Loading...
RES 2014-1419 - PO to Omaha Truck Center for cabs s �', E_ L L i ED Public Works Department �~ Omaha/Douglas Civic Center ��`� i' �« n November 1$ 2014 1819 Farnam Street,Suite 601 10f4OCT 31 AN CO ®,��F1 �► �, Omaha,Nebraska 68183-0601 s_ vi.:.z.. o#„ ,' ro (402)444-5220 Fax(402)444 5248 A�R'rEDFEaR"A CITY CL tRK , nMAHt% NEBRASKf= Robert G. Stubbe,P.E. City of Omaha Pubhc Works Director Jean Stothert,Mayor Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Omaha Truck Center on the bid for the purchase of two truck chassis and cabs-sewer jets(35,000 GVW)to be utilized by the Sewer Maintenance Division; and,rescinds Resolution No. 1271, adopted October 7, 2014. The following bids were received on September 10, 2014. A detailed bid tabulation is attached. Contractor Bid per Unit OMAHA TRUCK CENTER $72,505.00(LOW BID) Cornhusker International Trucks, Inc. $75,000.00 An additional $800.00 per unit will be applied for 2016 model year bringing the total bid price to $146,610.00. A copy of the bid documents is on file and available for inspection and review in the City Clerk's office. The Contractor has a current Contract Compliance Report Form (CC-1) on file. As is City policy, the Human Rights and Relations Department will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of two truck chassis and cabs - sewer jets (35,000 GVW) from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, year 2014 expenditures. The Public Works Department recommends the acceptance of the bid from Omaha Truck Center in the amount of$146,610.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: 1770_,A.Att, . /0-/7- i _�� - 1 0 (,_. Robert G. Stubbe, P.E. Date Mayor's Office Dat Public Works Director Approved as to Funding: App ved: 71„,,6 el,.:. , teph n B. Curtiss ate um n Rights and Relations Date , l--- /6 "j; 7-/ 7p Finance Director Department 259514scp H w Z U m Ed- 0. /- w z U EL I— w zU a U m 45 LL LO c 'Q^1— W lO r a"' VJ a) cCS a Z U (.4 o a)a) mU n ri NN .6- Or E a U_ 0 CO c o c CD ° H o Lo ° o N w »� a) _c - �' Z U L o c o c L U D O H a t y E a) O d v ~ ca O ;a a) O m W c C 0 o a E -) m 0 o Z L C .co 0 c) : O 3 m v ," 00 a in L. 0 2 -0 CL L > CD3 cc W U C QEn R O m c� 0 Q LL 0 N a> al co ZO C CU 0 ° i'szzO J U i co d ca = r co c HC9 U 00 Y c o aci Q d .W >+ z Z H = a '- Cc " - O ` C as 0 CO ~ c E E (a a) CI v m m ai m 0 c� 0 cq NC DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Truck Chassis and Cab-Sewer Jet(35,000 G.V.W.) RETURN BIDS TO: Published: August 20,2014 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,September 10,2014 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates will be furnished. Do not indude tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Truck Chassis and Cab-Sewer Jet(35,000 G.V.W.) 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond a certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet make Bid bond or certified check shall be made payable to'City of Omaha" suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shal 7. If you do not bid,return sheets with reason for dectin ing. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS acceptor reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountvourchasino.orQ. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated: Truck Chassis and Cab- Sewer Jet (35,000 G.V.W.) per 1 each the attached nine (9) pages of specifications dated 8/13/2014. , PfC Make/Model: fRei6Aircidetic 0108$b BID: $ 72,SO5 $ Z 6-co (5%Bid Bond is to be based upon this amount,it over $20,000.00) See Page 2 of this bid request for additional information. Questions regarding this bid should be directed to: Marc McCoy at (402)444-6191 or Steve Faris at(402) 680-0827 REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state,payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT � �LEGIBLY OR TYPE) ./ Payment Terms/00 %34) Firm: ©,044 7 tG /x lK (. �rer 'Incorporated InD,K,t,t/ Alt% Delivery(or completion) Name:n,G4IL �. A,12341 Signatures de .ems a r �.�,,��✓ Phone:4Qa 0;0'p ax: ' D calendar days following Tille���yl'4�rI 7- ,l award Address:' 5--.Z `05i5 6 ,t4 6s Street/P.O.Box /City State Zifp Email Address: $ /�47? TrucKC-lf+'Cosy,'Arii: -OA1 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Truck Chassis and Cab-Sewer Jet(35,000 G.V.W.) NOT AN ORDER Page 2 DESCRIPTION Price to include parts books,service/maintenance manuals, and engine emissions diagnostic test manuals per specifications. Delivery time per specifications: fe)--/I 0 � S Furnish descriptive information with bid(2 copies). Show any exceptions on the exception sheet. The bidder, by signing this bid sheet, certifies that all other specifications are being fulfilled. The City of Omaha will retain 10%on invoices until all manuals are delivered. The City reserves the right to adjust quantities at time of order to budget considerations. Any exceptions to specifications must be so noted on the attached"Exceptions to Specifications"sheet. Unit prices are required. SIGN ALL COPIES Firm at444.