Loading...
RES 2014-1113 - PO to Sid Dillon for truck chassis and cab pL',AFf A,A'F 4 V r' ` E 1 V E D Public Works Department 4 r01, Omaha/Douglas Civic Ccnter x � 1819 Farnam Street,Suite 601 r Y._� 0► September 9 2014 P�1 s s•;- "^ p 4 Omaha,Nebraska 68183-0601 O � nit,AUG 22 o (402)444-5220 PE,FEB1,-A4 Fax(402)444-5248 City of Omaha CITY CLERK Robert G. Stubbe,P.E. Jean Stothert,Mayor AOHA . C B Q S K Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution authorizing the Purchasing Agent to purchase a 19,500 GVW F550 truck chassis and cab based on a bid quote of$37,300.00 submitted by Sid Dillon to be utilized by the Traffic Maintenance Division. Bids were solicited for opening on August 6, 2014 and no bids were received. 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 from the Street and Highway Allocation Fund 12131, Barricades Organization 116181, year 2014 expenditures. The Public Works Department recommends the acceptance of the bid quote from Sid Dillon in the amount of$37,300.00 and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: F- z,-iy c y Rob t G. Stubbe, P.E. Date Mayor's Office Date 1 Public Works Director Approved as to Funding: Approved: tep en B. Curtiss Date Human Rights and Relations Date P P Finance Director Department 254714scp 8/15/2014 Enterprise Mail-19500 Cab and Chassis 19500 Cab and Chassis Marc McCoy (VMF) <marc.mccoy@cityofomaha.org> Fri, Aug 15, 2014 at 12:22 PM To: "Sue Preiner (PWks)" <sue.preiner@ci.omaha.ne.us> Cc: "Bernard Post (PWks)" <Bernard.Post@ci.omaha.ne.us>, "Steve Faris (VMF)" <Steve.Faris@cityofomaha.org> Sue,please generate a Council resolution for the purchase of one(1) 19,500 GVW F550 utilizing that attached quote from Sid Dillon Ford. Bids were opened August 6th,2014 and no bids were received. 2015 Ford F550 Price Each $37,300.00 Bernard Post will submit a requisition for the purchase. BFY 2014, FUND 12131, ORG 116181, Rev#44234. The contact person for this bid is: Ron Fullerton Sid Dillon Ford 305 S. 2nd Street Ceresco, NE 68017 Phone (402) 540-7578 rfullerton@siddilion.com Thank you, Marc McCoy Equipment Services Manager https://mail.g nog l e.com/mai I/u/0/?ui=2&i Ir 3f9035d9a8&vi ew=pt&search=i nbox&th=147dab239a395c9f&si m1=147dab239a395c9f 1/2 8/15/2014 Enterprise Mail-19500 Cab and Chassis City of Omaha Fleet Management 2606 N. 26th Street Omaha, Nebraska 68111 (402) 444-6191 Office 3 attachments 19,500 GVW Chassis Cab_Tab.pdf 137K F550 Sid Dillion Print Out.pdf 109K Sid Dillion F550 Quote for Traffic.pdf 147K https://mai I.g oog le.com/mai I/u/0/?ui=2&i k=3f9035d9a8&view=pt&search=i nbox&th=147dab239a395c9f&si ml=147dab239a395c9f 2/2 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Fleet&Commercial Phone: (402)540-7578 Email:rfuilerton©siddillon.com 2015 Ford Super Duty F-550 DRW F5H 4WD Reg Cab 165"WB 84" CA XL Op Photo may not represent exact vehicle or selected equipment. Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Fleet&Commercial Phone: (402)540-7578 Email: rfullerton@siddillon.com is Cr, 1.0 r 411 2015 Fleet/Non-Retail Ford Super Duty F-550 DRW 4WD Reg Cab 165" WB PRICING SUMMARY PRICING SUMMARY-2015 Fleet/Non-Retail F5H 4WD Reg Cab 165"WB 84"CA XL MSRP Base Price $39,555.00 Total Options: $3,055.00 Vehicle Subtotal $42,610.00 Advert/Adjustments $0.00 Destination Charge $1,195.00 �� • GRAND TOTAL $43,805.00i ���JJJ Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 345.0, Data updated 8/5/2014 ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 12, 2014 11:31:31 PM Page 2 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Fleet&Commercial Phone: (402)540-7578 Email: rfullerton@siddillon.com 2015 F1eet/Non-Retail Ford Super Duty F-550 DRW 4WD Reg Cab 165"WB SELECTED MODEL & OPTIONS SELECTED