pressure relief valve set at 600 p.s.i. shall be provided. One full functioning hand gun with on/off hand control, replaceable nozzle tIPt 12 inch extension, adjustable spray and 50' x 1/2'1 hose with retractable reel will be prOVided.

The hand gun will attach to the system via a quick couple connection at the curbside of the unit. To avoid being coiled at the operator's station a hand gun holder will be provided at the front bumper.

HVDRAULIC SYSTEM AND LUBRICATION rYes r No

The hydraulic system has a 55-gallon capacity. The hydraulic system shall Incorporate a main shut off valve In case ofhydrauHcfaliure. The hydraulic system shall Incorporate hydraulic pressure relief valves and pressure gauges for ease of trouble shooting and maintenance. The unit Is equipped on the passenger side, mid-section of the module, a permanent weatherproof white vinyl lubrication chart that points out lubrication points on the module and speCifies what type of lubrication and hydraulic fluids are required. The chart also specifies the frequency of each lubrication point.

Remote plumbed grease fittings are provided for the V8(;uum compressor, boom rotation} and water pump drive areas.

ACCESSORIES

A minimum twelve (12) month manufacturer's guarantee on the unit will be provided.

2) 35" x 14" x 24" side mounted tool boxes will be provided.

1 Debris body power flush out system 1 Air purge system 1 1/4 turn ball valve water drain 1 Variable flow valve 1 Lazy Susan style, deck mounted pipe rack, holds 5 pipe 1 Storage box behInd cab, 1611 x 4211 X 96" 1 Storage box shall be provided with two roll out shelves 1 Hose footage counter, standard - driver's side 1 Rear mounted tow hooks 1 Auxiliary engine remote oil drain 1 Remote boom grease zerk assembly, (accessible from ground level) 1 Remote debris tank grease zerk assembly (accessible from ground level) 1 Dual roiler leval wind guide 1\0 51ngle

1 No.zzle rack 1 10' leader hose 1 3/4" Bulldog 400.060A 1 Water pump remote 011 drain 1 Built in Body Prop - Rear Boom Support Mounted 1 Traffic Camera with Color Monitor (Camera placement must be picked)

rYes r No

1 Rear traffic camera 1 LOAg handle storage/ (2) PVC

1 Long handle storage placement - rear of mainframe 1 Cone storage rack

Hydroexcavation package includes: 50' retractable handgun hose reel with 50' of 1/2" high pressure hose, 1 HP/Quick disconnect, heavy duty HP unloader valve, main control ball valve, 72x1/2 Sch. 80 Lance wi Quick

Dcn., Sngl. Fwd. Spray Nozzle, Horlz. Hand.

1 1" Flounder

1 Fill hose assy and storage 1.5"/200',100',50'

LIGHTING

The entire module electrical system Is vapor sealed to eliminate moisture damage. All wiring is color-coded, labeled and run In sealed terminal enclosures.

All module circuits are protected by circuit breakers.

Clearance lights and reflectors are furnished in accordance with D.O.T. requirements.

rYes r No

1 LED strobe light with limb guard, rear debris tank door mounted - Whelen L21HAP LED Beacon with Whelen BGH Branch Guard

1 4 LED strobes - (2) front bumper, (2) rear bumper - Whelen 50A03ZCR - Amber 1 LED Arrow stick - Whelen TAM8S Traffic Advisor 1 LED Boom Mounted Flood Light - Whelen NP6BB Workllght 1 LED Rear Mounted Flood lights - Whelen NP6BB Workllght

PAINT'

Unit paint surface is shot blasted, primed and sanded prior to paint. Unit to be painted,

with DuPont Imran 5000 polyurethane paint.

Unit shall have reflective green side and boom stripes and rear door chevrons.

ChaSSis shall be painted manufacturer's stahdard white,

TRAINING AND MANUAlS

rYes r No

rYesrNo

Operator training will be conducted by a factory-trained representative for a minimum of one day at the time of delivery. 2 copy(les) of the operating and maintenance manual for the sewer cleaner module shall be proVided upon unit delivery. An operational video will be provided with the unit.

MOUNTING AND DELIVERY rYes r No

The unit described will be mounted on a truck chassis acceptable to the body manufacturer at the factory of the body manufacturer.

EXCEPTIONS AND DEVIATIONS:

BIdder shall fully explain every variance, exception, and or deviation to the bid spedficatlons. Additional sheets/lines may be added if required.

Vehicle Warranty Quick Reference Guide - Heavy Duty & Medium Duty Standard Service T/o,/j. """l/I.kr .. ". c""," OUl;!" _ rJn'""I!!!".1"o,"m.,,,",r''''!lH'~Q" £",,,

1M i.""""""I<,I", """',ompoOM".«ltl.l.".4 "'«I"" ...... mI>l.r"'~ /(."'\,",hl=lr."..".;'''''''''L","lmlor\\.,,,."II<01'«.~c. /'ot.l:l!i< I/or ""1<"""". FI.<lt'j;!I>f .... ~o\L""'" \1'."..,tyA' .... ",..,'1oJ 'f'<if""'''''''''Ih<I'''''~ --'1;"'4"!'1fm-r.riM""~\\""...,ryA~"",,,,"'

IlVACCcmpcnonu.

BA~IC VEHICLE WARRANTY Cl». '1I.'''Yputy$I'nd.td :SoIVI,. _12Monlh. or1QO,GGD MlI .. 1160,QGO KIlom.'",. whl.h •• ",cctUI.JlroLllDO\,. Port." .nn I..obo, CI.,~ 7 M.~'"m IMySt."~"d 3.<'11<&_12 1.Io,Uh. UnJlmll.d 1.111 •• & KlIcm.t.rsl1Ga\~ P.II~ .nd Lobo,

A~Cl,."".s:r-""'( ... <~d".FiI.,Elom."LJ A.C ... ",""s",.", (.><ho1r-o F~" E~m,,~

A<"''' .. i.\I''(rr~~"",,,,,.<,,,,) "''''''",.I<>JAC ~·.nd./.\>d<I.F"')'Alr""'" _''''''~Wh .. J 1I",.,.c". C""",,,,,, c.o''',UNAC D<o""V.l",,,,,,. ~

.'''''''",V.ol-" E" .. "to'e.IO F"mrc""""S,,,"" fbr'u.....R.tn,."'''' H.>1z'Ho".&C~",,,, ' I.."cr.b ~rt""" S.~'h" OM;. n""..,.o~~, IS', r.; .. ~ it".'" J\l<S,..,,",

..... "",".,,,,.,{S",:f"l I'J<tl~"~,,,";,V"'"

"''''' .... ",.r ~H''''~'''';,V'I'' ...... ""'" ""~"'" A"·""~"'''·I~'''.\·I.t''to) ~",lJJYT""'"'~'''"" a"'J)I(pACCAA) B'~''Y(i\lI,1S)

B'.,~f1" •• lI~., A'''''''~ S'"WH.frlO<> • .,." E .. ,.

""'","" ",,,,,,. .. ~ S~"Mi>I'I'" sV~" O", .. ,Il:r~ .. o\5SS .. ",.