#��,,// -Tbv, vs)C CG#" By /(/C�/C ` t/' Title %I,LC Sdit'S CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Truck Chassis and Cab -Sewer Jet(35,000 G.V.W.) NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States, or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. FLEET DEFECTS: A fleet defect is defined as the failure of identical items covered by the warranty and occurring in the warranty period in a proportion of the vehicles delivered under this contract. For deliveries of 10 to 60 vehicles, the proportion shall be 20 percent. For deliveries of under 10 vehicles,the fleet defect provision shall not apply. SCOPE OF WARRANTY PROVISIONS: The manufacturer shall correct a fleet defect by providing'parts and labor free of cost to the buyer. After correcting the defect,the manufacturer shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program shall include inspection and/or correction of the potential of defective parts in all of the vehicles. The warranty on items determined to be fleet defects shall be extended for the time and/or miles of the original warranty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the 'repair/replacement date for corrected items. NOTE: Each bid shall be accompanied by: (1)proof that the bidder holds, as of the date of the bid, a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60- 1401.01 et seq.;and(2)name of the bidder's salesperson, and proof that the bidder's salesperson holds,as of the date of the bid,a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act; and(3)name of the manufacturer of the product and proof that the manufacturer holds, as of the date of the bid, a Nebraska Motor Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being rejected. ti, _7?tice..ceu.a...1 SIGN ALL COPIES Firm BY �Titlee—le. S -/�5 CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Truck Chassis and Cab-Sewer Jet(35,000 G.V.W.) NOT AN ORDER Page 4 DESCRIPTION Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act,Neb. Rev. Stat. §48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure,terms, conditions,or privileges of employment because of the race, color,religion, sex,disability,or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm tJ f I 1>c< Be �iG�i Title _ r7u� GE3 CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 `may J� C. ^t'�r iC1T A• l I. Regulation: A'TFn r•Ea+-''p. A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-I). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully IWOauthorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). yytf Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards IJ�IdIJ Law(Neb.Rev.Stat.Section 73-104 et seq.). VIl Contractor has not been convicted of any tax violations(local,State and Federal)within the last ily�_ three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health ram Administration,been convicted of a criminal,repeat,or willful violation of the Occupational /,� ' Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. Y/�11I Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project /'• comply with the provisions of the Responsible Contractor Compliance Form RC-1. ignat re Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered -me`ets all specifications as set forth in the bid. Name (print) a/d /• /V DD/f/ Signed 42 "` ""' axis Title Sep- -e— d The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed,) ,.; Ir I.' gevo frild D e /N-o��L 1'S �¢5i�� Failure to list exceptions may bee cause for equipment to be rejected at time of delivery Name(print) • ��A/ Signed 'We Title �[144C. 8/13/2014 SPECIFICATIONS FOR TRUCK CHASSIS AND CAB-SEWER JET (35,000 G.V.W.) GENERAL: This vehicle is to be the latest current model of standard design manufactured, complete with all standard equipment, tools and warranty. Bidders are to supply full description and descriptive materials on the unit bid with the proposal. Truck chassis and cab must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. Meet Specification-Please indicate-(if other explain on comment line). Yes No Other 1. GVW RATING PLATE 1� A. Not less than 35,000 pounds. State GVWR 3 COO Other or Comment Yes/ No Other 2. CAB 1/ A. Combination steel and fiberglass with ventilator and tilt type hood assembly with stationary grille. B. Dual exterior cab grab handles. — C. Safety glass throughout. D. To have air ride bucket seats for drivers and passenger side. E. Dual sun visors and door locks. —� F. Fresh air heavy-duty hot water heater with dual defrosters. G. Seat belts. —7 H. To have dual electric horns or air type horns. I. Cab dimensions to be approximately: Shoulder room,70.0 inches;and Floor to headliner,56.6 inches. J. Shall be equipped with AM-FM radio,mounted overhead. K Interior finished to exclude excessive noise and weather. L. Floor coverings will be rubber-matting type. M. Insulated headliner. N. Factory installed air conditioning M.2-Way radio wiring with 20 amp fuse protection, includes ignition wire with 5 amp fuse with 10' coiled wire. L.Truck must be equipped with body builder harness for remote Variable Hand Throttle for PTO. Other or Comment Yes No Other 3. COLOR A. Cab,body and fenders will be standard City of Omaha orange. B. All paint will be base coat/clear coat acrylic,activator- 2014 35,000 GVW Sewer Jet Cab&Chassis .docx Page 1 of 9 8/13/2014 hardened acrylic or polyurethane type. Other or Comment Yes No Other 4. MIRRORS V A. Shall be equipped with right and left, outside mounted (West Coast or breakaway style)type 7.44"x 14.44" minimum,electric heated,fully adjustable mirrors, mounted on extension type brackets. Shall have a 7.44"minimum round or square mirror mounted on right and left sides of vehicle. Mirrors to be stainless steel or plastic. Other or Comment Yes No Other 5. WHEEL BASE A. Wheel base minimum 192 inches. Other or Comment l fr*/GO/6 //6 l(CA Yes No Other 6. FRAME V A. Heavy-duty frame channel fabricated with 120,000 P.S.I. steel, 17.2 section modules, 1,800.00 R.B.M. minimum. B. Frame shall have a minimum of a twenty(20")inch integral front frame extension with C-channel reinforcement or frame extension to have same RBM and section modules for mounting of crankshaft driven hydraulic pump frame. C. Must have clean frame from cab to front of rear driving wheels. D. Front cross member to meet specifications for SAE#C Hydraulic Pump. Other or Comment Yes No Other 7. CAB TO AXLE A. Cab to axle measurement minimum 120 inches. Unit shall be set back axle cde�siigyn only,AF. minimum 70". Other or Comment l7-6 i(C( (-Of ! z �• 70`"A . Yes No Other 8.Front Bumper V Delete front bumper. Other or Comment 2014 35,000 GVW Sewer Jet Cab&Chassis .docx Page 2 of 9 8/13/2014 Yes No Other 9. FUEL TANK A. One(1)forty-five (45) gallon safety type fuel