MODEL-2016 Fleet/Non-Retail F5H 4WD Reg Cab 165"WB 84"CA XL Code Description MSRP F5H 2015 Ford Super Duty F-550 DRW 4WD Reg $39,555.00 Cab 165"WB 84"CA XL SELECTED VEHICLE COLORS-2015 Fleet/Non-Retail F5H 4WD Reg Cab 165"WB 84"CA XL Code Description Interior: No color has been selected. Exterior 1: No color has been selected. Exterior 2: No color has been selected. SELECTED OPTIONS-2015 Fleet/Non-Retail F5H 4WD Reg Cab 166"WB 84"CA XL CATEGORY Code Description MSRP ENGINE 99Y ENGINE:6.8L 3-VALVE SOHC EFI NA V10(STD) $0.00 TRANSMISSION 44T TRANSMISSION:TORQSHIFT 5-SPEED AUTOMATIC(STD) $0.00 OPTION PACKAGE 660A ORDER CODE 660A $0.00 AXLE RATIO X8L LIMITED SLIP W/4.88 AXLE RATIO(Requires 68M or 99Y)(With the $360.00 selection of 68D,requires 99Y) TIRES TFB TIRES:225/70RX19.5G BSW AS(7)(STD) $0.00 PRIMARY PAINT Z1 OXFORD WHITE $0.00 PAINT SCHEME STANDARD PAINT $0.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 345.0,Data updated 8/5/2014 ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 12, 2014 11:31:31 PM Page 3 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Fleet&Commercial Phone: (402)540-7578 Email: rullerton@siddillon.com 2015 Fleet/Non-Retail Ford Super Duty F-550 DRW 4WD Reg Cab 165" WB SELECTED MODEL & OPTIONS SELECTED OPTIONS-2015 Fleet/Non-Retail F5H 4WD Reg Cab 165"WB 84"CA XL CATEGORY Code Description MSRP SEAT TYPE AS STEEL, HD VINYL 40/20/40 SPLIT BENCH SEAT-inc:driver side $0.00 manual lumbar support,center armrest,cupholder and storage ADDITIONAL EQUIPMENT 62R TRANSMISSION POWER TAKE-OFF PROVISION $280.00 41H ENGINE BLOCK HEATER $75.00 98G CNG/LPG GASEOUS ENGINE PREP PACKAGE-inc:hardened engine $315.00 intake valves and valve seats,NOTE: This package does not include CNG/LPG-fuel tanks,lines,etc,Vehicle will be equipped w/the standard factory gasoline fuel system,Additional equipment combined w/certified calibration reflash is required,from an external upfitfer,to convert the vehicle to a CNG/LPG-fueled vehicle,See Alternative Fuel Buyers Guide: www.ford.com/altfuelbuyersguide, Ford Motor Company does not provide an exhaust or evaporative emissions certificate w/this option when converted to use CNG or LPG-fuel, Ford does not represent that a vehicle converted to use CNG or LPG will comply w/all applicable U.S,or Canadian safety standards,It is the responsibility of the final stage manufacturer(body-builder,installer,alterer or subsequent stage manufacturer)to determine that any vehicle converted to use CNG or LPG complies w/U.S,Federal,California or Canadian exhaust and evaporative emission requirements, Federal fuel economy standards, U.S,and Canadian safety standards,labeling and any other requirements 528 TRAILER BRAKE CONTROLLER-inc:Verified to be compatible $270.00 w/electronic actuated drum brakes only 68M GVWR: 19,500 LB PAYLOAD PLUS UPGRADE PACKAGE-inc: $1,155.00 upgraded frame,upgraded springs and low deflection/high capacity, Increases max RGAWR to 14,706, NOTE:See Order Guide Supplemental Reference for further details on GVWR(Requires XBL) Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 345.0,Data updated 8/5/2014 ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 12, 2014 11:31:31 PM Page 4 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Fleet&Commercial Phone: (402)540-7578 Email: rfullerton@siddillon.com Ma 11111111141 2015 Fleet/Non-Retail Ford Super Duty F-550 DRW 4WD Reg Cab 165" WB SELECTED MODEL 8 OPTIONS SELECTED OPTIONS-2015 Fleet/Non-Retail F5H 4WD Reg Cab 165"WB 84"CA XL CATEGDRY Code Description MSRP ADDITIONAL EQUIPMENT 67H HEAVY SERVICE FRONT SUSPENSION PACKAGE-inc:pre-selected $125.00 heavy service front springs(see Order Guide Supplemental Reference for springs/FGAWR of specific vehicle configurations),Recommended only on vehicles which will permanently utilize aftermarket equipment such as heavy duty winches,brush guards or other apparatus which loads the front axle to the specified Gross Axle Weight Rating(GAWR), NOTE 1:May result in a deterioration of ride quality, NOTE 2:Vehicle ride height will increase w/the addition of this package 512 SPARE TIRE,WHEEL&JACK-inc:Excludes carrier,6-Ton Hydraulic $350.00 Jack REQUIRED in Rhode Island. 