~~;:'"""(\O<~d"A'''')1':'m~n-o,)

Ch>'I' /o.~C"~I{CAC) 110" t-cbmp' c'"'S,,,tm

HVAC BASIC VEHICLE WARRANTY

Comp'.TvlIIo'''',g,,/o.I"lnlO! =~\o"'!oo,~~ ... ~ C>trh j!,"."",,,",.",,I.~.PACCM' '''''''''') c..,a, ar,,, .. p""e." .... {<:eGO') e~L~. "''''""A .. ~'"<O.j','''' ",,,",,c.o,,,, C • .,."~,, c>,r"llI.1;d""(R>~":AC/S.""",""I'''''P><'''p) C"~'''''''''C.'''p<o,,' Coo'~Plo" 0.<1< Plo'. ~.m. C,F"'''"Co''''''R4~~ OfF II",,, "".b",e.IiI.IV,,.,. OfFH,,].dln .. OfF"""""EI,,,,.,,,,, P"'''''''~R!h;I,o"S''l'plll.'~''''4 OfF1<L",p O"..FTon' Ooor1.>l,h.L.",.,..tIl<»' Oo".f.d""".,"T,lm Or;"t;.,. W.W "rlC.ol .. "",,~g ao'"""p.~.,Oi"".""'" ... , "'''''''''P""''C,,,"'''/II"''''(~Y''''''''"''I "_,>L.R''''''''''mpoo,,,,,

Eoo\1. El<,f .. ("ACS"'.O<~iI D<>',","~T"" F.rt.F>IICMo:h ~ S'""·~' u~. F.o="d

"'"" J.u,,,,,,,,,,, I.I""'A~~P"~",,. f"ll .... S"pf""'V,iO<Jll!>II..~" S~"';.~"G1"1.m

f,"'''''S~"olIl>o

Q""""P' ... "".d',"I".""~"" ."' F"IS~-;!.",

". T.rtI;S",P.""p·.·V,,,' F""'I·/ ... 'S.p" .. ".mt.'o!H."" G"'ll.""S'"d~,II"l

1I"'S!<o11 11.«10""."0 A.o,"~ SpMO & H"kl S"""S"'""C~

H'"'_ ...... """"" H".'"d"'~g(l<,b ... d.'".o"l lI.bA,,.m",' 5,,,100 tE>.wd"..,,, .. , • .,b) >M>C>~'

CI ... ~ H •• ryOuly _12I.lon1h. or Unllml(od 1011[" & 1(1(.rn<1 ... '1~O\~ Port; .nd L.b~,

"""""" ",",OT,,"" " .. "" .. ,,"" to."." K." ...... I4'.r,..,"'~'''''''S\''.'''IKl'.'S) L?LIf'~""'h,,""!o "'L'T,'·~"..h"."'''"'h" <~mt"""·l .. ""''''''' ..... "..,,~'''''' ;'~:--",P ...... "'~II M,Il "'~S"' •• l(O.W1 .. M'dfllpJ tl~.,

""'~"C~"'F' t.I"~"S"";p). g;~~~,~ .,""10_)1""", -. PD~ r,",,~"~~C"r""') P .... ~IT'koot! C"""F'''''<rlll<'9 R,,c,l,, f",du..<OVIl .. d"G''''''1 R.LI;;>,,,c:.p(1E.lSO) ~'''''I''Mo",I!o9''''''''''(1E.I!S) R.~",", M' ... ...,. g,,"';,g' (lE-<I5'1 R .. b\o,Th.>1." FI>"'~'CIl"(!E08SSJ 1lo.1~.u., S",,,oI, s.,tt .. ~. .s .. ta,,~ ~ ~""m C<l"'~", Shl'!e."~.~ "",,,,J,J,u''''''~~1 81o,kM;u,,,, SIo,p" Ilool5hd", ~ Co~"." Sm'IIM, .. ' ~, .. ~." s~~" s,"' .. ,

S",;;,;C", 51 ... >LoPump s".mg~."".;­

'~'","W""'nl Ct.~ .... , C<>".1 .. """'~o"'" ~Im>OA''''

.".r,,~w""',,'Jc."m" S"P

Cl .... 7 ~I.dlum 1lIl'l' S(on~.f<I s."'I.~ ·12 Month' UnUIILH.~ Mil .. & KllolIL'("~ 11C~\'. P.rt, Ind L~bcl

MAJOR COMPONENTS CI.,.! H •• vyOu,ySI.;;6"d S.",'o •• 38 Monlll' ~rlOU,UQO Mil., I~'O,~~O I(lIomo(." WI"ch'V" coeUr< n"11100Y. P.~. 'n~ L.~or CI ... ,1.l.dlum tMy$i>;n<l~'~ ~.rvlc~ _n 1,10010' ~rU"lImltod 1.111 •• & Kllom.,." .. hl.h.voro«"I~ r."t 11GGI'.I'.rt •• nd !;obo;

SuPfl"'''"'' I ;\0,",\11 S",,", (S RS A'b'~1 s'''p""I'nIC"'",',)

a"",. ""oI.lPi> H'llhlCo"V.,V.),. H,;,hI C<nlroIV.". e .. ,'~l H.~hlCo"',,'V,),,u ... , •• Sh"ka""",&S",; .'''''g.A' S'''''05"",) s,m,.l,,1 s"lngP" S'M'S,~",~, Sp"";SluolJ> "..<J.1.>gIT"q"R •• ,&&o, ... " 1J.1lob& u.e,.s,.~.,

s",,,..,,~"a"'h"'o>='l sLI,.,","nc.b H.~htC.""dV,"" "."",c,_v",, a.,d., 1I',,"I"''''<lV''.~l.\"L''~ • S;,,"~.A~