tank, Aluminum mounted left side. Minimum of twenty-five(25) gallons of fuel when unit is delivered. Fuel tank not to extend behind back of cab. Other or Comment 327 6/mod A ii-c L�ff Yes No Other 10. LIGHTS V A. Halogen high beam headlights with low beam: parking, dome, tail, back-up and stop lights. V B. All clearance/marker, stop,turn,tail lights and backup lights J are to be LED type. ✓ C. To have audible electric back up alarm. ✓ D. One (1) Federal Signal 454301-AB LED Highlighter mounted in the center of roof. Shall have dash mounted flush rocker style switch. The LED light system shall be activated and protected by a 20 amp breaker installed in fuse box. The strobe light is only to be activated when the ignition key is in the on position. The system shall be protected by NAPA AR272 accessory relay. If the vehicle is not equipped with a plug in,an adapter will have to be used. No type of solenoid shall be used in the system. All strobe light wires are to be protected by plastic loom covering. LED Light mounted with amber on left and blue on •/ right side. E. Body builder wiring to rear of frame and body circuits switchs. Other or Comment Yes No Other 11.CONTROLS AND INSTRUMENTS A. Key locking starter switch. B. Head,parking and dome light switch,headlight-beam control, turn signal indicator light and high beam indicator light. C. Shall have speedometer. D. Voltmeter, fuel,oil pressure,air pressure,coolant temperature, engine hour meter and R.F.M. gauges. E. To have oil change indicator light. F. All gauges shall be needle type located in dash panel. G. Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant temperatures. Other or Comment Yes No Other 12. WINDSHIELD WIPERS 2014 35,000 GVW Sewer Jet Cab&Chassis.docx Page 3 of 9 8/13/2014 A. Dual, intermittent,2-speed electric,windshield wipers with dual windshield washer;all factory installed. Other or Comment Yes No Other 13. STEERING ✓ A. Manufacturer's standard with power steering for a 12,000 lb. front axle. ✓ B. Must have a tilt steering column with self-canceling turn signals. Other or Comment Yes No Other 14.ENGINE ✓ A. 6 Cyl Diesel engine with S.A.E.J-816-B rating. Minimum net horsepower of 300 H.P. and a minimum net torque of 850 foot pounds. ✓ B. Engine shall be equipped with cold weather starting aid. C. Engine noise levels must be within Federal O.S.H.A. Regulations. D. Engine shall be equipped with crankshaft adapter for attaching a hydraulic pump shaft drive. V E. To have vehicle interface wiring and PDM with body builder c/ connector at end of frame F. Unit must have fast idle switch. ✓ G. Engine to have exhaust brake with dash mounted switch. Other or Comment Yes No Ot13er 15.AIR CLEANER/FUEL FILTER J/ A. Shall be equipped with the following: governor,heavy duty two-stage dry type air cleaner with inside-outside air control with in cab control and air filter dash indicator. Racor fuel/water se aror filter with dash indicator light. Otter or Comment AM itlCb f U6 7?e` 54pv r 7`o'e- c-i-r D6t fr';,aru er ,v vIu o. e 6 'AA(1e-,r.. Yes No Othe; 16. BATTERY V A. (3)Three twelve volt batteries must deliver a total of at least 1950 cold cranking amps. ✓ B. Jump start stud shall be provided. Other or Comment i Z S� CC 4-, 11 r C e -f C A) Yes No Other 17. EXHAUST 2014 35,000 GVW Sewer Jet Cab&Chassis .docx Page 4 of 9 8/13/2014 A. Shall be equipped with a horizontal muffler with a Right Side vertical exhaust system which will not interfere with a tool box mounted behind the cab. Other or Comment Yes No Other 18. ALTERNATOR A. 12 volt 160 amp. Minimum Delco or approved equal. Other or Comment Yes No Other 19. OIL FILTER A. Full flow with throwaway element. Other or Comment Yes No Other 20. COOLING ✓ A. Manufacturer's heaviest duty,cooling capacity system must / be furnished. V B. Coolant recovery system required. V C. Ethylene glycol-base antifreeze protection to-30 degrees below zero Fahrenheit for all trucks delivered D. Engine Oil Cooler. E. Increased capacity with water filter and heavy-duty viscous / fan drive F. Radiator shall have P.T.O.cut out included. Other or Comment Yes No Other 21. TRANSMISSION V A. Allison Model 3500 RDS five-speed,automatic transmission, ✓ with PTO opening or approved equal. B. To be equipped with heavy-duty high capacity transmission oil cooler mounted in front of radiator(approximate cooler size V 12"x24" 1-1/2"). C. Shall also be equipped with auxiliary transmission oil filter mounted in return line from oil cooler of transmission. To have automatic neutral safety device. _ D. To have 6 Speed Airport Refueler/Sewer Evacuator Transmission rogramming. • Other or Comment C — Oa- kc MU( -I 1 /C e-Ito-2 a/ fD 0-c-17 6� 2014 35,000 GVW Sewer Jet Cab&Chassis.docx Page 5 of 9 8/13/2014 Yes No Other 22. Front Axle V A. 12,000 lb. minimum capacity, 1 beam constructed. Other or Comment Yes No Other 23.REAR AXLE A. 23,000 pound minimum capacity,spiral bevel,single reduction type for on-off highway use,equipped with driver controlled traction differential. Air controls shall be mounted within easy easy reach of operator. Must be able to maintain 65 mph. Other or Comment Yes No Other 24. DRIVE LINE AND U-JOINTS A. Heavy duty drive line tube,main drive line U-joints, 1710 Spicer, minimum. Other or Comment Yes No Other 25. FRONT SPRINGS V A. Minimum of 12,000 lbs. capacity w/shock absorbers. Other or Comment Ytyl No Other 26. REAR SPRINGS A. Minimum of 11,500 pound capacity at ground at each side of rear,plus leaf type auxiliary springs,minimum 2,250 pound capacity on each side of rear, minimum total 23,500 lbs. Other or Comment Yes No Other 27. BRAKES-SERVICE A. Full air brakes with low air warning device. Air compressor minimum of(16.5) C.FM pressure oiled from truck engine. Dual air reservoirs, 5200 cubic inch V- capacity. B. Front brakes 15"x 4", "S" cam single anchor type minimum. Shall be equipped with Bendix Model ✓ AD-IP air dryer with electric heater. C. Rear brakes 16-1/2" x 7", "S"cam single anchor type minimum. V D. To have automatic adjusting Slack adjuster. gr- Other or Comment �'`S �'P 4 c.6 b r 6e C-- A l 22-17 P.4 a.