61J 6-TON HYDRAULIC JACK REQUIRED in Rhode Island. INC C09 PRICED DORA $0.00 76C EXTERIOR BACKUP ALARM-inc:Pre-installed custom accessory $125.00 OPTIONS TOTAL $3,055.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 345.0, Data updated 8/5/2014 ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 12, 2014 11:31:31 PM Page 5 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Fleet&Commercial Phone: (402)540-7578 Email: rfullerton@siddilion.com 2015 Fleet/Non-Retail Ford Super Duty F-550 DRW 4WD Reg Cab 165" WB STANDARD EQUIPMENT STANDARD EQUIPMENT-2015 Fleet/Non-Retail F5H 4W0 Reg Cab 165"WB 84"CA XL ENTERTAINMENT • Radio:AM/FM Stereo wlDigital Clock-inc:2 speakers • Fixed Antenna EXTERIOR • Wheels:19.5'Argent Painted Steel(6) • Tires:225/70Rx19.5G BSW AS(7) •Clearcoat Paint • Black Front Bumper w/2 Tow Hooks • Black Fender Flares • Black Side Windows Trim and Black Front Windshield Trim • Black Door Handles • Black Manual Side Mirrors w/Manual Folding • Manual Extendable Trailer Style Mirrors • Fixed Rear Window • Light Tinted Glass • Variable Intermittent Wipers • Fully Galvanized Steel Panels • Black Grille • Front License Plate Bracket • Aero-Composite Halogen Headlamps • Cab Clearance Lights Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 345,0, Data updated 8/5/2014 ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 12, 2014 11:31:31 PM Page 6 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Fleet&Commercial Phone: (402)540-7578 Email: rfullerton©siddillon.com 2015 Fleet/Non-Retail Ford Super Duty F-550 DRW 4WD Reg Cab 165" WB STANDARD EQUIPMENT STANDARD EQUIPMENT-2015 Fleet/Non-Retail F5H 4WD Reg Cab 165"WB 84"CA XL INTERIOR • Vinyl 40-20-40 Split-Bench Front Seats wNinyl Back Material and Manual Driver Lumbar • 4-Way Driver Seat-inc:Manual Recline,Fore/Aft Movement and Manual Lumbar Support •4-Way Passenger Seat-inc:Manual Recline and Fore/Aft Movement • Manual Tiltllelescoping Steering Column • Gauges-inc:Speedometer, Odometer,Oil Pressure,Engine Coolant Temp,Tachometer,Transmission Fluid Temp, Engine Hour Meter and Trip Odometer • 3 Person Seating Capacity • Front Cupholder • Manual Air Conditioning • Glove Box • Interior Trim-inc:Chrome Interior Accents • Full Cloth Headliner • Urethane Gear Shift Knob • Day-Night Rearview Mirror • Passenger Visor Vanity Mirror •2 12V DC Power Outlets • Front Map Lights • Fade-To-Off Interior Lighting • Full Vinyl/Rubber Floor Covering • Underhood Lights • Instrument Panel Bin and Dashboard Storage • Manual 1st Row Windows • Systems Monitor • Outside Temp Gauge Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 345.0, Data updated 8/5/2014 ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 12, 2014 11:31:31 PM Page 7 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Fleet&Commercial Phone: (402)540-7578 Email: rfullerton@siddillon.com M r, 2015 Fleet/Non-Retail Ford Super Duty F-550 DRW 4WD Reg Cab 165"WB STANDARD EQUIPMENT STANDARD EQUIPMENT-2015 Fieet/Non-Retail F5H 4WD Reg Cab 165"WB 84"CA XL • Analog Display • Manual Adjustable Front Head Restraints • Front Center Armrest wlStorage Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 345.0,Data updated 8/5/2014 ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 12, 2014 11:31:31 PM Page 8 Prepared For: Prepared By: City of Omaha Ron Fullerton