s"'p.",;."s~.p" 1I.~b'C.,,""V.I ... 1I.~",contr~ '1.1" a .. <l.1 H.~"'C<ntr.IV.)"L"kog.

~~~~.M Th<o'",l.loI.o;'.P.;,~ond"'b:' TolM,w""ml'.'''''''P''''') T"OI/IlC.,.(fo""1 T",bo~",~" p~~ .... , o~"'1" ~ ~ ,,,,ill I> ,oJ" <Ism UpMh:O" v,u.,'" V."'·F",h~~ V""'IO"bl<, .. """Id,) \'l,'",,,, 1·1"'''u~.1pp.1o;) \V",d""DoI .. "",," IV"d"'L.tt~""", .. ""r.<'l~) l'f"~.~R·g"olo, \·f"d"'~IlI'l.,~" W'POfNm("""'" \'r ... ra~"l W~,M"'"."dCo"""IV~'" w ... , .... """ •• ,,.c,"'.,,'"

.... I .. ,"'m... & ',oq.Pri'>lg. ""·H~l>.\·.yW"'. ,,;",'1., .... "'" ..... '>m f""~"n,"''' lo,ul ,c,. Oorp., S,,~)

a"""·"' .... b. eo", S",I1>."~ ... " ... rl"',,~ M;""" (E>'~'<!" 0""", & 0;=)

..... IoKl'~"~C"\.I'.T',. ~,...r!""~

EXc~~"OJ.IS, .... ,.sh>n f"n,. ~";"'.KI.~ 1';. S"'hl.~ •• u .... D,"m.tlli,,<. ar>l!.s,-,. FIII"',lWb ..,,,,,,,W;,,. H.bc>p.,"""""". \'", .. 1 Hurl, •• , \'.1'L.<l S"I.

CO""C!J<ol n." .... l • ..:I(·...,'H.I" '''or M' __ R,"'n"I"I>OI" P~blp~ o.~"ry F'." ...... Ai~Fp!' .. " .. 1"""''''4s."i''j l".,,,,,,--l,,,·A'A,,, .. tlo,,

CM'h_/oU~.I'l'""~'"''

RTRAIN

~ '" I ... ,th. 1150.coo I.!.lo. (1 ;/OO.OOCI ~",",,,,,., 24''''''th,/''''''''''''''''&l\l"<m.'.,. ""''''.th.1750.0LX11o!>O.!!.200.OLX1HIe''''''''i '"' ~k"v\'I7.l0.00(11,\Io" (1.200,t)OO """m,',,,) 31 ~~"th,I~~Q.OOCI 10\4, (500.oooKlo ... I"'1

E~CUJ'!OIl'" A,I. ~",II ,1>,., O •• k.,., I(",~ pb) "",bin." "<0);. OruOLoIOi,,<<. ~,,~. Sh."" fll" ... I!,bA .. , .. bll .. , ~"b O'p''''dO ....... I'm •• 'awrng', Wnt<ls.ol., c,""" ."H.aPII"""U"

"''''G~ .. "S!ro'''" lSr.t. £.1,,·'O .... Hood,SJ>'F .. ,"" H"'"I>oI~le'b."j",.po,.,,,,) T",",""",b",. ".""~U\.S~n,od'."'I"<I" fl,.,,,,,,,;'n x.y S!o~co"'"I>. mc .. ,.,..

~J~:'~~!~~~~~~;~~'~~~~~~l~~~~ ;'~:~~~~I~~~~~~a ~o~~~~e~ohm' O1:OUf~ n"l CI ... 1 M.dl"m IlIltySI,ndo,d s.rvl« _ J' Month. UollmU.a M[I .. '" Kllom.!Of.

I~ ~%~~.:~;~:O~O~~:'~'':.~~:%~~'' .Mohm, ooou" nl'l lQ~% NIl, "nd lobo,

CAB I:. HOOD PAINT 12 1.lo"'~. 0, IDD,QCO 1;111 •• NeO,DO~ I(lln",., ... whlchovor D<CU,. r.,.l iOOI'.Potts .nd Lobo,

FRAME FAINT +BLACK Ill,l'>nU .. 0' 10~,O~n 1.l1I .. I1GO,O~~ 1([lo",.toJswhlohovo,QooU .. n", IOD%Paru. .mll.on, ',""'.;V.~h ~~"""""L'I"'. )'~"" Do",p. "'iLl", o-:r.1O L C"'ln>~~n

Md~ ""d~",,,, .. c .. ku (d •• ,., [,,'I>'<rlj MC·"""""IE~''''"",,,,,,,,,,,) ""St1,., ~"H, .. «S.IU1io", A''''"''''''T'''''''''''''nl .. ''plF'''''C ...... O n"'-"l.toho/SIlo"IP.d. "",n. t~ .. ~,,~'" c .... ,,' •• j £.I"" • ....,,, .. ,~. FI\hII'h .. 1 flI."'~'F".I.OJ.odW"" .... Eno>"hI<" ,",I ,-""""., "." ...... 1/.r>O<'1"'IEq.o· .... " P~<l< !to.VT.." p~, P'''''''''',f.,LP,'''',,,;W'''' R.Ir\l"" .. lla",;"Ph ~~:;.knS'L VOR.DVO;:.)·.r

\"" .. I.~"""./B'~"'~ Wmol.,R"" l·(~I"fI."t."'."~S<","

K.~'~rth "'",",' ". "'~".". 'I)' I', .. ~" , ... ·,,~01.'~'''.n.r''' .. .,<'''_ ... h 'd"''''''.,. ••• '.'"ld",''",j'''v.". ",,,,.r,,, "'"mhum..C"'.~. "s" .. ~" .... " "''',"~'or\''''',''''!1'".''''"' .""''''1"""".1 e"l<t:\1rlolD"M D""1..hino.ISIoo",P_ a"'h~",,"~~ ~ ... """.,~"'" o;,""'''*''''I'""g ">IV,,, ,.'"""'~, P.,",CIi?<>i'.,f.d. ".nOn",,,; U'~"IOr! n.~'o" SI'JI ~"b"tio, .v"'.,,.odvr"'<l<,[~ab.,

C>~ ,,,,,,,~",,,,,,nt/'"p''''''' ""'"","_.n",,,,1 r..I> 10. eo> ",".1,.,,, ,,,,,,,..,. \'I.~~"lj'd ... ""'Wl" """on "' .... d ""d."",., I,. "b 1"",1" r",,,h p''''

""'Sb>~Flln~.C"\,,,

f!.'c.op",~,.~

Wl! .. I~.,~

FRAME PAINT -OTHER THAN BLACK 6 Monlh. cr 6M~O MII .. la~,O~o Kllom.I'J~ whloh.'''' ~O<u'" n,,1 1~DI',P.~ •• ndl..o;cr !>.o:" .. dV.h~A,1,"""'r."Loo'''.I.'«''. Oomp.R,lu",. w"~"'t Con",."'~"

FRAME PAINT

Funollon.orAd,

I"'lvo,","',",.ll"""'"',m'l"h"b,,",',, ••. A"y.<~<~ "",th" 0.," ,I< .. ~« ,."r.«'In> "","""o",.u.."tud ~{K.",,.rtk.

O'''''''~''''"d'''1> OJ''' ","', r.lth''''''''''''~~'~'"''"''''"'"''"J Eo,"'""".nl Imp,,' Im'''P''''''''~n '"'i'"p"o:"".rld""m",,,,",,,, ... ~i" :~,;:::"",oIJ"...o .. ,P''''

'1.;0;1."". <>lM>r<>I..O." no""T,,"'o "1 .. Iin.Sloplld»>,"""" ",,,,".(<!<I,,,,",,,.~.,,,r.,."'nl

r.\\'n •• 'Em"'."""R"o"""t......,1 r"O'pot!

Rd, ,,,,, •• ,,,,,",a,,,,,, F .... ",od"""",""", l ... ",~.IV'''''~ R'II><\O" W~"5b',,~~,,",yt""".

On motion of Councilmember , seconded by Councilmember _________ , the following ordinance was introduced:

SUMMARY NO. ___ _ ORDINANCE NO. ___ _

AN ORDINANCE ACCEPTING THE LOWEST RESPONSIVE BID RECEIVED FROM NU-LlTE ELECTRICAL WHOLESALERS TO SUPPLY STREETLIGHT POLES AND ACCESSORIES IN ACCORDANCE WITH SEALED BID NO. 19-6480 IN AN AMOUNT NOT TO EXCEED $150,000.00 ANNUALLY FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, sealed bids were solicited , opened, and tabulated by the Finance Department on April 24, 2019 to supply streetlight poles and accessories for the Department of Public Works; and,

WHEREAS, it is the recommendation of the Deputy CAO of Public Works that the lowest responsive bid received from Nu-Lite Electrical Wholesalers be accepted; and,

WHEREAS, funds are available in Account No. 3513036-5182-1374.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the lowest responsive bid received from Nu-Lite Electrical Wholesalers to supply streetlight poles and accessories in accordance with Sealed Bid No. 19-6480 is accepted.

SECTION TWO: That a contract between the City of Kenner and Nu-Lite Electrical Wholesalers in an amount not to exceed $150,000.00 annually is authorized.

SECTION THREE: That any amendments or change orders to this contract may be approved by resolution.

SECTION FOUR: That the Mayor of the City of Kenner is authorized to execute any and all documents as may be necessary to fulfill the intent of this ord inance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of ______ , 2019.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

~ -

16G

E. "BEN" ZAHN III MAYOR

Date: April 24, 2019

CITY OF KENNER OFFICE OF FINANCE

MEMORANDUM

To: Tom Schreiner, Deputy CAO - Public Works I