£ S — OD. Yes No Other 28. BRAKES- PARKING 2014 35,000 GVW Sewer Jet Cab&Chassis .docx Page 6 of 9 8/13/2014 A. Piggy-back mounted spring actuated, with air operated dash mounted control. Other or Comment Yes, No Other 29.WHEELS AND TIRES ✓ A. Disc Hub Pilot wheels front and rear. Rear tires: 11 R 22x5 heavy-duty truck type 11 R-22x5,G rating minimum mounted on 8.25 inch rims. Mud and snow tread design. To have one spare rim included. B. Front tires: Two heavy duty truck type 11 R 22x5, G rating minimum mounted on 8.25 inch rims. Highway rib tread. Other or Comment Yes No Other 30. ADDITIONAL ✓ A. 120 volt, 1000 watt(Kim Hot Start),or approved equal,engine heater with three prong plug and weather tight receptacle mounted outside of engine compartment. B. It shall be the responsibility of the cab&chassis supplier to / rust proof the entire cab and chassis. V C. No dealer decals. D. Auxiliary step right and left side for easy access into truck cab. Other or Comment Yes No Other 31. WARRANTY A. Regular manufacturer's standard warranty,manufacturer's statement of origin,and completed pre-delivery inspection certificates required with each unit delivered. B. The manufacturer's standard warranty shall be stated in the bid. 1. A minimum warranty of two years,24,000 Miles or other manufacturer's standard warranty,whichever is greater, is required. V C. Manufacturer's written warranty including engine, transmission and differential must accompany delivered units. D. The vendor will be responsible for providing all warranty work within twenty-five drivable miles from 72°d&Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. 2014 35,000 GVW Sewer Jet Cab&Chassis .docx Page 7 of 9 8/13/2014 v E. The vendor must be able to provide warranty work within 24 hours of break down. If there is no local dealer the vendor must locate and/or provide the work within the 24-hour time frame. F. The vendor must be able to provide needed parts within 24 hours of break down. If shipping by air is needed,the dealer will be responsible for any additional cost. Other or Comment Yes No Other 32. MANUALS V A. Operators manuals must be furnished and accompany each unit delivered. V B. All manuals must be furnished prior to payment and delivered failure to deliver all manuals that are ordered may result in non-payment of ten percent of purchase order total until all manuals are delivered. V C. Manuals,P.C.,Software must be current year for vehicle. ✓ D. The following manuals will be required: One(1)-Complete parts book. One(1)—Repair manual on all components of unit. One (1) -Engine Diagnostic Testing manual. Other or Comment C �'� S Sc.) SCrcp(fic2 ..5 Cc>rre l'./'//XS "cc eicc Piei/rl;Lit'j //e`-e,,✓ Yes No Oth,ey 33.DIAGNOSTICS i� A. To supply the City with the latest diagnostic software for the specific engine type provided by the successful bid award winner. Successful bidder will be required to contact Fleet Management in regard to ordering software for the above. Other or Comment C v i re 144- 51,65c r 457-h,'J r/"art$?77 //Z.' C, 0, r-co'`-' Yes No Other 34. SERVICE A. Dealer's decals, stickers or other signs shall not be put on units; manufacturer's nameplates, stampings and other signs are acceptable. Other or Comment Yes No Other 35. DELIVERY JA. Unit shall be delivered to the sewer jet manufacturing company 2014 35,000 GVW Sewer Jet Cab&Chassis .docx Page 8 of 9 8/13/2014 within a 110 calendar day delivery time frame, complete and ready to operate. To be completely serviced, greased and oil levels at manufacturer's recommended capacity. B. Bidder must state delivery time on bid sheet. Other or Comment F� ��/ Ca 5 2014 35,000 GVW Sewer Jet Cab&Chassis .docx Page 9 of 9 : ed b a epr y Prepared for: P Prrepay Noy: C OF ITY OF OMAHA AT OE OMAHA TRUCK CENTER,INC. C 10710 I STREET 1003 OMAHADOUGLAS CIVIC C OMA71 NE STREET OMAHA,NE 68183-0011 OMAHA, A, 68127 7 Phone:402-444-5408 SPECIFICATION PROPOSAL Weight Weight Data Code Description Front Rear Retail Price Price L i SW SD PRL-09D(EFF:08/05/14) MO Voi$tO ' N/C DRL-006 SPECPRO21 DATA RELEASE VER 006 Vehf c10 1400.*tlon 00$109,11 3,8102. 001-176 108SD CONVENTIONAL CHASSIS 6,9302. 0 004-215 2015 MODEL YEAR SPECIFIED STD 002-004 SET BACK AXLE-TRUCK STD 019-002 STRAIGHT TRUCK PROVISION STD 003-001 LH PRIMARY STEERING LOCATION Generat10.1YICe : STD AA1-002 TRUCK CONFIGURATION STD AA6-002 DOMICILED,USA(EXCLUDING CALIFORNIA AND GARB OPT-IN STATES) N/C A85-001 REFUSE SERVICE WC A84-1GM GOVERNMENT BUSINESS SEGMENT N/C AA4-002 LIQUID BULK COMMODITY STD AA5-002 TRANSIT,IS SPE NOON PAVED ROADS TIME,(ALL)OF THE IN STD AB1-008 MAXIMUM 8%EXPECTED GRADE STD EMENT- MOST AB5-001 SMOOTHSTT SEVERE IN-TRANSIT(BETWEEN VSITES) ROAD SURFACE STD 995-1A0 FREIGHTLINER SD VOCATIONAL WARRANTY A66-99D EXPECTED FRONT AXLE(S)LOAD: 12000.0 lbs A68-99D EXPECTED REAR DRIVE AXLE(S)LOAD: 23000.0 lbs A63-99D EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 35000.0 lbs Truck,8egVke: N/C AA3-034 SEWER/INDUSTRIAL VACUUM BODY ® 09/09/2014 12:28 PM Applicationata Version 8.6,126 FREIGHTLINER Data Version PRL-09D.006 Page 2 of 16 CITY OF OMAHA 2015 SEWER JET Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price Engine • 101-2XE CUM ISL 300 HP @ 2000 RPM,2200 GOV RPM, $1,517.00 860 LB/FT @ 1300 RPM Electronic P.a mete r 79A-075 75 MPH ROAD SPEED LIMIT N/C 79B-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD N/C SPEED LIMIT 79K-007 PTO MODE ENGINE RPM LIMIT-1100 RPM N/C 79P-002 PTO RPM WITH CRUISE SET SWITCH-700 RPM N/C 79Q-003 PTO RPM WITH CRUISE RESUME SWITCH-800 N/C RPM 79S-001 PTO MODE CANCEL VEHICLE SPEED-5 MPH N/C 79U-007 PTO GOVERNOR RAMP RATE-250 RPM PER N/C SECOND 80G-002 PTO