Sid Dillon Fleet&Commercial Phone: (402)540-7578 Email: rfullerton@siddillon.com , 2015 Fleet/Non-Retail Ford Super Duty F-550 DRW 4WD Reg Cab 165" WB STANDARD EQUIPMENT STANDARD EQUIPMENT-2015 Fleet/Non-Retail F5H 4WD Reg Cab 165"WB 84"CA XL MECHANICAL • Engine:6.8L 3-Valve SOHC ER NA V10 • Transmission:TorgShift 5-Speed Automatic • 4.88 Axle Ratio ▪ GVWR: 18,000 lbs Payload Package • Transmission w/Oil Cooler • Manual Transfer Case • Part-Time Four-Wheel Drive • 78-Amp/Hr 750CCA Maintenance-Free Battery w/Run Down Protection • 175 Amp Alternator • Towing w/Harness • 10995#Maximum Payload • HD Shock Absorbers • Front And Rear Anti-Roil Bars • Firm Suspension • Hydraulic Power-Assist Steering • 40 Gal. Fuel Tank • Single Stainless Steel Exhaust • Manual Locking Hubs • Front Suspension w/Coil Springs • Leaf Rear Suspension w/Leaf Springs • 4-Wheel Disc Brakes w/4-Wheel ABS,Front And Rear Vented Discs • Upfitter Switches Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook,Data Version: 345.0, Data updated 8/5/2014 ©Copyright 1986-2005 Chrome Systems Corporation.All rights reserved. Customer File: August 12, 2014 11:31:31 PM Page 9 07/01/14 2015 SUPER DUTY®CHASSIS CAB PROPRIETARY (F-350CC/F-450CC/F-550) OPTIONAL EQUIPMENT XL XLT LARIAT F-350 F•450 F-550 F-350 F-450 F-_550 F-350 F•450 F-550 640A WA 68A SRW DRW SRW DRW SHW DRW Order 650A 660A 633A 643A s53A 663A I638A 648A 658AIs68A Code GROUPSPACKAGES(see Packa•ed 0 bons/Emissions•a.es for corn.fete content and restrictions Trailer ow•ackage 0 — — XL Value Package 96V 0 — — XL Appearance Package 96P 0 — — XL Decor Group 17F 0 — — Power Equipment Group 90L 0 S S XLT Interior Package 96l -- 0 — Lariat Interior Package 96L 1 — — 0 Heavy-Service Front Suspension Package 67H D 0 0 Extra Heavy-Service Suspension Package 67X E 0 0 0 Payload Downgrade Package(avail.on F- 350 SRW and req.59H Center High- 68D D 0 0 Mounted Stop Lamp(CHMSL);avail.on F- 450&F-550) 16,000 GVWR Package(avail.on F-450 68L O O O only) Payload Upgrade Package(F-550 only 68U 0 0 -- w/141"WB&6.8L engine) Payload Plus Upgrade Package(avail.on F- 66M 0 0 0 550 only) Snow Plow Prep Package 473 0 0 0 Trailer TOW Package-High Capacity(avail. 535 O O 0 on F-450&F-550 only) Low Deflection Package(avail.on F-450& 865 O 0 0 F-550 only) CNG/LPG Gaseous Engine Prep Package (avail.on F-450&F-550 v4111Leogiatt 9BG 0 0 — only) CNG/LPG Gaseous Engine Prep Package 98F 0 0 0 avail,on F-350 w16,2L e .ine onl ` FUNCTIONAL _�!\J lecronic • -the- (E •F)-4X4 (manual-locking hubs&auto rotary control 213 0 0 S ow-through Console; NA wi6.8L en in tiigntw-eron eater(Std.in AK,CO.IA,ID, ME,MI.MN,MT,ND,NH,NY,SD,VT,WI, 41H 0 0 0 Skid)Plates-Transfer Case(4X4) 41P 0-Z,3 0-2,3 0 Jack(Two-ton Mechanical- F-350 SRW i Four-ton Hydraulic-F-350 DRW/Six-ton 61 J 0 0 0 Hydraulic-F-450&F-550)(required in RI) Transmission Power Take-Off Provision (Avail.w/6.8L engine or 6,7L Power Stroke®Diesel engine;6.7L Power 62R 0 0 0 Stroke®Diesel engine includes Transmission mounted live drive and stationary mode PTO.) Engine Idle Shutdown(avail.w16.7L Power 63T 0 0 — Stroke®Diesel engine only) Operator Commanded Regeneration(OCR) 98R 0 0 — (req.6.7L Power Stroke®Diesel engine) Alt Dual Alternators(req.6.7L Power Stroke® 67A 0 0 0 Diesel engine;total of 357 Amp) Extra Heavy-Duty Alternator(200 Amp;Opt. XL/XLT w16.2L engine;required on XL/XLT 67D O O S wi6.7L Power Strake®Diesel engine;NA wi67A Dual Alternators or 6.8L engine) F kaLliakt 8 allon Mid Ship(NA w/189"WB Regular Cabs&200"WE Crew Cabs equipped 65M O 0 0 wigas engines;standard on F-350 SRW w/68D Payload Downgrade Pkg.) Dual Diesel-combines 40 gallon aft-of-axle &28 gallon mid ship tank(NA w/SYNO®; 65C 0 0 — req.DRW;XL req.96V XL Value Pkg.or 585 Radio on XL Fleet