From: Michael T. Wetzel, Chief Financial Office~ f ~

MICHAEL T. WETZEL CHlEF FINANCIAL OFF!C~R

Re: Sealed 19-6480 Contract to Supply Streetlight Poles & Assessories as Needed

Attached is a copy of the bid tally sheet and the bids received regarding the above referenced s.ubject. Please review and forward your recommendation by selecting the appropriate box below.

The lowest bidder is Nu-Lite Wholesale Electrical with a bid total of $552,680.75. If you are recommending this vendor for award, please mark the appropriate box below and return to the Finance Department. Since the amount is over $5,000.00, Council approval is required. Therefore, your department will need to prepare the necessary legislation.

If for any reason the lowest bid is not recommended, please mark the appropriate box below and furnish the Finance Department with a detailed explanation of your justification for the recommendation. The Finance Department will then review your submitted recommendation for appropriate action.

Should you have any additional questions or concerns, please contact my office .

••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• •

r:s( Accept Lowest Responsive Bidder

o Reject Lowest Responsive Bidder

Recommended Vendor: :-c-:---:--::-----------(EXpl~n~n Must Be Att~edl '

APprovedddn1AupK/oduh~ Director

CC : Christine Calamari, Office Manager III Roxanne Driscoll , Contracts Specialist

OFFICE OF FINANCE' 1610 REVEREND RICHARD WILSON DRIVE ' KENNER, LOUISIANA 70062 OFFICE (504) 468-4049 ' FACSIMILE (504) 468-6632' WWW.KENNER.LA.US · EMAIL: [email protected]

CITY OF KENNER BID TALLY SHEET

DEPARTMENT: PUBLIC WORKS

BID NO. 19-6480

[S] Sealed Bid

o Telephone Bid

o Letter Bid

BID DESCRIPTION: CONTRACT TO SUPPLY STREETLIGHT POLES & ACCESSORIES AS NEEDED

BID OPENING DATE: APRIL 24,2019

VENDOR TOTAL BID COMMENTS

NOTOCO INDUSTIES No response NU-L1TE ELECTRICAL $552,680.75 GRAYBAR ELECTRIC COMPANY No response

-----_ .... _---

Isf

"BEN" ZAHN III MAYOR

APRIL 3,2019

RE: SEALED BID 19·6480

DEAR BIDDER:

CITY OF KENNER OFFICE OF FINANCE

MICHAEL T. WETZEL CHIEF FINANCIAL OF!~ICER

ATTACHED PLEASE FIND THE FOLLOWING BID PACKAGE FOR THE CITY OF KENNER CONCERNING:

CONTRACT TO SUPPLY STREETLIGHT POLES AND ACCESSORIES

ON AN AS NEEDED BASIS FOR THE DEPARTMENT OF PUBLIC WORKS

FOR THE CITY OF KENNER

PLEASE REVIEW THE PACKAGE AND INSURE ALL NECESSARY FORMS ARE SIGNED AND RETURNED PER THE BID CHECK LIST. SHOULD YOU HAVE ANY QUESTIONS REGARDING THE PACKAGE, YOU MAY CONTACT THE FIRE DEPARTMENT AT (504) 468-7261, BETWEEN THE HOURS OF 8:30A.M. AND 4:30 P.M. DAILY, EXCEPT SATURDAYS, SUNDAYS AND HOLIDAYS.

BIDS Will BE RECEIVED UNTIL THE HOUR OF 9:45 A,M" WEDNESDAY, APRil 24, 2019 IN THE FINANCE DEPARTMENT, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LOUISIANA 70062. BIDS RECEIVED AFTER THIS TIME WILL NOT BE ACCEPTED. BIDS WILL BE OPENED THE SAME DAY AND READ ALOUD, AT 10:00 A.M. IN THE AUDITORIUM, 1610 REV. RICHARD WILSON DRIVE, BUILDING D, KENNER, LA 70062.

MICHAEL T. WElZEL CHiEF FINANCIAL OFFICER

Isf

ATTACHMENTS

OFI'ICE OF FINANCE' 1610 REVEREND RICHARD WILSON DRIVE' KENNER, LOUiSIANA 70062 'FICE (504) 468-4049 • FACSIMILE (504) 468-6632 • WWW.KENNER.LA.US· EMAIL: [email protected]

• No. 19·6480

INvtTA TlON TO BID

CITY OF KENNER FINANCE DEPARTMENT

1610REV. RICHARD WILSON DRIVE, BUILDING D KENNER, LA 70062

504·468·7261

I Description: Contract To Supply Sh'eetIight Poles & Accessories I Opening Date: Wednesday, April 24, 2019

rE BIDS WILL NOT BE ACCEPTED

TE: ONLY ONE (1) BID PER VENDOR IS ALLOWED. ONLY BIDS WRITTEN IN INK OR TYPEWRITTEN, AND )PERLY SIGNED BY A MEMBER OF THE FffiM OR AUTHORIZED REPRESENTATIVE, WILL BE ACCEPTED.

INSTRUCTIONS FOR BIDDERS THE FOLLOWING INSTRUCTIONS APPLY TO ALL BIDS

• BIDS SUBMITTED ARE SUBJECT TO THESE GENERAL CONDlTIONS, ADDITIONAL REQUIREMENTS, AND ANY CIAL CONDITIONS AND SPECIFICATIONS CONTAINED HEREIN, ALL OF WHICH ARE MADE PART OF THE BID IPOSAL.

;PONSE TO INVITATION: Bidders, who are unable to bid on tI,is reques~ are asked to state your reason for 110t nitting a bid on the Bid Form and retulU the same to this office before bid opening date. Failure to do so may result in : name being removed from the vendor Jist.

stions on this bid are to be faxed to (SM)468.6658 no later than FIVE (5) working days priorto bid opening. Please 'ence bid numbel' In all requests.

correctiou. to portions of the bid form that are completed by the biddel' mnst be ",itialed.

City of Kenner reserves the right to accept or reject any and all bids, in whole or in paLt, and waive informalities. 'ever, the provisions and requirements of tile Louisiana Public Bid law, those stated in the advcltlseLlLentfor bids, those idcd in ti,e bid form and written specifications shall not be considered as infOlmalities and shan not be waived by the ofKenner.

8ity of Kennel' wiII accept one price for each item uuless otherwise indicated. Two or more prices for Olle item will t in bid rejection.

re brand names and stock mnnbers are specified, it is for the purpose of.establishing certain minimum standards of ty. Bids Illay be submitted for products of equal quality provided brand names and stock numbers are specified. ~lete product data of equal products may be required prior to award.

laterials and/or products Illust be new and of current manufacturer, ulliess otherwise stated. Any product or service lall conform to all applicabJe federal aL1(! state laws and regulations,Bnd the specifications contaitied in the tation.

L'ence is hereby given to materials, supplies and provisions produced, manufactured or grown in Louisiana, quality equal to aLticles offered by competitors outside the state. Vendor mllstfequest this preference (LSA· R. S. 3&:2251·

I.