MINIMUM RPM-700 N/C 80J-002 REGEN INHIBIT SPEED THRESHOLD-5 MPH N/C Engine Equipment 99C-013 2013 ONBOARD DIAGNOSTICS/2010 STD EPA/CARB/GHG14 99D-010 NO 2008 GARB EMISSION CERTIFICATION STD 13E-001 STANDARD OIL PAN STD 105-001 ENGINE MOUNTED OIL CHECK AND FILL STD 014-105 SIDE OF HOOD AIR INTAKE WITH FIREWALL 10 $653.00 MOUNTED DONALDSON AIR CLEANER AND INSIDE/OUTSIDE AIR WITH SNOW DOOR 124-1D7 DR 12V 160 AMP 28-SI QUADRAMOUNT PAD STD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE 292-098 (2)ALLIANCE MODEL 1231,GROUP 31,12 VOLT STD MAINTENANCE FREE 2250 CCA THREADED STUD BATTERIES 290-017 BATTERY BOX FRAME MOUNTED STD 281-001 STANDARD BATTERY JUMPERS STD 282-001 SINGLE BATTERY BOX FRAME MOUNTED LH N/C SIDE UNDER CAB 291-017 WIRE GROUND RETURN FOR BATTERY CABLES STD WITH ADDITIONAL FRAME GROUND RETURN 289-001 NON-POLISHED BATTERY BOX COVER STD 295-029 POSITIVE AND NEGATIVE POSTS FOR 2 $89.00 JUMPSTART LOCATED ON FRAME NEXT TO STARTER Application Version 8.6.126 r . . 09/09/2014 12:28 PM Data Version PRL-09D.006 CITY OF OMAHA 2015 SEWER JET Page 3 of 16 Prepared tor: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 107-032 CUMMINS TURBOCHARGED 18.7 CFM AIR STD COMPRESSOR WITH INTERNAL SAFETY VALVE 152-041 ELECTRONIC ENGINE INTEGRAL SHUTDOWN STD PROTECTION SYSTEM 128-076 CUMMINS EXHAUST BRAKE INTEGRAL WITH 20 $34.00 VARIABLE GEOMETRY TURBO WITH ON/OFF DASH SWITCH 016-1 C2 RH OUTBOARD UNDER STEP MOUNTED 30 25 $874.00 HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B-PILLAR MOUNTED VERTICAL TAILPIPE 28F-002 ENGINE AFTERTREATMENT DEVICE, STD AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH 239-026 10 FOOT 06 INCH(126 INCH+0/-5 INCH) N/C EXHAUST SYSTEM HEIGHT 237-1CR RH CURVED VERTICAL TAILPIPE B-PILLAR N/C MOUNTED ROUTED FROM STEP 23U-001 6 GALLON DIESEL EXHAUST FLUID TANK -40 -20 ($95.00) 30N-003 100 PERCENT DIESEL EXHAUST FLUID FILL ($17.00) 23Y-006 INBOARD MOUNTED DIESEL EXHAUST FLUID $63.00 PUMP WITH ABOVE RAIL ROUTING FOR 6 GALLON DIESEL EXHAUST FLUID TANK, CUMMINS ENGINES 43X-002 LH MEDIUM DUTY STANDARD DIESEL EXHAUST STD FLUID TANK LOCATION 43Y-001 STANDARD DIESEL EXHAUST FLUID TANK CAP STD 242-011 ALUMINUM AFTERTREATMENT N/C DEVICE/MUFFLER/TAILPIPE SHIELD(S) 273-004 BORG WARNER VISCOUS FAN DRIVE $115.00 110-003 CUMMINS SPIN ON FUEL FILTER STD 118-008 COMBINATION FULL FLOW/BYPASS OIL FILTER STD 120-009 FLEETGUARD PLAIN COOLANT FILTER 10 $128.00 286-028 1200 SQUARE INCH ALUMINUM RADIATOR STD 103-004 ANTIFREEZE TO-34F,NOAT EXTENDED LIFE STD COOLANT 171-007 GATES BLUE STRIPE COOLANT HOSES OR STD EQUIVALENT 172-001 CONSTANT TENSION HOSE CLAMPS FOR STD COOLANT HOSES 270-016 RADIATOR DRAIN VALVE STD 360-013 1350 ADAPTER FLANGE FOR FRONT PTO 20 $115.00 PROVISION Application Version 8.6.126 09/09/2014 12:28 PM Data Version PRL-09D.006 FRE/GHTL/NER CITY OF OMAHA 2015 SEWER JET Page 4 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 138-011 PHILLIPS-TEMRO 1000 WATT/115 VOLT BLOCK 4 $86.00 HEATER 140-022 CHROME ENGINE HEATER RECEPTACLE $14.00 MOUNTED UNDER LH DOOR 132-004 ELECTRIC GRID AIR INTAKE WARMER STD 155-058 DELCO 12V 38MT HD STARTER WITH STD INTEGRATED MAGNETIC SWITCH Transmission 342-584 ALLISON 3500 RDS AUTOMATIC TRANSMISSION -110 -35 $8,210.00 WITH PTO PROVISION Transmission•@quip! 343-312 ALLISON VOCATIONAL PACKAGE 142- N/C AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODEL RDS 84B-013 ALLISON VOCATIONAL RATING FOR REFUSE N/C APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES 84C-022 PRIMARY MODE GEARS,LOWEST GEAR 1, N/C START GEAR 1,HIGHEST GEAR 5,AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84D-022 SECONDARY MODE GEARS,LOWEST GEAR 1, N/C START GEAR 1,HIGHEST GEAR 5,AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 353-027 VEHICLE INTERFACE WIRING AND PDM WITH $794.00 BODY BUILDER CONNECTOR AT END OF FRAME 341-018 MAGNETIC PLUGS,ENGINE DRAIN, N/C TRANSMISSION DRAIN,AXLE(S)FILL AND DRAIN 345-003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, N/C DASH MOUNTED 97G-004 TRANSMISSION PROGNOSTICS-ENABLED 2013 N/C 370-015 WATER TO OIL TRANSMISSION COOLER,IN N/C RADIATOR END TANK 346-003 TRANSMISSION OIL CHECK AND FILL WITH N/C ELECTRONIC OIL LEVEL CHECK 35T-001 SYNTHETIC TRANSMISSION FLUID(TES-295 N/C COMPLIANT) FrOM AX.1$ • 400-1A6 DETROIT DA-F-12.0-3 12,000#FF1 71.5 KPI/3.74 STD DROP SINGLE FRONT AXLE 402-020 MERITOR 15X4 Q+CAM FRONT BRAKES STD 403-002 NON-ASBESTOS FRONT BRAKE LINING STD 419-023 CONMET CAST IRON FRONT BRAKE DRUMS STD Application Version 8.6.126 C .1 09/09/2014 12:28 PM Data Version PRL-09D.006 CITY OF OMAHA 2015 SEWER JET Page 5 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 409-021 SKF SCOTSEAL PLUS XL FRONT OIL SEALS STD 408-001 VENTED FRONT HUB CAPS WITH WINDOW, STD CENTER AND SIDE PLUGS-OIL 416-022 STANDARD SPINDLE NUTS FOR ALL AXLES STD 405-002 MERITOR AUTOMATIC FRONT SLACK STD ADJUSTERS 406-001 STANDARD KING PIN BUSHINGS STD 536-050 TRW THP-60 POWER STEERING STD 539-003 POWER STEERING PUMP STD 534-015 2 QUART SEE THROUGH POWER STEERING STD RESERVOIR 40T-001 ORGANIC SAE 80/90 FRONT AXLE LUBE STD Front 8 pinion 620-1 F0 12,000#DUAL TAPERLEAF FRONT SUSPENSION 42 $57.00 619-005 MAINTENANCE FREE RUBBER BUSHINGS- STD FRONT SUSPENSION 410-001 FRONT SHOCK ABSORBERS STD R*ar Axle and Equipment • 420-1GK DETROIT DA-RS-23.0-4 23,000#R-SERIES 30 $640.00 SINGLE REAR AXLE 421-478 4.78 REAR AXLE RATIO N/C 424-001 IRON REAR AXLE CARRIER WITH STANDARD STD AXLE HOUSING 386-076 MXL 17N MERITOR EXTENDED LUBE MAIN $419.00 DRIVELINE WITH FULL ROUND YOKES 452-001 DRIVER CONTROLLED TRACTION 20 $716.00 DIFFERENTIAL-SINGLE REAR AXLE 878-018 (1)DRIVER CONTROLLED DIFFERENTIAL LOCK N/C REAR VALVE FOR SINGLE DRIVE AXLE 87B-004 BLINKING LAMP WITH EACH MODE SWITCH, N/C DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE<5 MPH 423-020 MERITOR 16.5X7 Q+CAST SPIDER CAM REAR STD BRAKES,DOUBLE ANCHOR,FABRICATED SHOES 433-002 NON-ASBESTOS