units) • 1=Regular Cab only,2-SuperCab only.3=Crew Cab only S=Standard.0=Optional,P=Packaged Option * =New for this model year F=Fleet Only Dption -10- Ford Division QUICK REFERENCE:WARRANTY COVERAGE This chart gives a general summary or your warranty coverage provided by Ford Motor Company under the New Vehicle Limited Warranty. Please refer to the description of warranty coverage for more specific information. For each type of coverage,the chart shows two measures: • rears in service • miles driven Your New Vehicle Limited Warranty COVERAF YEARS NI GE SERVICE MILES DRIVEN BUMPER TO DUMPER MEOio PGWFATRAl15fbDA00 SAFETY RESTRAINT SYSTEM MO COMMON(PoAmetbncny) SNNLIMfED PDWERSTRONE DIESEL ENGINE WOOL= The measure that occurs first determines how long your coverage lasts- 'or example:Your Bumper to Bumper Coverage lasts for three years- unless you drive more than 35,000 miles before three years elapse. In that rase,your coverage ends at 35,000 mules. For more details err coverage.see: •• What iet Covered?(pages 8-13) What is Not Covered?(pages 13-15) WHAT IS COVERED? Your NEW vEifiCLE LIMITED WARRANTY gives you specific legal rights.You may have other rights that vary from state to state. tinder your New Vehicle Limited Warranty if: -your Ford vehicle is properly operated and maintained,and 8 H.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON:CITY OF OMAHA 19,500 GVW Chassis Cab with CNG Prep Package RETURN BIDS TO: Published: July23,2014 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN TIE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS 820,800 OR MORE, Omaha,Nebraska 66183-0011 NOT AN ORDER Bid Opening Time&Date 11:00 a.m.CST an Wednesday,August 06,2014 IMPORTANT 1. Bid must be in the office of the CITY CLERK 1819 Farnam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. OMAHA-OOUGLAS CIVIC CENTER.Omaha,NE 68183-0011 Exemption certificates wit be furnished. Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked BID ON:CITY OF OMAHA 19,500 GVW Chassis Cab with CNG Rep Package 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified chock must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make suggestions covering reduction in costs wherever Ibis is possible through FAILURE TO OD 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 at bids in her entirety and the bidders shot 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from as mailing list TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTEO ARE AVAILABLE ON THE ODUGLAS COUNTY WEBSITE AT 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(19,500 GVW)with CNG Prep 1 each Package per the attached eight(8)pages of specifications dated June 2014. Make/Model: c(.5 —!� -d lit' 's5:7 t " BID: $ $ 37 (5%Bid Bond is to be based upon this amount,if over S20,000.00) 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 Fans at(402)680-0827 REQUIREMENT$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 cashiers 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 fie 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 Rignts& Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: i s- ''`] `.. orporated In: 2: Delivery(a completion) Name: ; U . .4'r i� (Signature: !"zx f ` calendar days following Title: '. jc.t.. Phme: •, H� — r- Fax: award Address:305 5- . dot r5l (;re1-n //C 4V) 7 Street/P.O.Box City State Zip Email Address: 1` La.t ' , , DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 19,500 GVW Chassis Cab with CNG Prep Package NOT AN ORDER Page 2 DESCRIPTION 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 BY C • Title y - CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 19,500 GVW Chassis Cab with CNG Prep Package 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. SIGN ALL COPIES Firm ) ?' � , ,>-••• • BY r e11P: Title !t•lee*. if:-,‘-4y, • CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 19,500 GVW Chassis Cab with CNG Prep Package NOT AN ORDER Page 4 DESCRIPTION Equal Employment Opportunity: in accordance with the Nebraska Fair Employment Practice Act,Neb. Rev.Slat. §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.ug. 