Loading...
RES 2014-0741 - PO to Wicks Trucks Inc for bridge inspection vehicle OMAH^'NF 4LATIP- Public Works Department z�1�v�r r , Omaha/Douglas Civic Center t4,01 ,,� June 17, 2014 1819 barnam Street,Suite 601 o® �L Omaha,Nebraska 68183-0601 �,00ry (402)444-5220 4pED FEW* Pax(402)444-5248 City of Omaha Robert G. Stubbe,P.E. Jean Stothert,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Wicks Trucks, Inc. based on RFPs received on April 30, 2014 for the purchase of a bridge inspection vehicle in the total amount of$446,778.00 as detailed in the attached communication to be utilized by the Construction Division. 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 this purchase from the Street and Highway Allocation Fund 12131, Bridge Maintenance Organization 116164, year 2014 expenditures. The Public Works Department recommends the acceptance of the bid from Wicks Trucks, Inc. in the amount of$446,778.00 and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: 6 -3 y Le/coo," Robert G. Stubbe, P.E. Date Mayor's Office Date t Public Works Director Approved as to Funding: Approved: 6/4/X ''---fdteti2rifri_k)LILL"— (C/1C lies( �� Stephe B. Curtiss Date Human Rights and Relations Date Finance Director Department 249514scp 5/30/2014 Enterprise Mail-Re:Fwd:Paxton-Mitchell Company Re: Fwd: Paxton-Mitchell Company Marc McCoy (VMF) <marc.mccoy@ci.omaha.ne.us> Fri, May 30, 2014 at 10:04 AM To: "Sue Preiner, (PWks)" <sue.preiner@ci.omaha.ne.us> I just found out the bid was actually submitted by Wicks Trucks for Paxton Mitchell On May 30, 2014 7:51 AM, "Sue Preiner (PWks)" <sue.preiner@ci.omaha.ne.us> wrote: Please fill out the attache Contract Compliance Report (CC-1) and return it asap to facilitate the purchase of a bridge inspection vehicle from your company. Thank you. Sue Preiner 402-444-5347 -------- Forwarded message ------- From: Maria Partida (HRel) <maria.partida@ci.omaha.no.us> Date: Thu, May 29, 2014 at 3:48 PM Subject: Re: Paxton-Mitchell Company To: "Sue Preiner(PWks)" <sue.preiner@ci.omaha.ne.us> It is expired. Thanks On Thu, May 29, 2014 at 3:42 PM, Sue Preiner (PWks) <sue.preiner@ci.omaha.ne.us> wrote: Do they have a CC-1 on file? Thanks, Maria Partida Contract Compliance Investigator City of Omaha Human Rights and Relations 1819 Farnam Street, Ste. 502 Omaha, NE 68183 https://mail.g oog I e.com/mail/u/0/?ui=28d k=3f9035d9a8&i ew=pt&search=i nbox&th=1464da8dfl f22825&si ml=1464da8df1 f22825 1/2 5/30/2014 Enterprise Mail-Re:Fwd:Paxton-Mitchell Company Phone: 402.444.5053 Fax: 402.444.5058 mpartida@ci.omahane.us https://mail.g oog le.com/mai I/u/0/?ui=2&ilr3f9035d9a8&Hew=pt&search=i nbox&th=1464da8df1f22825&sin=1464da8df1 f22825 2/2 6/6/2014 Enterprise Mail-Bridge Snooper Bridge Snooper Marc McCoy (VMF) <marc.mccoy@ci.omaha.ne.us> Thu, May 29, 2014 at 3:35 PM To: "Sue Preiner (PWks)" <sue.preiner@ci.omaha.ne.us>, "Harry Owen (PWks)" <harry.owen@ci.omaha.ne.us>, "Lisa A. Andersen (Prch)" <laandersen@douglascounty-ne.gov>, "Mr. Steve Fans" <Steve.Faris@ci.omaha.ne.us>, "Joe Nissen (VMF)" <joe.nissen@ci.omaha.ne.us>, "Todd Pfitzer(PWKs)" <todd.pfitzer@ci.omaha.ne.us> Sue,please generate a Council resolution for the purchase of one(1)Bridge Inspection Vehicle in accordance with the RFP that was opened April 30th,2014. Paxton-Mitchell Company submitted the lowest proposal. Bridge Inspection Vehicle Quantity Description Unit Price 1 Bridge Inspection Vehicle $45,281.00 1 DD13 Engine upgrade $6,495.00 Trade-in value of existing 1 Snooper $75,000.00 Total $446,778.00 Harry Owens will submit a requisition for the purchase. Attached is the RFP and proposal. The contact person for this bid is: Mark Pfeffer General Manager Paxton-Mitchell Company 108 S. 12th Street Blair, NE 68008 Thank you, Marc McCoy https://maiI.google.corrdmaiI/u/O/?ui=2&iIr3f9035d9a8&vie r=pt&q=marc.mccoy%40ci.Omaha.ne.us&qs=true&search=query&th=14649b255d4dc6ea&sim1=1464... 1/2 6/6/2014 Enterprise Mail-Bridge Snooper Equipment Services Manager City of Omaha Fleet Management 2606 N. 26th Street Omaha, Nebraska 68111 (402) 444-6191 Office (402) 444-6339 Fax 2 attachments i Bridge Snooper RFP.pdf 1364K RFP Bridge Inspection Vehicle_Tab.pdf 5K https://mai I.g oog I e.corrdmai 1/u/0/?ui=2&i Ir 3f9035d9a8&vieNr-pt&q=marc.mccoy%40ci.omaha.ne.us&q s=true&search=q uery&th=14649b255d4dc6ea&si ml=1464... 2/2 Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA RFP - Bridge Inspection Vehicle Aspen Wick's Equipment Trucks, Inc. Date of Opening Page 1 April 30, 2014 Department As Read in Bid Committee Public Works Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE PRICE PRICE PRICE PRICE PRICE RFP- Bridge Inspection Vehicle PROPOSAL RECEIVED: Yes Yes ADDENDUM#1 ACKNOWLEDGED Yes Yes SUBMITTAL REQUIREMENTS: 1 Original 6 Copies 2 Electronic DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA NEBR 68183 PHONE (402)444-4954 FAX(402)444-4992 " - ;;> 7;f .;7GLE :( April 10, 2014 0 2014 1,iFes.' Jt:5445 NOTICE TO BIDDERS: r'`''`d to r'ufc;,asin;fA,. ,•;t Request for Proposal Bridge Inspection Vehicle for the City of Omaha Bid Opening Date: Wednesday, April 30, 2014, at 11:00 a.m. CST ADDENDUM NO. 1: This addendum includes answers to written questions per the attached two(2) pages. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND • RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. ()6z-C2_- tea' Eric J. Carlson, Pur asing Agent, Douglas County Purchasing Department • I4hS ,/f�11� 'rW4 Name fF'm Y Title ADDENDUM#1 Questions and Answers RFP: Bridge Inspection Vehicle for the City of Omaha On page 7, it states that the Aspen A-52 is an acceptable unit to bid. However, on page 8, item 7, it also states"The bridge inspection truck must be able to reach back underneath the bridge at least 57'-0" (halfway under a 6-lane bridge with wide sidewalk and island)." The Aspen A-52 reaches 53',short of the 57' requirement. Is this acceptable or do you request a larger unit be bid, similar to the Aspen Model A-62? I would suggest that they bid the A-52 and note in the specifications that it will not fully meet the reach requirement. State what it will meet. If the supplier wants to provide the specifications for both an A-52 and an A-62,they are welcome to do so (in separate submittals). We will look at both and make the decision based on what is best for the City. We are a little confused by the line request for proposal to solicit proposals, our question is: is this a request for a bid or are you all just considering going out for a proposal? We are asking for a proposal,with a firm cost to us to purchase the vehicle in the