REAR BRAKE LINING STD 434-011 BRAKE CAMS AND CHAMBERS ON FORWARD N/C SIDE OF DRIVE AXLE(S) 451-023 COMET CAST IRON REAR BRAKE DRUMS STD 440-021 SKF SCOTSEAL PLUS XL REAR OIL SEALS STD 426-1B2 BENDIX EVERSURE LONGSTROKE 1-DRIVE $22.00 AXLE SPRING PARKING CHAMBERS Application Version 8.6.126 09/09/2014 12:28 PM Data Version PRL-09D.006 (FREIGHTLINER) CITY OF OMAHA 2015 SEWER JET Page 6 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 428-002 MERITOR AUTOMATIC REAR SLACK STD ADJUSTERS 41T-001 ORGANIC SAE 80/90 REAR AXLE LUBE STD Rear&open Ion 622-1MJ 23,000#52 INCH VARIABLE RATE MULTI-LEAF 30 ($156.00) SPRING REAR SUSPENSION WITH LEAF SPRING HELPER 621-001 SPRING SUSPENSION-NO AXLE SPACERS STD 431-001 STANDARD U-BOLT PAD STD Brake System 490-100 WABCO 4S/4M ABS WITHOUT TRACTION STD CONTROL 871-001 REINFORCED NYLON,FABRIC BRAID AND WIRE STD BRAID CHASSIS AIR LINES 904-001 FIBER BRAID PARKING BRAKE HOSE STD 412-001 STANDARD BRAKE SYSTEM VALVES STD 46D-002 STANDARD AIR SYSTEM PRESSURE STD PROTECTION SYSTEM 413-002 STD U.S.FRONT BRAKE VALVE STD 432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, STD NO REAR PROPORTIONING VALVE 480-047 BW AD-IS(DRM)BRAKE LINE AIR DRYER WITH $201.00 SHIELD,HEATER AND INTEGRAL RESERVOIR 479-014 AIR DRYER RESERVOIR MOUNTED N/C 460-001 STEEL AIR BRAKE RESERVOIRS STD 477-011 PETCOCK DRAIN VALVES ON ALL AIR TANK(S) N/C Tralle COilneOtiOnta 335-004 UPGRADED CHASSIS MULTIPLEXING UNIT STD 545-487 4875MM(192 INCH)WHEELBASE N/C 546-101 11/32X3-1/2X10-15116 INCH STEEL FRAME 280 -30 $503.00 (8.73MMX277.8MM/0.344X10.94 INCH)120KSI 552-037 1775MM(70 INCH)REAR FRAME OVERHANG N/C 55W-006 FRAME OVERHANG RANGE:61 INCH TO 70 N/C INCH 549-002 24 INCH INTEGRAL FRONT FRAME EXTENSION 115 -20 $45.00 AC8-99D CALC'D BACK OF CAB TO REAR SUSP C/L(CA): 126.45 in AE8-99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L(CA): 123.45 in AE4-99D CALC'D FRAME LENGTH-OVERALL: 327.16 Application Version 8.6.126 ® 09/09/2014 12:28 PM Data Version PRL-09D.006 CFREIGHTL/NERD CITY OF OMAHA 2015 SEWER JET Page 7 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price AM6-99D CALC'D SPACE AVAILABLE FOR DECKPLATE: 126.45 in FSS-OLH CALCULATED FRAME SPACE LH SIDE: 104.2 in N/C FSS-ORH CALCULATED FRAME SPACE RH SIDE: 106.71 N/C in 553-001 SQUARE END OF FRAME STD 550-001 FRONT CLOSING CROSSMEMBER STD 559-001 STANDARD WEIGHT ENGINE CROSSMEMBER STD 562-001 STANDARD MIDSHIP#1 CROSSMEMBER(S) STD 572-001 STANDARD REARMOST CROSSMEMBER STD 565-001 STANDARD SUSPENSION CROSSMEMBER STD Chassis Q Jpme 556-997 OMIT FRONT BUMPER,CUSTOMER INSTALLED -110 ($464.00) SPECIAL BUMPER,DOES NOT COMPLY WITH FMCSR 393.203 551-007 GRADE 8 THREADED HEX HEADED FRAME STD FASTENERS Fuel Tanks 204-215 50 GALLON/189 LITER SHORT RECTANGULAR -10 ($73.00) ALUMINUM FUEL TANK-LH 218-005 RECTANGULAR FUEL TANK(S) N/C 215-005 PLAIN ALUMINUM/PAINTED STEEL STD FUEUHYDRAULIC TANK(S)WITH PAINTED BANDS 212-007 FUEL TANK(S)FORWARD STD 664-001 PLAIN STEP FINISH STD 205-001 FUEL TANK CAP(S) STD 122-077 ALLIANCE FUEL FILTERNVATER SEPARATOR $75.00 WITH HEATED BOWL AND PRIMER PUMP 216-020 EQUIFLO INBOARD FUEL SYSTEM STD 202-016 HIGH TEMPERATURE REINFORCED NYLON STD FUEL LINE Tiles • 093-1R6 GOODYEAR G661 HSA 11R22.5 14 PLY RADIAL 26 $22.00 FRONT TIRES(MATCH MARKED) 094-OJT GOODYEAR G182 RSD 11 R22.514 PLY RADIAL 88 $340.00 REAR TIRES " 510-1R6 GOODYEAR G661 HSA 11 R22.5 14 PLY RADIAL 140 $758.00 SPARE TIRE(MATCH MARKED) (GOODYEAR G661 HSA 12R22.5 16 PLY RADIAL SPARE TIRE(MATCH MARKED)}GY G661 HSA 1 1R22.5 14 PLY RADIAL SPARE FRONT TIRE. Application Version 8.6.126 09/09/2014 12:28 PM Data Version PRL-09D.006 (-FREIGHTLINER) CITY OF OMAHA 2015 SEWER JET Page 8 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price ' 508-OJT GOODYEAR G182 RSD 11R22.5 14 PLY RADIAL $831.00 ADDITIONAL SPARE TIRE Hubs 418-056 CONMET PRESET PLUS IRON FRONT HUBS STD 450-056 CONMET PRESET PLUS IRON REAR HUBS STD Whgels 502-428 ACCURIDE 28828 22.5X8.25 10-HUB PILOT 6.18 10 STD INSET 2-HAND HD STEEL DISC FRONT WHEELS 505-428 ACCURIDE 28828 22.5X8.25 10-HUB PILOT 2- 20 STD HAND HD STEEL DISC REAR WHEELS ' 511-428 ACCURIDE 28828 22.5X8.25 10-HUB PILOT 2- 83 $175.00 HAND HD STEEL DISC SPARE WHEEL (ACCURIDE 28828 22.5X8.25 10-HUB PILOT 2-HAND HD STEEL DISC SPARE WHEEL) 51A-1F2 22.5X8,25 10-HUB PILOT 2-HAND STEEL DISC 70 $143.00 ADDITIONAL SPARE WHEEL Gab rlor 829-1A5 108 INCH BBC FLAT ROOF ALUMINUM STD CONVENTIONAL CAB 650-008 AIR CAB MOUNTS STD 648-002 NONREMOVABLE BUGSCREEN MOUNTED STD BEHIND GRILLE 678-001 LH AND RH GRAB HANDLES STD 646-041 STATIONARY BLACK GRILLE STD 65X-004 BLACK HOOD MOUNTED AIR INTAKE GRILLE STD 644-004 FIBERGLASS HOOD STD 727-1AH SINGLE 14 INCH ROUND POLISHED AIR HORN SW ROOF MOUNTED 726-002 DUAL ELECTRIC HORNS $10.00 728-001 SINGLE HORN SHIELD STD 657-001 DOOR LOCKS AND IGNITION SWITCH KEYED STD THE SAME 575-001 REAR LICENSE PLATE MOUNT END OF FRAME STD 312-068 HALOGEN COMPOSITE HEADLAMPS WITH STD BLACK BEZELS 302-047 LED AERODYNAMIC MARKER LIGHTS $40.00 294-091 FREIGHTLINER LED FLANGE MOUNTED 5 $144.00 STOP/TAIUTURN LIGHTS WITH SEPARATE BACKUP LIGHTS AND ADDITIONAL 7 FEET WIRING END OF FRAME 300-015 STANDARD FRONT TURN SIGNAL LAMPS STD Application Version 8.6.126 ® 09/09/2014 12:28 PM Data Version PRL-09D.006 C FREIGHTLINER) CITY OF OMAHA 2015 SEWER JET Page 9 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 318-032 SWITCH,INDICATOR LIGHT AND $71.00 APPROXIMATELY 10 FEET OF WIRE ON CHASSIS RH BACK OF CAB FOR CUSTOMER FURNISHED UTILITY LIGHT(S) 744-1BM DUAL WEST COAST BRIGHT FINISH HEATED $159.00 MIRRORS 797-001 DOOR MOUNTED MIRRORS STD 796-001 102 INCH EQUIPMENT WIDTH STD 743-204 LH AND RH 8 INCH BRIGHT FINISH CONVEX N/C MIRRORS MOUNTED UNDER PRIMARY MIRRORS 729-001 STANDARD SIDE/REAR REFLECTORS STD 768-043 63X14 INCH TINTED REAR WINDOW STD 661-004 TINTED DOOR GLASS LH AND RH WITH TINTED STD OPERATING WING WINDOWS 654-003 MANUAL DOOR WINDOW REGULATORS STD 663-013 TINTED WINDSHIELD STD 659-007 8 LITER WINDSHIELD WASHER RESERVOIR, STD CAB MOUNTED,WITHOUT FLUID LEVEL INDICATOR Cab Interior. 