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. Al • SIGN ALL COPIES Firm BY f o, iC II Pc k.. Title r,4- ✓r; ..tip:. CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 '...:10?.. 1 4 ys. `� w I. Regulation: v�R'!•u 1.ro 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-I form will make your bid null and void. 2. Filing this Report{please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. • '�. Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of `-' Employee law(Neb.Rev.Stat.Section 48-290 i et seq.). L �1 Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. _.i z' 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-I. Signature Date By signing,I verify on ht-Ital f of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 tine 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 d meets rall specificationsc[ :h s set fo in the bid. '�s`�'Name(print) '� kll {� Signed Title Z° Q..CZ The equipment offered meets all specifications with the following exceptions: (i.o. QCWer- (Use separate attached sheet if more room is needed.) . 4 `rrc ��� :1.t 1vt=rc6o3 i re-?"''re Lin i"`�'`� POvd¢r QAk:-,p.-404 r "JQ for q.ti Qor Jn Pt _ 6 t Y /y 5(�Sl�! Q�� k,:1_ `,•„.c(_wdQ ._ epwcr. ,,,;.,...pP'e7ws) pt .,ucr- e_frs/ K. .te IS Y l 6Z Evs e_ w`:Ll be 6.5J.- 68-. D:') AM- o 64 s 2;Y.6'71.e.- Or2. d> © 101.reS w:“ bp_. 4�JL,ir II er.oY 40.- 44.. �( �X7 4 0 .� QJs.t�+ble bes -( Cv.s:.. CD.,,e5 u..i-k.- 0.1e- biter AV - -.- (31 1eT � • S CJ• `���•� C e I rec�td.r: y ��c Q V -Fr...e- }- be T.e- Lie s 16r.,y4.. 4a (sI S Failure to list exceptions may be use for equipment to be reject at time of delivery Name(print) .J�' k Signed � Title pee) {Nl -a.r 4 June 2014 SPECIFICATIONS FOR TRUCK CHASSIS WITH REGULAR CAB 4x4 DUAL REAR WHEELS 19,000 GVW GENERAL: The vehicle to be the latest current model of standard design manufactured, complete with all standard equipment,tools and warranty. Vehicle to have CNG gaseous prep package. Bidders are to supply full description and descriptive materials on unit bid with the proposal. Truck must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. Meet Specification-Please indicate-(if other explain on comment line). Yes No Other 1. GVW RATING PLATE ,.-_ A. Not less than 19,000 pounds. State GV W R__.'7.> B. Pay load shall he a minimum of 11,000 lbs. Other or Comment Yes No Other 2. CAB A. Fully enclosed safety type regular cab with front seat and key locks on front doors.No Low Cab Forward or Tilt Cabs. B. Safety glass all around. C. Interior finished to exclude excessive noise and weather. D. Full width 40/20/40 seat and back must be manufacturers heavy duty,maximum depth foam rubber and vinyl covered. E. Floor coverings will be rubber-matting type. F. Head restraints or high backs for outboard seats. G. Insulated headliner. H. Dual sun visor. I. Seat belts to be State ofNebraska approved for three people in front. J. "1'o have fresh air hot water heater with dual defrosters. K. To have driver/passenger side air bags. �.