proposal. Since the vehicles are so different from one manufacturer to another,we will individually evaluate the proposals to decide which one to buy. Do you feel alternatives to the 2 models listed in the specification would be given detailed consideration? All alternatives offered will be given equal consideration. Does the City of Omaha have a truck manufacturer that they prefer? We like to mount our equipment on chassis that the customer prefers as they usually have a good working relationship with that manufacturer for any truck chassis warranty claims. The City does not have a truck chassis manufacturer preference. We do require that the manufacturer have an existing maintenance facility within 50 miles of 5225 Dayton St., Omaha, NE. No consideration will be given to a vehicle that does not have a maintenance facility nearby. Do you have an idea of when you are looking to receive the unit after releasing the purchase order? Page 1 of 2 We would like to have the vehicle as soon as possible after a purchase order is received. However, we know that the available manufacturers are relatively small and there may be other orders ahead of us. We asked on the proposal what the delivery time will be after a purchase order is received. That will be one of the factors in the decision on which vehicle to buy. Can the city list specific bridges where the required reaches and dimensions are outlined? We have over 90 bridges that we inspect right now. We do not have a list of required truck dimensions on each of them. Are the sidewalks mentioned located on both sides of the structure or just one? In addition, every time a bridge is rebuilt or replaced, the sidewalks are widened. The sidewalks on new bridges are on both sides. Are the reaches requested meant to be concurrent or maximums? The reach is Concurrent. If a unit cannot fully make the reaches requested, but it is close, the supplier can submit it with the places it cannot fully meet the specs clearly labeled. As long as it is close, a proposal that will not fully and completely meet all specs that were requested will be considered. Since the unit is not designed to be used for power line work, is the requirement for buckets or cages to be electrically isolated from the chassis necessary? This is only typically found on trucks with insulated (fiberglass) booms used for power line work. Would a fiberglass basket mounted at the end of a metal boom meet the intent of this item? A fiberglass basked mounted at the end of a metal boom will meet the intent of this item. Can one company submit more than one offer? One company can submit more than one offer. Page 2 of 2 REQUEST FOR PROPOSAL TITLE RELEASE DATE Bridge Inspection Vehicle for the City of Omaha Wednesday,March 26, 2014 OPENING DATE AND TIME PROCUREMENT CONTACT Wednesday,Apr11 30,2014 at 11:00 AM CST Eric Carlson,Purchasing Agent On behalf of the City of Omaha's Public Works Department, the Douglas County Purchasing Agent is issuing this Request for Proposal to solicit proposals from qualified comp a n i es to replace the existing Snooper truck used to inspect bridges (Snooper truck). The existing Snooper truck is too small to reach over the sides of bridges that have been built in recent years. The newer bridges have wide sidewalks and high fences on the side. The new bridge inspection vehicle must clear the newer bridges and be able to inspect the underside of the bridges while the truck chassis is parked on top of the bridge deck. The existing Snooper truck is a Paxton-Mitchell four-arm, Mark II, Model 4400 built in 1991. It is mounted on an International/Navistar Model 2554 6x4 chassis. Written questions are due no later than 4:00 p.m. CDST, Wednesday, April 9, 2014, and should be sent to Eric Carlson, Purchasing Agent at eric.carlson(a)doualascounty-ne.gov Questions should be plainly labeled "Questions for Bridge Inspection Vehicle for the City of Omaha". The response to questions or any other clarifications will be provided solely through addendum posted on the Douglas County Purchasing Department's web site www.douglascountypurchasing.org by approximately 4:00pm,Wednesday, April 16,2014 NOTE SCHEDULE OF EVENTS IN RFP FOR ACTIVITY DATES AND TIMES. SUBMITTAL REQUIREMENTS: 1. A letter of interest in the project is not to exceed one(1)page of 8-1/2" x 11"paper. The letter is to include a contact person at the manufacturer who will be able to answer any questions that the selection committee may have. The letter must also include the cost and delivery information listed below. 2. The actual proposal, including the list of specifications listed in the scope of this REP is to be limited to twelve(12)pages of 8-1/2"x 11"paper, single sided. 3. The organizational chart of your firm can be provided on a single 11" x 17"sheet of paper. The chart shall indicate key personnel responsible for completing this project. 4. A list of similar vehicles provided within the last three (3) years may be included on two (2) pages of 8-1/2"x 11"paper, single sided. 5. One (1) original, six (6) hardcopies and two (2) electronic copies (CD/flash drive) of the proposals are to be received by 11:00 a.m., Wednesday, April 30, 2014, at the location denoted below. 6. Proposals, including CD/flash drive, must be submitted and received in the Omaha City Clerk's Office by the proposal opening date and time. All attachments and addenda must be completed and returned with proposal. 1 • HY a:a pal ap.1 ' 19vsolpigialIM COAIMIIY 108 SOUTH 12 TH STREET•BL4IR,NEBRASKA 68008 402.426.3131 •402.42633116772 fax www.paxton-mitchell.com 4-24-14 • List of recent Snooper Owners: 2014 Clark Machinery, Little Rock Arkansas for Arkansas State Highway and Transportation Department(4 units)—series 240-P 2013-North Texas State Tollway Authority, Piano, TX—Series 140-P 2012-URS Federal Technical Services(Leased to Kennedy Space Center), Orlando, FL— Series 140-C 2011—John W. Brawner Contracting, Baltimore, MD—Series 260-B (also owns another 260-B, several Series 140 units, and currently has on order a Series 240-C) PAXTON-MITCHELL COMPANY ORGANIZATIONAL CHART FOR COMPLETING CITY OF OMAHA SNOOPER BUILD AI Campbell President I Mark Pfeffer, Bruce Flint,Dir.of General Manager Engineering Robin Larson, Jay Qualheim,Shop Purchasing,Admin. Sales, Marketing Electronics Shop Super. Welding/ Shipping& ."` Fabrication Shop Receiving Machine Shop Assembly Shop Paint Shop PROPOSALS MUST MEET THE FOLLOWING REQUIREMENTS TO BE CONSIDERED VALID. PROPOSALS WILL BE REJECTED IF NOT IN COMPLIANCE WITH THESE REQUIREMENTS. 