RD OF CONTRACT: The City of Kenner reserves the right to award contracts or place orders with the lowest >sive bidder, on a lump sum or individual item basis or such combination as shall in its judgment be in the best st of the city. Awards will be based on compliance with the specifications and the delivelY and/or completion date.

dersfservices must be delivered/provided within tile time specified in the Bid Specifications.

>8: All prices shall be quoted in the uuit of measure specified, and unless otherwise specified, shall be exclusive of md Parish taxes. As per LSA·RS 47:301 et seq., all govenunental bodies are excluded frOID payment of sales taxes LOlLisiana taxing body.

loB REV.02f12

'lId be included in total cost when quoting. If not quoted FOB DELIVERED, freight must be quoted .;id may be disqualified if not quoted FOB DELIVERED or if Ii'eight chal'ges are not indicated on bid

.Isted are for bidding purposes only. Actual requirements may be more or less than quantities listed.

-tty of Kenner requires a fiml price, unless othelwise stated.

case of an extension errol'the unit price shall prev~il.

I bids submitted shall remain binding alld may 1I0t be witlldrawn for a period off arty-five (45) days after the scheduled 'sing date for receiving bids.

,NCELLATION OF CONTRACT: The City ofKelUler reserves the right to callcel all or any prot if not shipped 'mptly, The order must not be filled at a higl,er price than quoted.

, City of Kenner reserves the right to cancel any contract at any time and for any reason by issuing. THIRTY (30) day .tten notice to the contractor.

SCELLANEOUS: For good calise alld as consideration for executing a binding contract with the City of Kenner, Idol' cOllveys, sells assigns and transfers to City of Kemler or its assigns all rights, title and interest in and to all causes Ictioll it may 1I0W or hereafter acquire under the antitrust laws of the Unites St.tes and the State of Louisiana, relating he palticul"r good or sOlvices purchased or acquired by City of Kenner.

deI'S agree to abide by the requirements oftbe follo\ving as applicable: Title VI and VJI of the Civil Rights Act of 4; as amended bytbe Equal OPPOltunity Act of 1972, Federal Executive Order 11246, the Federal Rehabilitation Act of J, as amended, the Vietnam Era Veteran's Readjuslment Assistance Act of 1974, TitleIX of the EducationAmendments 972, the Age Act of 1975, and contractor agrees to abide by the requirements of the Americans with Disabilities Act of O. Bidder also agrees not to discriminate in its employment practices, and will render services under this contract without lret to race, color, religion, ,sex, sexual orientation, national origin, veteran status, political affiliation, or disabilities. Any of discrimination committed by bidder, or failure to comply with these stallltOlY obligations when applicable shall be mds for termination ofthis contract.

v construction or renovation projects must comply with Section 504 of the 1973 Rehabilitation Act, as amended, in )rdance with the American National Standard Institute's spt<Cific.tions (ANSI A 117.1-1961).

ADDITIONAL REQUIREMENTS FOR THIS BID

,II ,wilrds in excess of $5000 for labor and materials will be reduced to a formal contract andlor purchase order.

y signing the bid, the bidder certifies compliallce with all instructions for bidders, terms, general conditions and ifications, and further certifies that tile person signing the bid is a current corporate officer, partnership member or r individual; or that the person is an individual authorized to bind the vendor company. Ifthe bid exceeds, $25,000 Ihe biddel' is an agency, COi'poration, pattnership, or other Jegal entity, the president, vice-president, ,tmy/treasurer, or an authorized agent, shall sign the proposal, atld satisfactory evidence of the authority ofthe person ing for the agency, c01poration, pat1nership, or other legal entity shaU be attached to ihe proposal. <lFanUl'c to include ?y of ~he appropriate signature authorization, if require<!, may ... su1l in the rcjeclion of the bid unless bidder 'om plied with La. R.S. 38:2212(A) (1)(C) or La. R.S. 38:2212(0)."

1 bidders for ti,e contracts for purchase of materials and supplies and/or furnish and install mllst complete and submit their bid the "Bidder's Statement of Non-Collusion" Form attached hereto.

",' LII. R.S. 38:2222 eac" c"ollge onler 10 a public WOJ'lIS cOlllracl 0/'10 II cOlllracl/oI'II/(llel'iol>'/lIId supplies wltic" all (,mOlm! ojtl!lIjJercell1 or 1Il00'e o/tlle origillltl cOIl/racl mllOllll1 Q/1l1 Ullrich addiliollal amoullt is at le"~1Iell Wild dollars slurll be recorded ill flte MOl'lguge Office of flte Je//ersoll PII,islt Clerk o/Courf.

120f3 REV. 02112

THESE GENERAL SPECIFICATIONS AND INSTRUCTIONS FOR BIDDERS HAVE BEEN REVIEWED AND ~ HEREBY ACKNOWLEDGED AND AGREED UPON BY VENDOR. FURTHERMORE, VENDOR HAS READ AND HEREBY ACKNOWLEDGES ANY AND.ALL INSURANCE REQUIREMENTS ATTACHED HERETO TIDS BID AND HAS FACTORED SUCH COSTS INTO TOTAL BID PRICE:

FIRM NAME: ADDRESS: CITY, STATE: TELEPHONE: SIGNATURE: PRINT OR TYPE N EMAIL ADDRESS:

This bi,l must be signed by an authorized representative of the company/firm for bid to be valid. Sionin indicates ou have read and com I with the instmctions and conditions.

Page I 30f3 REV. 021[2

BID FORM AND SPECIFICATIONS FOR A CONTRACT TO SUPPLY

STREET LIGHT POLES AND ACCESSORIES

UNIT OF QUANTITY

UNIT TOTAL ITEM NO. ITEM DESCRIPTION

COST MEASURE

/ 1 WESTGATE: FORMED PLASTIC (OR EQUAL)#FP199

EACH 5 GLOBE (KING GLOBE-9 1/2" FITIER) $ 185:00 $ 925.00 I 2 RIVERTOWN. FORMED PLASTIC (OR EQUAL)

EACH 5 #FP1181FP100 GLOBE WITH FINIAL $ 285.00 $ 1,425.00

3 RIVERTOWN: FINIAL 188 STIPPLED POLYCARB GLOBE

EACH 5 I WITH REFRACTOR (K118) S 356.00 $ 1,780.00

4 RIVERTOWN: TYPE V (5) WASHINGTON SYMETIC

EACH 5 / INTERNAL REFRACTOR $ 281.00 $ 1,405.00