707-1AK OPAL GRAY VINYL INTERIOR STD 706-013 MOLDED PLASTIC DOOR PANEL STD 708-013 MOLDED PLASTIC DOOR PANEL STD 772-006 BLACK MATS WITH SINGLE INSULATION STD 785-004 DASH MOUNTED ASH TRAY(S)WITHOUT STD LIGHTER 691-008 FORWARD ROOF MOUNTED CONSOLE WITH STD UPPER STORAGE COMPARTMENTS WITHOUT NETTING 694-010 IN DASH STORAGE BIN STD 742-007 (2)CUP HOLDERS LH AND RH DASH STD 680-006 GRAY/CHARCOAL FLAT DASH STD 700-002 HEATER,DEFROSTER AND AIR CONDITIONER STD 701-001 STANDARD HVAC DUCTING STD 703-005 MAIN HVAC CONTROLS WITH RECIRCULATION STD SWITCH 170-015 STANDARD HEATER PLUMBING STD 130-033 DENSO HEAVY DUTY AIR CONDITIONER STD COMPRESSOR 702-002 BINARY CONTROL,R-134A STD 739-033 STANDARD INSULATION STD Application Version 8.6.126 09/09/2014 12:28 PM �. Data Version PRL-09D.006 J CITY OF OMAHA 2015 SEWER JET Page 10 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 285-013 SOLID-STATE CIRCUIT PROTECTION AND STD FUSES 280-007 12V NEGATIVE GROUND ELECTRICAL SYSTEM STD 324-011 DOME DOOR ACTIVATED LH AND RH,DUAL $68.00 READING LIGHTS,FORWARD CAB ROOF 655-001 CAB DOOR LATCHES WITH MANUAL DOOR STD LOCKS 284-023 (1)12 VOLT POWER SUPPLY IN DASH STD 756-1J3 BASIC HIGH BACK AIR SUSPENSION DRIVER 30 $221.00 SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION 760-1J3 BASIC HIGH BACK AIR SUSPENSION 25 10 $258.00 PASSENGER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION 711-004 LH AND RH INTEGRAL DOOR PANEL ARMRESTS STD 758-036 VINYL WITH VINYL INSERT DRIVER SEAT STD 761-036 VINYL WITH VINYL INSERT PASSENGER SEAT STD 763-032 3 POINT FIXED D-RING RETRACTOR DRIVER STD AND PASSENGER SEAT BELTS 532-002 ADJUSTABLE TILT AND TELESCOPING 10 $478.00 STEERING COLUMN 540-015 4-SPOKE 18 INCH(450MM)STEERING WHEEL STD 765-002 DRIVER AND PASSENGER INTERIOR SUN STD VISORS w 732-004 GRAY DRIVER INSTRUMENT PANEL STD 734-004 GRAY CENTER INSTRUMENT PANEL STD 87L-001 ENGINE REMOTE INTERFACE WITH PARK N/C BRAKE INTERLOCK 870-001 BLACK GAUGE BEZELS STD 486-001 LOW AIR PRESSURE LIGHT AND BUZZER STD 840-002 2 INCH PRIMARY AND SECONDARY AIR STD PRESSURE GAUGES 198-025 INTAKE MOUNTED AIR RESTRICTION STD INDICATOR WITHOUT GRADUATIONS 721-001 97 DB BACKUP ALARM 3 $60.00 149-013 ELECTRONIC CRUISE CONTROL WITH STD SWITCHES IN LH SWITCH PANEL 156-007 KEY OPERATED IGNITION SWITCH AND STD INTEGRAL START POSITION;4 POSITION OFF/RUN/START/ACCESSORY 811-011 ODOMETER/TRIP/HOUR/DIAGNOSTICNOLTAGE STD DISPLAY:1X7 CHARACTER,26 WARNING LAMPS,DATA LINKED,ICU3 Application Version 8.6.126 C .1 09/09/2014 12:28 PM Data Version PRL-090.006 J CITY OF OMAHA 2015 SEWER JET Page 11 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 160-025 DIAGNOSTIC INTERFACE CONNECTOR,9 PIN, STD SAE J1939,LOCATED BELOW DASH 844-001 2 INCH ELECTRIC FUEL GAUGE STD 148-073 ENGINE REMOTE INTERFACE FOR REMOTE $285.00 THROTTLE 163-004 ENGINE REMOTE INTERFACE CONNECTOR IN N/C ENGINE COMPARTMENT 856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE STD GAUGE 864-001 2 INCH TRANSMISSION OIL TEMPERATURE N/C GAUGE 830-017 ENGINE AND TRIP HOUR METERS INTEGRAL STD WITHIN DRIVER DISPLAY 852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE STD 679-001 OVERHEAD INSTRUMENT PANEL $76.00 746-1 B3 AM/FMNVB RADIO WITH BLUETOOTH,FRONT 10 $398.00 USB PORT,FRONT AND REAR AUXILIARY INPUTS AND J1939 747-001 DASH MOUNTED RADIO N/C 750-002 (2)RADIO SPEAKERS IN CAB N/C 753-001 AM/FM ANTENNA MOUNTED ON FORWARD LH 2 N/C ROOF 748-009 POWER AND GROUND STUDS IN DASH PLUS $35.00 ROOF CONSOLE WIRING 749-001 ROOF/OVERHEAD CONSOLE CB RADIO $92.00 PROVISION 810-027 ELECTRONIC MPH SPEEDOMETER WITH STD SECONDARY KPH SCALE,WITHOUT ODOMETER 812-001 ELECTRONIC 3000 RPM TACHOMETER STD 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP STD 836-015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH STD DRIVER DISPLAY 660-008 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR STD WITH DELAY 304-001 MARKER LIGHT SWITCH INTEGRAL WITH STD HEADLIGHT SWITCH 882-009 ONE VALVE PARKING BRAKE SYSTEM WITH STD WARNING INDICATOR 299-013 SELF CANCELING TURN SIGNAL SWITCH WITH STD DIMMER,WASHER/WIPER AND HAZARD IN HANDLE 298-039 INTEGRAL ELECTRONIC TURN SIGNAL STD FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS Application Version 8.6.126 / 09/09/2014 12:28 PM Data Version PRL-09D.006 CITY OF OMAHA 2015 SEWER JET Page 12 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price (*Ian 065-000 PAINT:ONE SOLID COLOR STD Color 980-5E7 CAB COLOR A:L0789EB OMAHA ORANGE ELITE N/C BC 986-020 BLACK,HIGH SOLIDS POLYURETHANE CHASSIS STD PAINT 962-972 POWDER WHITE(N0006EA)FRONT STD WHEELS/RIMS(PKWHT21,TKWHT21,W,TW) 966-972 POWDER WHITE(N0006EA)REAR STD WHEELS/RIMS(PKWHT21,TKWHT21,W,TW) Certification I Comb Haflcs 996-001 U.S.FMVSS CERTIFICATION,EXCEPT SALES STD CABS AND GLIDER KITS NO SALES PROGRAMS HAVE BEEN SELECTED • T. 0:T `A I: V:E H I C.0 ; '`•S' U`M 1�I; 1�. AV.* I, t 114 Adjusted List Price** $128,341.00 'w 8umoi ry. Weight Weight Total Front Rear Weight Factory Weight+ 7306 lbs 4229 lbs 11535 lbs Total Weight+ 7306 lbs 4229 lbs 11535 lbs r:. .. 4I..041 I C• LUi:;W 1JttLT: : : II4I T -atoll:0E40y.Charges . ...