1. Proposals must be received in: Office of the Omaha Clerk 1819 Farnam Street,LC1 Omaha,Nebraska 68183 by the date and time of the proposal opening indicated above. No late proposals will be accepted. No faxed or emailed proposals will be accepted. 2. Proposals must meet all specifications, terms and conditions of this Request for Proposal (RFP). 3. The Contractor's proposal MUST be manually signed, in ink, and returned by the proposal opening date and time along with any other requirements as specified in the RFP in order to be considered for an award. 4. Proposals must be in a sealed envelope/container and marked "Bridge Inspection Vehicle for the City of Omaha." Container(s) utilized for original documents must be clearly marked ORIGINAL DOCUMENTS. 5. A proposal may not be altered after opening. The proposal must stay in effect throughout the term of the contract. 2 I. STANDARD CONDITIONS AND TERMS SCOPE: These standard conditions and terms of the Request for Proposal (RFP) and acceptance apply in like force to this inquiry and to any subsequent contract resulting there from. SPECIFICATIONS: Contractors must submit a proposal in accordance with the terms and conditions in this Request for Proposal. ALTERNATE TERMS AND CONDITIONS: The City of Omaha(CITY), at its sole discretion, may entertain alternative terms and conditions which deviate from the Request for Proposal Requirements. Alternative terms and conditions may be considered if overall contract performance would be improved but not compromised, and if they are in the best interest of the CITY. Alternative terms and conditions must be submitted with the proposal and must be clearly identified and detailed in such a way that allows such deviations to be fully evaluated. Alternative terms and conditions are discouraged and unless explicitly accepted by the CITY, are deemed to be rejected. INSURANCE: Unless otherwise specified, for CITY projects where the scope of work will be less than$200,000, the following levels of insurance will be required: The successful Contractor shall provide a certificate of insurance indicating (1) adequate workers' compensation (statutory); (2) commercial liability in an amount not less than$250,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount not less than$5,000,000 where more than one person is involved in any one accident; and (3) property damage insurance in an amount not less than $500,000; and naming the City of Omaha as an additional insured for the term of the agreement. Unless otherwise specified, for CITY projects where the scope of work will exceed $200,000, the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating (1) adequate workers' compensation(statutory); (2) commercial liability in an amount not less than $1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount not less than$5,000,000 where more than one person is involved in any one accident; and (3) property damage insurance in an amount not less than$500,000; and naming the City of Omaha as an additional insured. APPLICABLE LAWS: Parties to this Proposal shall conform with all existing and applicable city ordinances, resolutions, state laws, federal laws, and existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Proposal. INTEREST OF THE CITY: Pursuant to Section 8.05 of the Home Rule Charter, no elected official or any officer or employee of the City shall have a fmancial interest, direct or indirect, in any City Proposal. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the Proposal voidable by the Mayor or Council. Interest of the Provider. The Provider covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict with the performance of services 3 required to be performed under this Proposal; he further covenants that in the performance of this Proposal, no person having any such interest shall be employed. MERGER: This Proposal shall not be merged into any other oral or written Proposal, lease or deed of any type. This is the complete and full agreement of the parties. MODIFICATION: This Proposal contains the entire Proposal of the parties. No representations were made or relied upon by either party other than those that are expressly set forth herein. No agent, employee or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. ASSIGNMENT: The Provider may not assign its rights under this Proposal without the express prior written consent of the City. STRICT COMPLIANCE: All provisions of this Proposal and each and every document that shall be attached shall be strictly complied with as written, and no substitution or change shall be made except upon written direction from authorized representative. AWARD: All purchases, leases, or contracts which are based on competitive proposals will be awarded according to the provisions in the Request for Proposal. The CITY reserves the right to reject any or all proposals, wholly or in part, or to award to multiple Contractors in whole or in part. The CITY reserves the right to waive any deviations or errors that are not material, do not invalidate the legitimacy of the proposal, and do not improve the Contractor's competitive position. All awards will be made in a manner deemed in the best interest of the CITY. NON-DISCRIMINATION: Contractor shall not, in the performance of this Agreement, discriminate or permit discrimination in violation of federal or state laws or local ordinances because of race, color, sex, age, or disability as recognized under 42 USCS 12101 et. seq. and Omaha Municipal Code 13-89,political or religious opinions, affiliations or national origin. DRUG POLICY: Contractor certifies that Contractor maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by the CITY. 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 Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 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: 4 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. 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 Contract/Proposal Compliance Ordinance No.35344, Section 10-192 Equal Employment Opportunity Clause During the performance of this proposal,the Contractor agrees as follows: I) The Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, sexual orientation, gender identity, disability, or national origin. The Contractor shall ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, sexual orientation, gender identity, or national origin. As used herein, the word "treated" shall mean and include, without limitation, the following: recruited, whether by advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The Contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, sexual orientation, gender identity,or national origin, age, disability. 