� L. To have air conditioning. M. To have interior roof mounted courtesy light. N. To have Vinyl 40/20/40 split bench seat. Other or Comment 2014 19000 CNG Truck Chassis Cab Dual Rear Wheels CNG Prep Page 1 of 8 Yes No Other 3. COLOR A. Cab,body and fenders will be standard White. B. A II paint will be base coat/clear coat acrylic,activator- hardened acrylic or polyurethane type. Other or Comment Yes No Other 4. MIRROR A. Rear vision mirror inside of cab,day/night selector type. B. Two outside rear vision mirrors,right and left,adjustable. To be heated telescoping trailer tow mirrors. Other or Comment e t -r i Yes No Other 5. FRAME y A. Cah to axle,shall be 84 inches. B. Wheel base to be 162"to 167". Other or Comment Yes No Other 6. FENDERS AND BUMPERS A. Manufacturer's standard fenders front. B. Manufacturer's front bumper. Other or Comment Yes No Other 7. CNG SYSTEM A. Unit to have gaseous prep package for retro fit to a dedicated CNG system after delivery. Other or Comment Yes No Other 8. LIGHTS A. Halogen high/low beam headlights:parking,dome, tail, back-up and stop lights to be LED type if available. B. To have electric hack up alarm. Other or Comment 2014 19000 CNG Truck Chassis Cab Dual Rear Wheels CNG Prep Page 2 of 8 Yes No Other 9. CONTROLS AND INSTRUMENTS _ A. Key locking ignition switch. 13. Head,parking and dome light switches. Headlight beam control. C. Speedometer,Fuel Gauge. D. Voltmeter or ammeter,oil pressure gauge,engine temperature gauge and transmission temperature gauge to be needle type if available. E. High beam indicator light,flashing turn-indicator light,traffic hazard switch, in cab hood release. F. Two sets of keys required per vehicle. If keys are chip or security type a total of 3 keys must be included. G. To have standard horn. H. To have dual power outlets. I. To have standard AM-FM radio. J. To have 4 upfitter switches located at center of dash. Other or Comment Yes No Other 10. WINDSHIELD WIPERS A. Dual, intermittent,2-speed electric,windshield wipers with dual windshield washer;all factory installed. Other or Comment Yes No Other 11. STEERING A. Manufacturer's recommended power steering. Other or Comment Yes No Other 12. ENGINE A. Minimum 6.5 liter gaseous engine to have a minimum of 300 horsepower with 450 lbs.of torque. B. Gaseous prep package C. Engine oil cooler. D. To have a 120 volt engine coolant heater. Other or Comment Yes No Other 13. AIR CLEANER -l' A. Replaceable paper type element. 2014 19000 CNG Truck Chassis Cab Dual Rear Wheels CNG Prep Page 3 of 8 Other or Comment Yes No Other 14. BATTERY A. Twelve-volt battery must deliver a total of at least 725 cold cranking amps. Other or Comment Ycs No Other 15. ALTERNATOR A. 12 volt 175 amperes minimum. Other or Comment Yes No Other 16. OIL FILTER A. Full flow with throwaway type element. Other or Comment Yes No Other 17. COOLING A. Manufacturer's heaviest duty,cooling capacity system must be furnished. B. Coolant recovery system required. C. Ethylene glycol-base antifreeze protection to-35 degrees below zero Fahrenheit for all trucks delivered,if GM model to have long life type. Other or Comment Yes No Other 18. TRANSMISSION/TRANSFER CASE A. Automatic with PTO provision. B. Auxiliary transmission oil cooler. C. Dash Transmission temperature gauge. D. Electronic Shift-On-thc-Fly Transfer Case 4-Wheel-Drive system with auto/manual locking hubs Other or Comment Yes No Other 19. SHOCK ABSORBERS A. Double acting front and rear,heaviest duty of manufacturer is required. Other or Comment 2014 19000 CNG Truck Chassis Cab Dual Rear Wheels CNG Prep Page 4 of 8 Yes No Other 20. AXLES AND SPRINGS A. Manufacturer's independent front suspension and single speed,rear axle required. B. Spring sizes required to meet minimum GVWR for 19,000. C. Front stabilizer bar is required. D. Must show axle and spring GVW on door sticker. E. Rear axle to be 13,500 pound minimum with"Limited Slip"and multi-leaf spring. F. Must have leaf type auxiliary rear spring. Auxiliary springs arc not to be considered part of progressive type main springs. G. Front axle to be 7000 lbs.minimum Other or Comment