~I RIVERTOWN: LUMINAIRE WASHINGTON 118 GLOBE

5 WITH FINIAL #_LMWSH-PS11 FPP (OR EQUAL). STIPPLED

EACH 5 POYCARBONATE-CAST IRON MATERIAL. MOGUL BASE KING. $ 1.350.00 $ 6.750.00

6 AMERICAN ELECTRIC (OR EQUAL) #RK11 R5BA STREET

EACH 5 LIGHT SHIELD OPTICAL GLOBE ASSEMBLY $ 19.85 $ 99.25 WESTGATE: KING LUMINAIRE STRESSCRETE OCTAGONAL CEMENT POLE. COLOR: SALTIPEPPER #E30 DIRECT EMBEDMENT. POLE NUMBER (P-125-A) (PO-G-S30) (E-30)

7 POLE HEIGHT: 12'6" EMBEDMENT DEPTH: 4' EACH 2 OVERALL POLE LENGTH: 17'6" POLE BUTI: 5.56" POLE WEIGHT: 300 LBS. BASE PLATE 11.5X11.5 BOLT CIRCLE INCHES 11.5

1/ $ 3,500.00 $ 7,000.00

KENNER STREET LIGHT POLE: ALUMINUM STREET LIGHT j B POLE-SINGLE ARM (MFG-HAPCO) EACH 2 RTA 20DBB4M16 SATIN FINISH (OR EQUAL).

$ 1,295.00 $ 2,590.00

~/ IIENNER STREET LIGHT POLE: ALUMINUM STREET LIGHT

9 POLE -DOUBLE ARM (MFG-HAPCO) RTA EACH 1 20DBB4M26 SATIN FINISH (OR EQUAL) $ 250.00 $ 250.00 CHATEAU BLVD.: ALUMINUM STREET POLE

EACH 2 10 RTA30FBB4T2ASATIN FINISH (OR EQUAL) $ 1,850.00 $ 3,700.00 '/ 11

CANNES BRULLES: 15' BLACK POLE- RTA4M15NY (OR EACH 2 0/

EQUAL). $ 1,295.00 $ 2,590.00 RIVERTOWN: SPRING CITY ELECTRICAL (OR EQUAL)

12 WASHINGTON STEEL STYLE 20'10" PSWSH-25,17.0B EACH 2 (OR EQUAL)

$ 2,995.00 $ 5,990.00 CHATEAU ESTATES: 10' BLACK POLYURETHANE

13 MARINE FINISH POLE. XP 2025-10C,AA. ID #F71725 (OR EACH 2 EQUAL). $ 695.00 $ 1,390.00 ,/

14 1-10 POLE: SRTPAB.5-11-35 WTA (POLE) EACH 2 $ 2,795.00 $ 5,590.00

,/ 15 JOE YENNI BLVD.: RTA30FB84T2A (OR EQUAL) SATIN

EACH 2 FINISH. $ 1,850.00 $ 3,700.00 16 GABRIEL: ALN 440-C LUMINAIRE MATIE BLACK EACH 6 $ (,395.00 $ 8,370.00

lof7

ITEM NO. ITEM DESCRIPTION UNITOF

QUANTITY UNIT

TOTAL COST / MEASURE /.-

PEN CELL (OR EQUAL) DT-2-1118PC HDPE BASE WITH I 17 EACH 6

~ CONCRETE LID $ 205.00 $ 1,230.00

18 PENCELL (OR EQUAL) DT-2-1730PC HDPE BASE WITH

EACH 6 CONCRETE LID, 17 INCHES DEEP $ 472.00 $ 2,832,00 /

PENCELL (OR EQUAL)-DT-2-1730-24PC HOPE BASE " 19 EACH 6 ~' .. WITH CONCRETE L1D,24 INCHES DEEP $ 495.00 $ 2,970,00 PENCELL (OR EQUAL)-PEM-3660PC HOPE BASE

20 W/CONCRETE LID, UNIT IS 24 INCHES DEEP EACH 6 $ 2,350.00 $ 14,100.00 I'

21 PENCELL (OR EQUAL)·PEM-3660PC HOPE BASE

EACH 6 '~? W/CONCRETE LID, UNIT IS 36 INCHES DEEP $ 3,250.00 $ 19,500.00 22 PENCELL lOR EQUAL) PE-9-HD ENCLOSURE WITH LID EACH 6 $ 81.25 $ 487,50 ' !

23 PENCELL (OR EQUAL) PE-9-PL LID EACH 6 $ 35.20 $ 211.20 1>;;'· PEN CELL {OR EQUAL)-PE-9HD COMPLETE ENCLOSURE 24 EACH 6

It WITH LID $ 81.25 $ 487.50

25 PENCELL (OR EQUAL) PE-9-PL LID EACH 6 $ 35.20 $ 211.20

26 PENCELL (OR EQUAL)-30HD COMPLETE ENCLOSURE

EACH 6 WITH LID $ 212.00 $ 1,272.00 27 PENCELL (OR EQUAL)-30PL LID EACH 6 $ 81.25 $ 487,50

I~ 28

PENCELL (OR EQUAL) PE-30-SL 3/16 DIAMOND PLATE EACH 6 STEEL $ 170.00 $ 1,020.00

29 PEN CELL (OR EQUAL) PE-30-2 2 INCH SPACER EACH 6 $ 81.25 $ 487.50 30 PENCELL (OR EQUAL) AGVNS-121230 COMPLETE UNIT EACH 6 $ 182.00 $ 1,092.00

31 PENCELL (OR EQUAL) AGVINS 121230-T PEDESTAL

EACH 6 COVER $ 182,00 $ 1,092.00 I~/ 32 PENCELL (OR EQUAL) AGVNS 1010-20 PEDESTAL

EACH 6 COMPLETE $ 131.25 $ 787.50

33 PENCELL (OR EQUAL) AGVNS 1010-20-T PEDESTAL

EACH 6 /. COVER $ 131.25 $ 787.50

f 34 PENCELL (OR EQUAL) AG-18AADAPTER BETWEEN BOX

EACH 6 & PEDESTAL $ 128.00 $ 768,00 35 PENCELL (OR EQUAL) AG-18T 15" TOP EACH 6 $ 140.00 $ 840,00

36 PENCELL (OR EQUAL) PE-14HD ENCLOSURE COMPLETE EACH 6 ~l $ 131.25 $ 787.50 1}--37 PENCELL (OR EQUAL) PE-14-PL ENCLOSURE LID EACH 6 $ 50.00 $ 300,00 'v)!

38 PENCELL (OR EQUAL) PE-14-SL DIAMOND PLATE LID EACH 6 $ 145,00 $ 870,00 j'l " 39 PEN CELL (OR EQUAL) PE-14-5 LOWER EXTENSION 5" EACH 6 $ 63.00 $ 378.00

PENCELL (OR EQUAL) PE-14-5-AADAPTOR BETWEEN ,,/j 40 EACH 6 f;' BOX & PEDESTAL $ 63,00 $ 378,00

41 PEN CELL (OR EQUAL) AGNS-14LPT 12" TOP EACH 6 $ 81.25 $ 487.50 :;. 42 PENCELUOR EQUAL) AGNS-14HPT 18" TOP EACH 6 $ 93.75 $ 562.50 43 PENCELL (OR EQUAL) AGNS-14LB BASE WITH 12" TOP EACH 6 $ 145.00 $ 870.00

PEN CELL (OR EQUAL)AGNS-14HPHP BASE WITH 18" -/,' 44 EACH 6 I}' TOP $ 169.00 $ 1,014,00 45 PENCELL (OR EQUAL) AGVNS-S8-15 COMPLETE UNIT EACH 6 $ 76,00 $ 456,00

46 PEN CELL (OR EQUAL) AGVNS-88-15 -T UPPERSECTION EACH 6 $ 120.00 $ 720,00

47 KENNER STREET LIGHT POLE: MATCHING ARM

EACH 1 LENGTH: 6' $ 140.00 $ 140.00

2of7

ITEM NO. ITEM DESCRIPTION UNIT OF

QUANTITY UNIT TOTAL

MEASURE COST

48 I~~~~~~~:LVD.: STREET LIGHT POLE IVI!' I L;MII'IG ARM EACH 1 '$ 895.00 ' $ 895.00 HIVEI-< I UWN: I; I UN TWINO];:fliA I / 49 125 (o'R .;,.;;; ~', ; CROSS ARM. 22"X28" PRIMED EACH 5

;;:~; ~c"~u,, y CAST ALUMINUM. $ 2.750.00 $ " 7<11 1111

~ 50 1-10:ARMS :7'5"TO-iO'8" FOR EACH 1 $ 895.00 1$ 895.00 !ii" GO' ARMS-?C' "FOR~EARM EACH 1 1$ 1.695.00 1$ 1.695.00

l 52

GO: DOUBLE ARM ,( 20" HIGH BOLT EACH 1

t;> ~AIIERON ON BOTTOM OF BASE 131/2" TO CENTER 1$ 895.00 $ 895.00

53 1~~~~KBl.VD) A:~~~L) SATIN EACH 2 1$ 2, I 0000 1$ UOO.OO

54 I~~~~~~~~~ IREET LIGHT POLE I~AI L;HI1"'; ARM EACH 1 1$ 895.00 1$ 895.00 I/',!

1~::~~~;:t1;(OREQU~~~ .150 WAI !'HEAD (

55 EACH 5 i $ 1,550.00 1$ 7.750.00 /

Vto~ I GA I to: LED HEADEolJAL TO STRESSCRETE f 56 ; ;;;;·;·:"RE 150 WATT HEAD HPS K118RLAR (OR EQUAL) EACH 5 ;{

$ 1,850.00 $ 9,250.00 F

57 ~Hf I tAU BLVD ~~~ V::~::: ~,PS HPRY-GL-EACH 5

~. 1$ 225.00 1$ !.l25.00

58 I~~ATEAU B~V~~~~~ EQUAL TO, ~5~O~A~U~L~ EACH 5 Is 1$ !.l75.00 235.00

59 '" : FIXTURE (O~/~~UAL) EACH 5 , $ 695.00 i$ 3.475.00

LED FIXTUREEolJALTOFIXTURE(OR

I;' 60 i ~2:~::'~ #D228/CA/L5/FIN240/1 OOHPS-MT/BK OR EACH 5

1$ 785.00 i$ 3,925.00

61 I~~;~~~,~ (~"~ ~~~~~E:.?,~,1~~~~~AMS 5 BL EACH 5 1$ 1,325.00 1$ 6.625.00

ICHATEAU ESTATES HEAD: LED HEAD EQUAL TO 100 II 62 IWATTGENERAL ELECTRIC (OR EQUAL) SEML-10-29A TAMS EACH 5 5 BL

1$ 1.400.00 1$ 7.000.00 I) 63 I F'X~RE' WALKWAY LITHONIA LIGHTING EACH 1 1$ 475.00 1$ KAD 70S R2 480 SPD09 DBL LPI 475.00

11-101\ I \Y Ln MUNIA LlGh liNG OR EQUAL