3) The Contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the Contractor's commitments under the Equal Employment Opportunity Clause of the City and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4) The Contractor shall furnish to the human rights and relations director all Federal forms containing the information and reports required by the Federal government for Federal contracts under Federal rules and regulations, and including the information required by Sections 10-192 to 10-194, inclusive, and shall permit reasonable access to his records. Records accessible to the human rights and 5 relations director shall be those which are related to Paragraphs (1) through (7) of this subsection and only after reasonable notice is given the Contractor. The purpose for this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5) The Contractor shall take such actions with respect to any subcontractor as the City may direct as a means of enforcing the provisions of Paragraphs (1) through (7) herein, including penalties and sanctions for noncompliance; however, in the event the Contractor becomes involved in or is threatened with litigation as the result of such directions by the City, the City will enter into such litigation as necessary to protect the interests of the City and to effectuate the provisions of this division; and in the case of contracts receiving Federal assistance, the Contractor or the City may request the United States to enter into such litigation to protect the interests of the United States. 6) The Contractor shall file and shall cause his subcontractors, if any, to file compliance reports with the Contractor in the same form and to the same extent as required by the Federal government for Federal contracts under Federal rules and regulations. Such compliance reports shall be filed with the human rights and relations director. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the Contractor and his subcontractors. 7) The Contractor shall include the provisions of Paragraphs (1) through (7) of this Section, "Equal Employment Opportunity Clause", and Section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. 6 II.SCOPE OF THE REQUEST FOR PROPOSAL A. SCOPE The Douglas County Purchasing Department, on behalf of the Omaha Public Works Department (CITY) is interested in receiving proposals from qualified vendors for a Bridge Inspection Vehicle (Snooper truck)for the City of Omaha. The purpose of this Request for Proposal (RFP) is to replace the existing Snooper truck used to inspect bridges. This includes the possibility of trade-in for the existing vehicle. The Contractor will be responsible for all requirements and successful performance of this contract. B. VEHICLE SPECIFICATIONS 1. Any company submitting a proposal must have an active repair facility for the bridge inspection vehicle within 50 miles of 5225 Dayton St., Omaha, NE. The truck chassis manufacturer must also have a repair facility within 50 miles. The bridge inspection vehicle manufacturer is to include in their cost the following visits: a. Include in the proposal the cost for two (2) trips by three people from Omaha to the manufacturer's plant. One visit is to be a pre-build conference and one is intended to be a pre-delivery inspection. Transportation for any distance over 200 miles is to be by commercial air travel. b. The inspection vehicle manufacturer must include in the proposal two (2)visits by their personnel to 5225 Dayton St. in Omaha after delivery. One will be at least a six-hour training course for the bridge inspectors immediately after delivery. The other will be a future four-hour on-site visit to work out any problems experienced after the first six months of use. 2. The proposal is to be signed and submitted by a representative of the manufacturer who is licensed in the State of Nebraska. The representative shall hold a valid Nebraska Dealers License and shall be authorized to sell and transfer ownership papers within the State of Nebraska. If a proposal is selected,the manufacturer shall supply all documents to properly license the inspection vehicle in the State of Nebraska are to be provided upon delivery. 3. It is preferable for the bridge inspection truck manufacturer to take the existing bridge inspection vehicle in on trade. It can be inspected at the address listed above. If so, the trade-in value is to be included in the proposal. 4. The new bridge inspection vehicle is expected to be a Paxton-Mitchell Model 260B, an Aspen Model A-52, or a similar equal. It is expected that there will be at least 4 boom sections, at least one telescoping boom, at least two rotating turrets, and suitable counterweights, but other configurations can be considered. 5. The manufacturer is to provide a complete operating unit. A complete operating unit is expected to include (but not limited to), the truck chassis, a flatbed body, the aerial device (the bridge inspection unit), the hydraulic system, and all necessary equipment, safety devices, components, accessories, or options required to furnish a unit ready for operation when it is received. The vehicle is to be delivered under its own power. It is not to be shipped by rail,truck, 7 or any other method of shipment. The vehicle is to be designed to meet all applicable Federal, State, and Industry standards. 6. The supplier is to submit a full set of specifications of the bridge inspection unit, the truck chassis, major components, accessories, and other features for review by the Bridge Section and Vehicle Maintenance personnel of the City of Omaha. The truck chassis information must list GVWR, frame type (strength of material, section modulus, RBM) engine displacement (also horsepower and torque), transmission type, etc. After submittal, the personnel will review the proposal and may request changes or clarifications from any or all of the submitters. Although cost is important, the selection committee will NOT make the purchase decision on the lowest price alone. The decision will be based on the most value for the City. If none of the proposals are deemed acceptable,the City can reject all of them without penalty. 7. The bridge inspection truck must be able to reach over an 8' tall fence on the outside edge of a bridge. It must be able to reach across a 10' clear(inside measurement) sidewalk. That sidewalk is a total of 11'-6" from the outrigger(or truck tire if an outrigger is not used) to the outside edge of the bridge deck. The bridge inspection truck must be able to reach back underneath the bridge at least 57'-0" (halfway under a 6-lane bridge with wide sidewalk and island). The second boom shall extend at least 22'-0"below hydraulic knuckle of the first boom. The bridge inspection truck must be able to slowly move forward or backward with the boom extended. 