- .. Application Version 8.6.126 09/09/2014 12:28 PM Data Version PRL-09D.006 CITY OF OMAHA 2015 SEWER JET Page 13 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 DIMENSIONS (--130 in k 120 in-4 <--- 123 in— 0 �I 1in • 71.85 in MI r r 1 I` II w) 41.08 in - 05In 4 192 In —)I E 70 in ( 327 in > VEHICLE SPECIFICATIONS SUMMARY-DIMENSIONS Wheelbase(545) 4875MM(192 INCH)WHEELBASE Rear Frame Overhang(552) 1775MM(70 INCH)REAR FRAME OVERHANG Fifth Wheel(578) NO FIFTH WHEEL Mounting Location(577) NO FIFTH WHEEL LOCATION Maximum Forward Position(in) 0 Maximum Rearward Position(in) 0 Amount of Slide Travel(in) 0 Slide Increment(in) 0 Desired Slide Position(in) 0.0 Cab Size(829) 108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Sleeper(682) NO SLEEPER BOX/SLEEPERCAB Exhaust System(016) RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B-PILLAR MOUNTED VERTICAL TAILPIPE TABLE SUMMARY -DIMENSIONS Application Version 8.6.126 ® 09/09/2014 12:28 PM Data Version PRL-09D.006 CFREIGHTLINER� CITY OF OMAHA 2015 SEWER JET Page 15 of 16 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Dirnerrxruns Inches ii Bumper to Back of Cab(BBC) 130.1 Bumper to Centerline of Front Axle(BA) 64.6 Min.Cab to Body Clearance(CB) 3.0 Back of Cab to Centerline of RearAxle(s)(CA) 126.4 Effective Back of Cab to Centerline of RearAxle(s)(Effective CA) 123.4 Back of Cab Protrusions(Exhaust/Intake)(CP) 1.5 Back of Cab Protrusions(Side Extenders/Trlm Tab)(CP) 0.0 Back of Cab Clearance(CL) __ 3.0 Back of Cab to End of Frame 196.4 Cab Height(CH) 71.9 Wheelbase(WO) _ 192.0 Frame Overhang(OH) 70.0 Overall Length(OAL) 326.6 Rear Axle Spacing 0.0 Unladen Frame Height at Centerline of Rear Axle 41.7 Performance calculations are estimates only.If performance calculations are critical,please contact Customer Application Engineering. Application Version 8.6.126 09/09/2014 12:28 PM Data Version PRL-090.006 (FREIGHTLINER) CITY OF OMAHA 2015 SEWER JET Page 16 of 16 1 v r n �y M � \ !t1 1 1MIN E. ,....4-:1:77.4,,,:!..":::::::::.!.,::::,,'":::'..-;•:::.'':':.',:':.f.•;7',,'..t::,4!:.::,."'.:: '.''.:F'.:::..''•,,'......:.!:- ......'... .::,r,.: -•,.- . .i • ..,:',,•`:r!:.,'•:,.`L:r.•:,7,,_'.:.:...•.;. ,',:•-. .:- . ._.•---f. -•,-i '' -.• -1:I'.! '::.:-: I FEE $20.00 0 1 ; ' - STATE OF NEBRASKA MOTOR VEHICLE INDUSTRY LICENSING BOARD . ''• 1 : SALESPERSON . [ LICENSE J • I 1, WILLIAM S JACKSON.EXECUTIVE DIRECTOR • OF NEBRASKA MOTOR VEHICLE INDUSTRY LICENSING BOARD DO HEREBY CERTIFY '•' THAT MICHAEL R NOON ot s.t, .,I, z V: DL-00773 ,- ii q OMAHA TRUCK CENTER!' •? 10710 I ST II I F; PO BOX 27379 �� ' I }: OMAHA NE 7 M 5K ..L_ �• air 7..... ,; HMO 4 II! 111_ 1' 1 it .ill •,..,, r` t ul ..tit: .".€ t .r;1 IS DULY LICENSED TO ENGAGE IN THE ACTIVITIES AS INDICATED ABOVE, IN ,t ',' ACCORDANCE WITH CHAPTER 60, ARTICLE 14 R.R.S 1943, AS AMENDED, ' SUBJECT TO THE LIMITATIONS IMPOSED BY LAW DURING THE CALENDAR YEAR OF 2014. 15 — _- OUS Tqie , r, ' _ . . ilk I IL../ :i STATE OF ;Zi i '` .4.4 G(/� ' i ". ! . ✓ . NEBRASKI�; a, • 01 7 A••. •I se.izb_• EXECUTIVE DIRECTOR lit••.....••iikii y: 18599 . THIS LICENSE MUST BE PROMINENTLY DISPLAYED ! I C 11 ; O ii 7- Z Ini !j Z, s. Z ii 1,: ._ 4, WOt11 .r w r.7 J.-+I,- ii < d ^ 4 QQN ix 4:• '� orca..o ii W ? • LW Ft) • i tr N Zi• - c ss E. Z. h' t Zh-o i Z reQZ1 c I,: �e C:W." • 11 F. = : i� ? 1—QC) NE ii Z .-, ? Zh"O II:: C: W t 0 0 i, [�' ,_ E i Z W Z i? ", .Q w Q ?1 i tf.. d C II ID u ;1011\4li cc: ti: Q} O W W n ii W l.J > r" IX U N g CC en ii U7 al ,• 0:( 0 I•CO! W Uri U Q UM"o is Z F' . 1Q a r- i CC N 0 OI,- I? Q ` r r R N i J C9 teNW w x w x ,�., o = J Q0Q ii (•- M Q a Cu, I— Q Q m Q ‹ x ‹ E C Z C a r O a. O o E EOS >4 I~ i c O a.O O z co 1 F W ,�.. N LL O Z W L C F- F- 41 O_t M aa za z U ii 0 I- E � • � y fX 0 Ei U W J II?i r, Q U a. NI ?: Y a. C cn ff x a `° 1 • f Fa— Z , is bow 4 F-- N vs V) is 0. U ti W W a is ii 0 cri Z ti Z N.. CA W 1-, .. 0. ^ J ?E F ii W i Z W Q ►"CG co W 4: tC O V) W F- • i' O a U C N cn F-z z \ \ W Z M— W • 1 1 O •Q L x 1 al) CC Wa0I+ Zi N ❑ UON ►" `L \ N \ O .n... Z c v, Z a i • le CO 0 ii a c C F O o rs o Q USCG 4 ?i ak CD tr . to it O z OF- C. ii t: 'Cr .p I.., a w N ii ��O W 0 CC OW • ii, z' •% c .:t e a N �i �M o I . 1 r con= >- / CD .: C it C ot F CO ❑ U SNS d r co o QNQ 0!)ii _ is 0, J Z ij1 Z ►-, • ii=..::::1 ::::u:..........:.... . i? T 04.0 0 „ . E _ H 1 I migo i 111tU p1i M 111ilin*Maim Iti•sliitlipretorsimpors u1aa1111• ,' Prepared by: MichaelrNoon P Prepared U for OMAHA TRUCK CENTERNNC. CITYAT BURKE OE 107101 CENTER, 1003 OF H OMAHA OMAHA,NE STREET OMAHA,NE 6OUGLAS CIVIC C Phone:OMA A,NE 2 8127 Phone: 2- 68183-0011 Phone:402-444.5408 A proposal for CITY OF OMAHA Prepared by OMAHA TRUCK CENTER, INC, Michael Noon Sep 09, 2014 Freightliner 108SD ■ (0) Components shown may not reflect all spec'd options and are not to scale 09/09/2014 12:28 PM Application Version 8.6.126 a Data Version PRL-09D.006 Page 1 of 16 CITY OF OMAHA 2015 SEWER JET C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on September 10, 2014 for the purchase of two truck chassis and cabs — sewer jets (35,000 GVW) to be utilized by the Sewer Maintenance Division; and, WHEREAS, Omaha Truck Center submitted a bid of$146,610.00, being the lowest and best bid received for the purchase of two truck chassis and cabs—sewer jets (35,000 GVW); and, WHEREAS, Resolution No. 1271, adopted October 7, 2014 is hereby rescinded. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Omaha Truck Center for the purchase of two truck chassis and cabs — sewer jets (35,000 GVW) to be utilized by the Sewer Maintenance Division in the amount of $146,610.00; and, that the Finance Department is authorized to pay this cost from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, year 2014 expenditures. BE IT FURTHER RESOLVED: THAT, Resolution No. 1271, adopted October 7, 2014 is hereby rescinded. 259614scp APPROVED AS TO FORM: ;CITY ATTORNEY DATE MAC/44% By Councilmember Adopted NOV 1 8 2014 9-67 ��jj C' y Cl k // Q /� pp Mayor f�. NO. of7/L/ Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Omaha Truck Center for the purchase of two truck chassis and cabs — sewer jets (35,000 GVW) to be utilized by the Sewer Maintenance Division in the amount of $146,610.00; and, that the Finance Department is authorized to pay this cost from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, year 2014 expenditures; and, that Resolution No. 1271, adopted October 7, 2014 is hereby rescinded. 259614Ascp Presented to City Council NOV...I..8..2014 Adopted gaiter grown City Clerk