64 I~~, LED FIXTURE KAD 70S R2 480 SPD09 DBL EACH 1 1$ 595.00 1$ 595.00

-IU I f~ 65 IELECTRIC '150 WATT (OR EQUAL). W4100HP487GF2LAMP. EACH 2 / 1480 VOLT. $ 595.00 $ I 190.00

11-10

1/' 66 1 ELECTRIC 150 WATT (OR EQUAL). W4100HP487GF2LAMP. EACH 2 1480 VOLT. EQUAL TO LED 1$ 595.00 1$ 1.190.00

67 1~~~~i~~~A~'~~DS 480 VOLT COBRA HEAD WITH EACH 5 Is 220.00 1$ !.l00.00 I~'/~' 68 1~-~~~i~~~RA~~'~~DSO~8~6~i~ ;g~:; HEAD WITH EACH 5 1$ 220.00 1$ 1.l0O.Oo

3 of?

UNIT OF QUANTITY

UNIT TOTAL ITEM NO. ITEM DESCRIPTION

MEASURE COST

/ 100 WATT H.P.S. MULTI TAP NEMA STREETLIGHT HEAD EACH 5 69 FIXTURE. 1110SXNMT1 ROLOOPH2 (AMERICAN) $ 78.00 $ 390.00 .

100 WATTH.P.S. MULTI TAP NEMA STREET LIGHT HEAD ! 70 FIXTURE 1110SXNMT1ROLOOPH2 (AMERICAN) OR EACH 5 EQUALLED

$ 134.00 $ 670.00

71 K12BK LUMINAIRE HEAD WITH BALLAST ASSEMBLY (OR

EACH 5 EQUAL) $ ; . /

72 AMERICAN ELECTRIC 150 WATT (OR EQUAL)

EACH 5 ¥ #1151SSCAMT1R3DG COBRA HEAD FIXTURE $ [50.00 $ 750.00 IAMtKICAI\1 ELECTRIC 150 WATT (OR EQUAL) I 73 #1151SSCAMT1R3DG COBRA HEAD FIXTURE EQUAL TO EACH 5 LED $ 220.00 $ [.100.00

/ AMERICAN ELECTRIC (OR EQUAL)

74 #12525SSCAMT1 R3DG COBRA HEAD 250 WATT H.P.S. EACH 5 MULTI TAP COBRA HEAD

$ 245.00 $ 1,225.00 AMERICAN ELECTRIC (OR EQUAL)

75 #1252SSSCAMT1R3DG COBRA HEAD 250 WATT HP.S. EACH S MULTI TAP COBRA HEADEQUAL TO LED $ 285.00 $ 1,425.00

I~ 76 AMERICAN ELECTRIC (OR EQUAL) 150 WATT COBRA

EACH 5 HEAD #11S153XNMT1R20A $ 125.00 $ 625.00

77 AMERICAN ELECTRIC (OR EQUAL) 150 WATT COBRA

EACH 5 I;) HEAD#115153XNMT1R20A EQUA L TO LED $ 220,00 $ 1,[00.00

78 GABRIEL: FIXTURE D623/(CA)/L3 OR L5/15o HPS·

EACH 6 VOL TAGE/PCUBLK (POST TOP) AP8SoS·16/LR/BLK $ 2,895.00 $ 17,370.00 GABRIEL: FIXTURE D623/(CA)/L3 OR LS/150 HPS·

/ 79 VOLTAGElPCUBLK (POST TOP) AP8S0S·16/LR/BLK OR EACH 6 LED EQUAL $ 4,200.00 $ 25,200.00 GABRIEL:FIXTURE 623·PM (CA)/L3 OR LS/1S0 HPS· ;; 80 VOL TAGElPCUDT·LEVlBLK (PENDANT MOUNT) CBR01· EACH 6 1·24·FIN02/2.37S"IBLK AP850S·16/LR/BLK $ 4,000.00 $ 24,000.00 GE (OR EQUAL) EVOLVE LED ROADWAY LIGHTING f

81 EACH 6 ,I ERL103E3C1402 GRAY COBRA HEADS LED $ 390.00 $ 2,340.00 RIVERTOWN: 250 WATT WASHINGTON HPS MULTITAP

EACH 5 82 BALLAST MOGUL BASE S 175.00 $ 875.00 RIVERTOWN: 250 WATT WASHINGTON HPS MULTI TAP

EACH 5 83 BALLAST MOGUL BASE OR EQUAL TO LED $ 250.00 $ 1,250.00 RIVERTOWN: SPLIT BASE ·CAST IRON WRAP AROUND

EACH 2 84 BASE·WASHINGTON $ 4,700.00 $ 9,400.00 GENR BREAKAWAYT·BASE TO FIT BOTTOM BOLT

,I' 85 PATTERN OF 11" CENTER TO CENTER BOLT CIRCLE OF EACH 2 15·17.25" S 695.00 $ [,390.00 HADCO CO (OR EQUAL) RTA30F8B4T2C POLE. ROUND

1/] TAPERED ALUMINUM, 4 BOLT BASE,SATIN. MH EACH 2 86 30#X8#X.250#

BOLT CIRCLE 11·12,A/B $ 2,100.00 $ 4,200.00

87 250 WATT H.P.S. BULB MOGULE BASE EACH 5 $ 31.00 $ 155.00

40f7

ITEM NO. ITEM DESCRIPTION UNIT OF

QUANTITY UNIT

TOTAL MEASURE COST

88 250 WATI H.P.S.BULB MOGULE BASE OR EQUAL TO EACH 5 LED $ 85.00 $ 425.00 j

89 PHILLIPS (OR EQUAL) 100 WATI HPS LAMPS MOGUL

EACH 6 BASE $ 15.00 $ 90.00

I;; 90

PHILLIPS (OR EQUAL) 150 WATI HPS LAMPS MOGUL EACH 6 I BASE .I 15.00 .I 90.00

91 PHILLIPS (OR EQUAL) 150 WATI HPS LAMPS MOGUL

EACH 6 BASE OR EQUAL TO LED $ 65.00 $ 390.00 I"

92 PHILLIPS (OR EQUAL) 250 WATI HPS LAMPS MOGAL

EACH 6 / BASE $ 33.00 $ 198.00 / PHILLIPS {OR EQUAL) 250 WATI HPS LAMPS MOGAL l'

93 BASE OR EQUAL LED EACH 6 $ 85.00 .I 510.00 'l;

94 LED CORN LIGHT ZLOCL4-50K-120W OR EQUAL EACH 6 .I 126.00 .I 756.00 f 95 KTK (OR EQUAL) 5 AMP FUSE MIDGET 250 VOLT EACH 6 .I 6.00 .I 36.00 96 KTK (OR EQUAL) 5 AMP FUSE MIDGET 600 VOLT EACH 6 $ 6.00 $ 36.00 ~. 97 BUSSMAN (OR EQUAL) BAF-10 250 VOLT MIDGET FUSE EACH 6 $ lAO .I 8.40 /; 98 BUSSMAN (OR EQUAL) BAF-20 250 VOLT MIDGET FUSE EACH 6 $ 1.40 $ 8.40

,~ 99 BUSSMAN (OR EQUAL) BAF-30 250 MIDGET FUSE EACH 6 .I lAO $ 8AO 100 BUSSMAN (OR EQUAL) BAF-5 250 MIDGET FUSE EACH 6 $ lAO $ 8AO /; 101 BUSSMAN {OR EQUAL) #1A0512 L-TYPE BOOT EACH 6 $ 7.50 $ 45.00 ·1 102 BUSSMAN (OR EQUAL) #HEB BB FUSE HOLDER EACH 6 $ 25.00 $ 150.00 103 BUSSMAN (OR EQUAL) HEB-JJ FUSE HOLDER EACH 6 $ 25.00 $ [50.00 ./ 104 NSI (OR EQUAL) #1PL4-3 STANDARD INSULATED EACH 6 S 18.50 $ 111.00

NSI (OR EQUAL) #1T-4INSULATED TAP CONNECTORS 4- i" 105 EACH 6 f; 14ANG S 21.00 $ 126.00 106 TORK 5403A LIGHTING CONTACTOR {OR EQUAL) EACH 6 S 188.00 $ 1,128.00 107 PHOTO CELL-480 VOLT EACH 6 $ 69.00 $ 414.00 / DP 1241.51740 J50 PHOTO CONTROL DARK TO LIGHT

6 108 120 VOLT EACH $ 10.00 $ 60.00 / 109 INTERMATIC (OR EQUAL)#K 4021120 VOLT EACH 6 $ 10.00 $ 60.00

110 GENR HPS-2-35210-GALV 35'MTG POLE WITWIN 10'

EACH 2 ./ ARMS. BOLT CIRCLE IS 12-13" $ 4,200.00 $ 8,400.00

./ 111 GENR HPS-1-3418-GALV 35' MTG POLE W/SINGLE 8'

EACH 2 ARM, BOLT CIRCLE IS 11-12" $ 4,100.00 $ 8,200.00 ~/;1

112 GENR HPS-2-34110-GALV 35 MTG POLE W/SINGLE 10'

EACH 2

r~/ ARM, BOLT CIRCLE IS 11-12" $ 4,100.00 $ 8,200.00

113 GENR HPS-1-2018 GALV 2'MTG POLE W/SINGLE 8'

EACH 2 ARM. BOLT CIRCLE IS 9.5- 10.5" $ 4,100.00 $ 8,200.00 LAKETOWN-ROADWAY LIGHTS: US ARCHITECTURAL LIGHTING (OR EQUAL)-SINGLE ARM FIXTURE. POLE/BASE MODEL #43MSB-RNTS-286-7 -PT27 -RAL-

114 8019·T. FIXTURE/ARM MODEL# DSS2-FG-III-64LED-MT- NW- EACH 6 I/f 500MA-RAL-8019-T-XPI<-1{CS-6528) (DARK BRONZE FINISH)

$ 6,200.00 $ 37,200.00

50f7

UNIT OF QUANTITY

UNIT TOTAL ITEM NO. ITEM DESCRIPTION

MEASURE COST LAKETOWN-ROADWAY LIGHTS: US ARCHITECTURAL LIGHTING (OR EQUAL)-SINGLE ARM FIXTURE. POLE/BASE MODEL #43MSB-RNTS-286-7 -PT27 -RAL-

1/ 115 8019-T. FIXTURE/ARM MODEL# DSS2-FG-III-64LED-MT- EACH 6 NW-500MA-RAL-8019-T-XPK-1(CS-6528) (DARK BRONZE FINISH) OR LED FIXTURE EQUAL

$ 6,100.00 $ 36,600.00 LAKETOWN-ROADWAY LIGHTS: US ARCHITECTURAL LIGHTING (OR EQUAL)-DOUBLE ARM FIXTURE. POLE/BASE

II MODEL #43MSB-RNTS-286-7-PT27-RAL-116 8019-T. FIXTURE/ARM MODEL #DSS2-FG-III-64LED-MT- NW- EACH 6

SOOMA-RAL-8019-T-XPK-2-180 (CS-6529) (DARK BRONZE FINISH)