8. The gross weight, individual axle loads, and axle distances are to meet the legal requirements for Federal(FHWA)Interstate bridge limits. Axle limits are NOT to exceed those limits under any circumstance. 9. The maximum length of the bridge inspection truck is to be 41'-6"long and 13'-6"high when folded. The width is to be no more than 8'-6"when traveling and no more than 11'-6"wide when the outriggers(if used) are extended. 10. Truck chassis specifications: a. The truck transmission is to be an automatic with a PTO. b. The truck engine is to be a diesel of adequate size to merge with Interstate traffic. c. The truck radiator and coolant system are to be heavy duty. It must be able to keep the vehicle from overheating while working from a stationary position for 8 hours in 100° F weather. d. The truck cab is to include seats for the driver and at least one passenger. e. The truck batteries are to be at least three (3) 12-volt, 1,875 CCA batteries with a separate switch that will completely isolate the batteries from the truck system. f. The underside of the truck chassis and flatbed are to be undercoated. g. The flatbed is to be constructed with Diamond-tread plate and painted with a non-skid paint. h. There are to be at least two(2) lockable under-body mounted tool boxes, approximately 18" x 18" x 48". The doors are to have water seals, but the boxes are to include water drains in each inside corner. i. There are to be Federal Highlighter LBO Solaris blue/amber strobe lights visible from the front and rear, regardless of where the booms are extended. There is to be a Federal Signalmaster(or comparable) arrow stick mounted on the rear of the flatbed. j. The suspension is to be able to be locked out while the boom is extended. k. The truck shall have a radio, air-conditioning, and an air-horn. 8 1. The unit is to be painted Omaha Orange. m. The chassis unit is to have the manufacturers standard warrantee, but no less than 24 months complete coverage bumper-to-bumper. 11. Bridge inspection vehicle specifications: a. There are to be at least four (4) fixed access locations (ladders) on the flatbed body. One at each side at the rear of the unit and one on each side near the pedestal. b. There are to be two buckets at the end of the boom with 300#capacity each or a single cage large enough for two people plus tools at 600#. The booms/cage are to be automatically self-leveling. c. There is to be a hands-free 2-way communication system from the buckets, to the ground controls, and to the cab. d. There are to be at least three(3) sets of controls. The primary one in the bucket,one on the ground on the passenger side, just behind the cab (near the pedestal) where it can be reached from the ground, and an emergency hydraulic override system mounted somewhere on the passenger side. The controls are to be proportional, not on-off type. The bucket controls are to include a kill switch and an engine restart switch. e. The hydraulic system shall be of sufficient size and configuration to keep from overheating while working from a stationary position for 8 hours in 100°F weather. f. There is to be an auxiliary engine with generator (or PTO driven generator) to provide 5KW of 110/120V AC electricity to the buckets. There are to be at least three outlets, one at the buckets, and one on each side of the vehicle near the pedestal. g. There is to be an on-board air compressor with quick-detach air couplings at the buckets. h. The buckets or cage are to be electrically isolated from the chassis. i. All booms,telescoping sections, and turrets are to be hydraulically operated with double acting cylinders. There shall be safety check valves in case of pressure failure. There shall be an emergency back-up pump system in the event of a truck engine failure, PTO failure, or main pump failure. j. All filters, liquid fill locations, grease locations, and maintenance locations are to be easily accessible. k. There is to be a 12V swivel flood lamp mounted at the bucket location. 1. The rotating, extendable booms shall be able to operate off either the passenger or the driver side of the vehicle. m. The counterweights to the boom are to be permanently mounted. n. Two (2) sets of Operator's manual and repair/parts manuals in printed form and two (2) sets in CD format are to be provided. o. The truck mounted inspection vehicle is to have the standard manufacturers warrantee, but no less than 24 months complete coverage. The manufacturer is to handle all warrantee claims for all components that they install. 9 Bidding: 2015 Western Star C. INFORMATION REQUIRED w/Model Series 260—B Snooper and Accessories from Paxton— Total cost for providing a bridge inspection vehicle specified above: $515,283.00 Mitchell Co Trade-in value for the existing Snooper Truck: 75,000.00 Total Cost to the City 440,283.00 Delivery time after a purchase order is received: 180 days from accepted order. D. PRIME CONTRACTOR RESPONSIBILITIES The Contractor(s) will be required to assume responsibility for all contractual services offered in this proposal whether or not the Contractor(s) perform them. Further, the CITY will consider the Contractor(s) to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the anticipated contract. E. SCHEDULE OF EVENTS The CITY expects to adhere to the tentative procurement schedule shown below. It should be noted,however,that some dates are approximate and subject to change. ACTIVITY DATE/TIME 1. Release Request for Proposal Wednesday,March 26,2014 2. Deadline to submit written questions Wednesday,April 9,2014 4:00 p.m.CDST, 3. Response to written questions posted on website Wednesday,April 16,2014 4:00 p.m.CDST, 4. Deadline for submitting proposal to City Clerk Wednesday,April 30,2014 11:00 a.m.CDST, 5. Proposal Opening: Wednesday, April 30, 2014, at 11:00 a.m. Legislative Chambers LC-4 CDST 1819 Farnam Street Omaha,Nebraska 68183 6. Evaluation Committee Review Approx.week of May 5,2014 7. Interviews for selected firms if necessary Approx.week of May 12,2014 8. Final recommended selection Approx.May 16,2014 9. Final approval by CITY Approx. June,2014 10. Tentative contract award date Approx.June,2014 * OPTION: DD13 Detroit 370 HP 1250LB/FT Torgue in Lieu of Cummins Engine Add to Quoted Price, $6495.00 