Yes No Other 21. FRAME A. To be Heavy Duty for 19,000 GVW. Other or Comment Yes No Other 22. BRAKES A. Standard 4-wheel disc, front and rear. B. Parking brake on rear wheels or drive line. C. All brakes to be ABS. Other or Comment Yes No Other 23. EXHAUST A. Stainless steel. Other or Comment Yes No Other 24. WHEELS A. Rear wheels Minimum 19.5"x 6" _ B. Front wheels minimum 19.5"x 6" Other or Comment 2014 19000 CNG'fruck Chassis Cab Dual Rear Wheels CNG Prep Page 5 of 8 Yes No Other 25. TIRES A. Steel belted radial,tubeless,all season,minimum LT225/70R X 19.5 F all season, front,rear. t— B. Tires to comply with manufacturer's GVWR.and be manufacturer's standard equipment. C. Tires to be manufacturer's standard equipment by Goodyear, BF Goodrich,Bridgestone,Firestone,Michelin,General or Continental and must carry said company name. D. One mounted spare tirc and rim. Other or Comment Yes No Other 26. TOOLS A. Manufacturer's standard equipment jack to comply with GVWR;wheel lug wrench. Other or Comment _ Yes No Other 27. TOW PACKAGE T _ A. Unit shall have integrated trailer brake controller included B. Hitch package to include: 1. Wire harness with 7-Way Flat Blade 2. Super or external cooling 3. Auxiliary auto trans cooler , -- 4. Min 200 Amp Alternator - nF,r - 5. Heavy duty batteries 6. 4.88 Rear axle (Note:this unit will use a pintle hook for towing equipment) 2014 19000 CNG Truck Chassis Cab Dual Rear Wheels CNG Prep Page 6 of 8 Yes No Other 29. MANUALS A. Operators manuals must be furnished and accompany unit delivered. �._ 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 _ E C. The following books and manuals will be required One(I)-Complete parts books or on CD/DVD. One(1)-Service/maintenance manuals on all components of unit or on CD/DVD. One(I)-Engine Emissions Diagnostic Testing manuals or on CD/DVD Other or Comment Yes No Other 30. 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 31. DELIVERY b A. Unit to be delivered to the ET! Equipment 341 NW l22'd Street,Oklahoma City,OK 73114,fully Serviced to recommended new vehicle specifications. The City of Omaha area,the City will Not be responsible for any cost from the delivery of vehicle. Ship thru code Equipment Technology 88RT87 Bidder shall state delivery time with bid. Bid will not be considered if not listed. Other or Comment 2014 19000 CNG Truck Chassis Cab Dual Rear Wheels CNG Prep Page 8 of8 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Traffic Engineering Division would like to purchase a 19,50Q.GVW F550 truck chassis and cab and, WHEREAS, bids were solicited for opening on August 6, 2014 and 'no bids were received; and, WHEREAS, a bid quote was obtained and accepted from Sid Dillon in the amount of $37,300.00 for the purchase of a 19,500 GVW F550 truck chassis and cab. WHEREAS, the Purchasing Agent be authorized to issue a Purchase Order to Sid Dillon for this purchase. 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 Sid Dillon for the purchase of a 19,500 GVW F550 truck chassis and cab to be utilized by the Traffic Maintenance Division in the amount of$37,300.00; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Barricades Organization 116181, year 2014 expenditures. 254814scp APPROVED AS TO FORM: 7 F, CITY ATTORNEY DATE 44A1Vikl- By Councilmember Adopted � — 9 2014 9k/ix City Clerk Approv Mayor NO. . ) Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Sid Dillon for the purchase of a 19,500 GVW F550 truck chassis and cab to be utilized by the Traffic Maintenance Division in the amount of $37,300.00; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Barricades Organization 116181, year 2014 expenditures. 254814Ascp r, V Presented to City Council SEP - 9 2014 Adopted '7_ 6;. gaiter grown City Clerk