$ 7,695.00 .I 46,170.00 LAKETOWN-ROADWAY LIGHTS: US ARCHITECTURAL LIGHTING (OR EQUAL)-DOUBLE ARM FIXTURE. POLE/BASE MODEL #43MSB-RNTS-286-7 -PT27 -RAL-

j 117 S019-T. FIXTURE/ARM MODEL #DSS2-FG-III-64LED-MT- NW- EACH 6 500MA-RAL-8019-T-XPK-2-180 (CS-6529) (DARK BRONZE FINISH) OR LED FIXTURE EQUAL

$ 7,695.00 $ 46,170.00 ERLANGER BIKE PATH: USARCHTECTURAL LIGHTING / #DSS2-VLED-11-NW(400K)-XPS-RAL-8019-T-10SP. POLE

118 SHALL BE SUN VALLEY LIGHTING #4300 WITH POLE EACH 6 / BASE WITH DARK BRONZE FINISH

\'j

$ 3,500.00 $ 21,000.00 GABRIEL: 16' SATIN BLACK FLUTED ALUMINUM POLE I

119 #6063-TG WITH 43" CAST ALUM BASE (356-TG ALLOY) EACH 6 j 10" BASE $ 2,495.00 $ 14,970.00

1-10: SQUARED 20 AMP BREAKERS FAL 240 20 (OR EQUAL) / 120 480VOL T/250VOLT FAL24020 EACH 5 / ,

$ 720.00 $ 3,600.00 I 1-10: SQUARED 30 AMP BREAKERS FAL 240 30 (OR

, f

121 EQUAL) 480VOLT/250VOL T FAL24030 EACH 5 } ,

$ 720.00 $ 3,600.00

~. 122 1-10: SQUARED 30 AMP CONTACTOR 480 VOLT (OR

EACH 5 EQUAL) 8903L020V04 $ 389.00 $ 1,945.00

123 SQUARED (OR EQUAL) CONTACTOR 480 VOLT 60 AMP

EACH 5 #8903SP02V04- 2 POLE- 277VCOIL $ 685.00 $ 3,425.00 LAKETOWN TREE LIGHTS: XTRA LIGHT (OR EQUAL)- 1/ 124 OUTDOOR FLOODLIGHT. CATALOG #LLFLED101025- EACH 12 VSOR (DARK BRONZE FINISH) $ 264.00 $ 3,168.00 LAKETOWN SIGN LIGHTS: LUMENPULSE (OR EQUAL) 4' II 125 LINEAR FLOODLIGHT. PRODUCT #LOG-120-24-RGB-IFT- EACH 6 30X60-UMP-SI-ETE (DARK BRONZE FINISH) S 825.00 $ 4,950.00 1-10 SIGN LIGHTING: CREE LIGHTING (OR EQUAL)-

l~ 126 LINEAR FLOOD LIGHT. MODEL FLD-OL-N6-D2-14-D-UL- BZ- EACH 6

525-40K (DARK BRONZE FINISH) S 845.00 $ 5,070.00 127 HEAT SHRINK IDEAL #46-347 (OR EQUAL). #8 TO 1/0 EACH 6 S 9.00 $ 54.00 128 HEAT SHRINK IDEAL #46-343 (OR EQUAL). #12 TO 6 EACH 6 S 8.00 $ 48.00 I~>i! 129

BRUSHED ALUMINUM POLE WITH 6FT TWIN ARMS EACH 6 RTBOM304AT26J OR EQUAL $ 775.00 .$ 4,650.00

60f7

ITEM NO. ITEM DESCRIPTION UNIT OF

QUANTITY UNIT

TOTAL

j~.'-" MEASURE COST

ARCH-M-AF4B-160-D-U-T3-4-1 OK-AP TYPE F1 OR EACH 6 130 EQUAL $ 467.00 $ 2.&02.00

131 ARCH-M-AF4B-160-D-U-T3-4-10K-AP TYPE F3 OR

EACH 6 EQUAL $ 467.00 $ 2,802.00 r: ARCH-M-AI-4B·lbU-IJ·U- 14W-4-1 UK-AI-' IYI-'1: I-:! UK I 132 EQUAL EACH 6 . ,

$ 467.00 $ 2,802.00

TOTAL $ 552,680.75 !

1 of?

SPECIFICATIONS AND GENERAL PROVISIONS

FOR A CONTRACT TO SUPPLY

STREETLIGHT POLES & ACCESSORmS

GENERAL PROVISIONS:

1. These specifications are prepared for an annual contract to supply street light poles and accessories for the City of Kenner, Depaltment of Public Works located at 1610 Rev. Richard Wilson Drive, Kenner, LA 70062.

2. All terms conditions and prices will remain unchanged during the length of this contract. This contract will be valid form August 9. 2019 until June 30. 2021.

3. ContractorNendor/Supplier must bid on all bid items specified on the Bid Form. Failure to do so will be cause for the contractor's/vendor's!supplier's bid to be rejected.

4. Units of measure have been specified for each individual bid item. Failure to bid on the unit of measure specified for any bid item shall be cause for the bid to be rejected.

S. Any product which does not conform to these specifications will be rejected and shall be replaced with like amount of product which will confOlm to these specifications.

6. Quantities are for the purpose of calculating unit prices, and not necessarily reflect actual quantities to be purchased. The City will be billed only for actual merchandise t·eceived. All orders al'e placed on an "as needed" basis and there shall be no guarantee as to the amount of orders placed dllling this contract.

7. All deliveries must be made within fOlty-eight (48) hours after receiving purchase order from the City of Kenner, with the exception of special order items. A delivery schedule must be provided to the Public Works Dept. on all special order items after receiving pUi"chase order within three (3) to five (5) days.

8. This contract may be cancelled on thirty (30) day written notice of either patty for specific non-performance of contract specifications.

9. Freight charges for any bid item shall be included in unit cj)st of item.

10. Any questions pertaining to this bid should be directed to Susan Ferran at [email protected]. No questionslinq\liries shall be directed to the Depaltment of Public Works nor any of its employees during the bid pi'ocess period.

Page Ion SPECIFICATIONS FOR STREETLIGHT POLES & ACCESSORIES

**NOTE: I, THE UNJ)ERSIGNED, HAVE READ, UNDERSTAND AND COMPLETED ALL REQUIREMENTS ON TIDS BID FORM AND SPECIFICATION SHEET.

COMPANY NAME

y£-() Edli.ord- "") A\l4( ADDRESS

·~-ttr6N-lf\ U)i// l 23 CITY, STATE:ZIP CODE

'~TI4)'~'m~Tu~i't6 ~ Oi ! ± &ick l;)Q.lL'?4-TITLE

DATE

Pagelof2 SPECIFICA nONS FOR STREETLIGHT POLES & ACCESsORIES

BIDDER'S STATEMENT OF NON-COLLUSION

As a proPQser or prospective proposer to the City ofKeJlller, and as a condition for continuing to submit bids to the City of Kenner for matelials, goods and supplies, I hereby certify that:

1. I have not colluded with any employee or elected or appointed official of the City of Kenner in any way in the preparation or submission of my proposal.

2. No employee or elected or appointed official of the City of Kenner will receive anything of economic value. from me or my company, either directly or indirectly, if I am the successful low proposer for the sale to the City of Kenner of materials, goods or supplies.

This statement shall be consiclered as on-going for as long as I continue to sublmt proposals to the City of Kenner for materials, goods and supplies. Should it be determined that the statements made herein are false, I understand that I will be ineligible to submit any future proposals with the City of Kenner.

COMPANY NAME (pLEASE PRINT)

ADDRESS

3/98

]..? !C.k,yv-\ C \( \~~ AUTfIORIZED SiGNATURE ~

---~ \~'h:::t, d. ~ k \ @ ~te..f' NAME OF ABOVE (pLEASE PRINT)