10 III. PROCUREMENT PROCEDURES A. GENERAL INFORMATION The Request for Proposal (RFP) is designed to solicit proposals from qualified companies who will be responsible for the procurement of a new Bridge Inspection Vehicle for the City of Omaha. Proposals that do not conform to the mandatory items as provided in the proposal instructions will not be considered. CITY reserves the right to reject all proposals, and, at its discretion, may withdraw or amend this RFP at any time. If, in the opinion of CITY, revisions or amendments will require substantive changes in proposals,the due date may be extended. B. COMMUNICATION WITH STAFF From the date the RFP is issued until a determination is announced regarding the selection of the Contractor, contact regarding this project between potential contractors and individuals employed by CITY is restricted to only written/email communication with the person designated as the point of contact for this RFP. Once a Contractor is preliminarily selected, that Contractor is restricted from communicating with CITY staff/employees until a contract is signed. The following exceptions to these restrictions are permitted: 1. Written communication with the person designated as the point of contact for this RFP or procurement; 2. Contacts made pursuant to any pre-existing contracts or obligations; 3. CITY staff/employees and/or Contractor staff present at a Pre-Proposal Conference when recognized by CITY staff facilitating the meeting for the purpose of addressing questions;and, 4. CITY staff/employees designated to negotiate,discuss or finalize a contract. Violation of these conditions may be considered sufficient cause to reject a Contractor's proposal and/or selection irrespective of any other condition C. PROPRIETARY INFORMATION All information and data contained in the proposal becomes the property of the CITY and becomes public information upon opening the proposal. Any proprietary and/or copyrighted material must be submitted in a separate envelope/package and submitted with the proposal. A separate sheet must be provided that clearly states which sections have been submitted as proprietary or have copyrighted materials. If the Contractor wishes to have any information withheld from the public, such information must fall within the definition of proprietary information contained within Nebraska's Public Record statutes. (Neb. Rev. Stat. §§ 84-712 through 84-712.09) it All proprietary information the contractor wishes the CITY to withhold from the public must be submitted in a sealed package, which is separate from the remainder of the bid. The separate package must be clearly marked PROPRIETARY on the outside of the package. Contractors may not mark their entire RFP as proprietary. Contractor's cost proposals may not be marked as proprietary information. Failure of the Contractor to follow the instructions for submitting proprietary and copyrighted information may result in the information being viewed by other contractors and the public. D. REFERENCE CHECKS CITY reserves the right to check any reference(s), regardless of the source of the reference information, including but not limited to, those that are identified by the company in the proposal, those indicated through the explicitly specified contacts,those that are identified during the review of the proposal, or those that result from communication with other entities involved with similar projects. 12 HY pal, AVIAti-Afilewszi CONPANY 108 SOUTH 12 TH STREET•BLA1R,NEBRASKA 68008 402.426.3131 •402.42633116772 fax www.paxton-mitcheU.com April 28, 2014 Mr. Terry Novotny Wicks Trucks 10502 S. 147th Street Omaha, NE 68138 RE: City of Omaha RFP—Bridge Inspection Vehicle for the City of Omaha Delivery: 180 days from receipt and acceptance of order(chassis must arrive around 90 days following your order to us). The unit we propose meets the request for proposal, except under page 8 Item 7. The reaches we proposed are illustrated on drawings A-50580-3, & 50584-2. Our maximum reach will be 60' 2-1/2 ". The reach over the obstacles noted in the spec would be 45'7-1/2". The following items will be supplied and installed by Paxton-Mitchell Company in Blair, NE. Page 7 Item 5- Series 260B Snooper Page 8 Item 10F— Undercoating of underside of the truck chassis and flatbed Page 8 Item 10G — Flatbed constructed with Diamond-tread plate and painted with a non-skid paint. Page 8 Item 10 H— (2) lockable underbody mounted tool boxes, approximately 18"x 18"x 48" Doors to have wafer seals and boxes to include drains in each inside corner Page 8 Item 10l — (4) Federal signal Highlighter LED Solaris blue/amber strobe lights visible from the front and rear regardless of where the booms are extended. (actual model number 454301 C-A8 basic literature attached) There will also be a Federal Signalmaster (or comparable) arrow stick mounted on the rear of the flatbed. (Actual model number SLBFS-A Latitude series basic literature attached) Page 9 Item 118— We will be providing a single 3-man fiberglass basket with 6001b. capacity. Page 9 Item 11 F — We will be providing a Kubota GL7000 series 7 kilowatt diesel-powered generator with fuel source taken from the trucks diesel fuel tank(s). —Literature attached. There will be three outlets. One in the basket and one on each side of the truck near the mainframe. Page 9 Item 11 G — On-board air compressor. A 34.0CFM air compressor and min. 30 gallon reserve tank to be supplied by Wicks/ Western Star chassis. We will provide air lines at the body and at the basket station. _ _ Page 9 Item 11K— 12V swivel flood lamp mounted at the bucket location (model to be Superior signals SY475-20 spot/flood or equal literature attached) Page 9 item 11 N— Two sets of operators/repair manuals in printed form and two sets in CD format— for the Snooper and accessories. Thank you for your participation in this bid. Please feel free to contact me if you have any questions or need any further documents to complete your bid. Best Regards, Mark Pfeffer General Manager s,Gr. ,L HIGH LIGHTER LED M Features available availableREIN szim Low profile;only 2.6"tall Uniform 360-degree light distribution;no dark spots or shadows _ (ReUtilizes patented ' liable Onboard CircuitryROC technology Pattern selection using MagnetSelect- Sleek,low-profile LED lightbar provides 360-degrees of continuous Multiple flash patterns with light output. synchronization capability Measuring a mere 2.7-inch high(permanent mount),the stealthy Highlighter LED 5-year warranty mini-lightbar features Federal Signal's patented Solaris,.LED reflector technology to re-direct light for substantially improved off-axis warning. Reflectors provide 360-degrees of continuous light output,while virtually eliminating dark spots. Advanced circuitry keeps this lightbar on the road...and out of the repair shop. >Approvals HighLighter units incorporate Federal Signal's ROC(Reliable Onboard Circuitry.,) SAE J845,Class 1 technology,which eliminates 85%of potential failure points.The end result: Dependable and continuous visual warning with fewer repairs and a lot more time on the job. As easy to install as they are to switch from one flash pattern to the next. Highlighter's suction-cup and magnet mount model .44 include a cigarette lighter plug and built-in ON-OFF switch that makes them simple to install and just as simple to operate. Incorporated into the top of - the LED dome is Federal Signal's innovative MagnetSelect„.feature(patent pending)that enables users to quickly,easily select from more than 20 flash patterns using a simple magnet. A full spectrum of color combinations,a full range of mounting options. Incredibly versatile Highlighter mini-lightbars offer a broad array of color combinations. Solid models available in amber,blue,red, green and white LEDs (with a clear or colored dome);split models available in any two or three color combinations(clear dome only). Suitable for a variety of applications—construction, repair and service vehicles, as well as police and fire—HighLighter mini-lightbars offer the installation flexibility of five mounting options: magnetic, riser mount, self-leveling bracket, flat-mount and suction-cup magnetic. Highlighter units can also be either wired together or integrated with other Federal Signal LED lighting for a completely synchronized warning system. Year Warranty T)EPAl SIGNAL LATITUDE,,, SM Dil;Lc +ON,=,L > Features • Solarise LED reflector technology • ROC(Reliable Onboard Circuitry).technology iC - • Available in 6-head or Norali. r P 8-head models • Three LEDs per position 8-head Latitude SignalMaster model • Interior and exterior mountingbrackets are (6 head model also available) available;compatible with Federal Signal's A complement to any warning solution SignalMaster brackets The Latitude.,SM is an addition to Federal Signal's family of SignalMaster•. co-extrusion, directional lights.Equipped with three-LEDs per position and Federal Signal'sI Innovativeaboncte housingo Solarise LED reflectors,the Latitude SM delivers an impressive optical performance polycarbonate provides lycarb moisture for your vehicle.This directional light is available in 6-head and 8-head models vece suitable for many vehicle applications. • Each model includes The Latitude. SM includes the economy SignalMaster controller that allows for left,right and center-out easy installation.The controller operates the built-in warning signals of left,right warning signals and center-out for rear traffic direction. • Five-year LED warranty A simple concept you can depend on Built to last,the Latitude was engineered with ROC(Reliable On-Board Circuitry•.} technology. ROC eliminates failure points found in similar warning products. Approval Available for both interior and exterior applications,this sensible warning light is built with an innovative co-extrusion,polycarbonate housing for moisture resistance. SAE J845 Class 1, Both interior and exterior brackets are available. Latitude SM is compatible with CAC Title 13 Class B SignalMaster brackets.The Latitude SM comes with Federal Signal's standard five-year warranty. Flashing models are available The Latitude Series is also available in flashing models.These models are programmed with 10 eye-catching flash patterns.The flashing models are available in LED colors of Red,Blue,White or Amber.Visit www.fedsig.com for more information on flashing patterns models. SOLARIS ROC Year =�.c Warranty Page 1 of 2 - Kubota Diesel Generator GL Series GL7000 lower ann lure Compact-designed to have the minimum possibe height ':0,1 Generator and engine are direct-coupled Clean Emissions Ease of Operation Large Capacity Fuel Tank Outstanding Transportability Details and Specifications Kubota Diesel Generator GL Series GL7006_Lowboy 11 Series Kubota Lowboy li saves space and the environment. The Lowboy II Senes is designed to have the minimum possible height while using the vertical diesel engines. This is achieved by direct coupling of the engine crankshaft with the cooling fan Since they require less space for operation,the range of possible applications has been greatly increased Dependable Generation Direct Coupled.The generator and the engine are direct-coupled to ensure a more reliable power supply with minimum power loss. A Skewed Rotor&Damper Windings The wave form distortion is kept to a minimum by the skewed rotor.while the damper winding protects the generator dung short circuits.regulates voltage fluctuations during condenstve loads.and withstands toad fluctuations during condensive and non-linear loads Clean Emissions The diesel engines selected to power the Lowboy!t Series produce far less soot HC and CO emissions thanks to Kubota's original E-TVCS combustion system Both Z482 and D722 passed the USA EPA emission Tier 4 regulation Ease of Operation Lower and More Compact:The Lowboy II Series is designed to nave me minimum possible height while using vertical diesel engines Lower Noise Levels'Four separate improvements help redcuce the overall noise levels. First.the large capacity radiator successfully reduces fart related noise oy direct coupling its crankshaft with the slower-speed fan Second.the large capacity.budt-in muffler helps reduce exhuast related noise. Third.the longer-air cleaner nose reduces air suction related noise. Fourth.the ideally placed inlet vent and its improved design reduce noise coming from the enninanire's opening Longer Continuous Operation: The Lowboy II Series large capacity(28&)fuel tank enables longer continuous operation on a single tans of fuel. Outstanding Transportability: The special forklift openings en the case of the machine.and the one-point lifting eye enhanced transponabality.A remote control kit is also available as an option Access Terminals for ATS make Wiring Easy. Access terminals for ATS(automatic transfer switchmot supplied by Kubctal are located behind the control canal (Requires additional equipment purchase.) Carefree Maintenance One side maintenance Oil fuel.battery and cooling water are all Located on one side for easy maintenance Larger-Capacity Oil Pan: This helps stretching the oil onange intervals,thus reducing the oven!running coats Direct-Coupled. Eliminated the lime neede to adjust or replace the cog-ben by directccupling the generator and the engine Double Element Air Cleaners' Ad LowBoy II generators come with the double element air cleaners as standard equipment. Ideal for heavy duty applications in dusty environments Increased Safety Double Circuit Breakers: in addition to the overall circuit protestor each receptacle also has a circuit protector that we shut the engine down to prevent it from ovetcurrent damages Protective Covers: All moving parts of the engine's cooling fan and the generator are covered. Automatic Shutdown System: This system automatically shuts the engine down when it senses the engine coolant temperature rising excessvety or me ou pressure dropping below a safe level Start Safety Relay. This relay p!events the scatter from engaging again once the engine starts up 4/23/2014 Page 1 of 1 ssI tram SY475-20 Oh-,cr(Pt(O0: 3RARC11 LIGHT-12Y-PAR 36-SPOT/FLOOD V10.91411 5,45 6 s1 Um,t Of?teaswO: EA Unit Price: 6620.43 • ' f 4/23/2014 SPECIFICATION INFORMATION UNDER BRIDGE INSPECTION UNIT Series 260 1. General Provisions: It is the intent and purpose of this specification to describe a truck mounted self-contained hydraulic crane to use for bridge inspection and maintenance. The equipment shall comply, in all respects, with OSHA standards (aerial lifts) 1926.556 and 1910.67 (vehicle mounted elevating and rotating platforms) as well as standards referenced therein and ANSI A.92.8 statutes as applicable. Pre-delivery criteria must include testing on a combination of 5% grade and 8% super elevation with 1-1/2 times the rated load in all configurations. Service and parts must be available within 48 hours in the limits of the continental United States 2. Coverage: Under bridge coverage area, without moving the truck, is to be a minimum of 6,000 square feet. Driving the truck forward or reverse, with booms extended in working position, shall provide additional overlapping areas of coverage. Minimum horizontal extension from outer edge of bridge deck, under and across, shall be 60'0". Minimum horizontal extension from centerline of second turret shall be 64'0". With no changeover before or after under bridge use, overhead capabilities will allow positioning of baskets 48'0" above grade with second boom above ground level. 3. Main Frame: The main frame or pedestal and turret shall be constructed of high strength steel and equipped with a counterweight. The counterweight is not to exceed the width of the truck when the crane is in stowed or operating positions. The main turret shall rotate about the centerline of the vehicle 360 degrees,thus allowing operation from either sides of truck. 4. Stabilizers: To increase safety and stability, plus decreasing vehicle curb weight, the main frame shall be supported with two (2) "A"type stabilizer assemblies, located on each side of the frame. Both shall be independently hydraulically operated and each shall roll with truck movement on two- (2) 16" diameter a 4" wide steel wheels with polyurethane tires. They are to be electrically interlocked so that the crane will not operate unless the stabilizer on the side the crane is being deployed is properly engaged. Only one stabilizer will be required during positioning and under bridge use. The total operating width of the unit with one stabilizer extended is approximately 10'0". 5. Spring Lockouts: Both rear and front hydraulic spring lockouts or lock blocks will be provided to stabilize and reduce "spring" action of truck during crane operation. These are to electrically interlocked to prevent crane operation if not engaged. REV A -1- 3/12 SPECIFICATION INFORMATION UNDER BRIDGE INSPECTION UNIT Series 260 6. First Boom: The first section shall be non-telescoping with a nominal 19' horizontal reach. It shall rotate hydraulically at least 360 degrees at the main turret, allowing operation from both sides of the truck. Tilt above horizontal shall be 40 degrees, -below- 20 degrees -which will allow placement of booms over fences a minimum of ten feet (10'), in height. at the outboard end, the boom is to be equipped with a hydraulically operated second turret, which can be rotated a minimum of 270 degrees, enabling second and platform or basket boom to be placed laterally along the side of the bridge deck, as well as rotating underneath. 7. Second Boom: The second boom section shall hydraulically telescope from 18'to 29'extending downward, enabling the basket or platform boom to be positioned horizontally under girders 25'below a bridge deck. 1t shall articulate through 125 degrees, allowing the boom to fold into a stowed position on the truck and open 15 degrees beyond vertical when the crane is in operation. 8. Third Boom: The third boom section shall telescope a nominal 22' to 34' pin to pin. It shall hydraulically articulate from a stowed position 153 degrees. 9. Fourth Boom: The fourth or basket boom telescopes from 7' to 9'6" and shall be pin mounted to the outboard end of the third boom. Hydraulic articulation shall be a minimum of 128 degrees. A fiberglass basket 60" long X 36"wide X 42" deep, with a minimum capacity of 600 lbs. is to be mounted at the boom tip. The basket shall be hydraulically self-leveling through the full range of travel. Tilting the boom upward from horizontal through 90 degrees will position the basket on the backside of girders, with the top of the basket 9'9" above the third boom. Scoping and articulation of booms will enable horizontal extension from outer edge of bridge beck under and across up to 60'0"; from centerline of second turret 64'0". With booms tilted downward, the vertical reach shall be approximately 70' below a bridge deck. Overhead capabilities will allow positioning basket 48' above grade with second boom above ground level. REV A -2- 3/01 SPECIFICATION INFORMATION UNDER BRIDGE INSPECTION UNIT Series 260 10. Safety Systems: The unit shall be equipped with an integral boom limiting/safety system. The system shall include a programmable logic controller with outboard devices, which prevent boom movement beyond a safe prescribed operating range. The safety system shall be electrically interlocked to the spring lockout assemblies and rolling stabilizers and will not allow normal operation of the crane unless spring lockouts are engaged and the appropriate rolling stabilizer is deployed. 11. Remote Controls: Dead man type, one set located at main frame and one set located at the workstation. Engine start-stop shall be provided to shut down or start operation in emergency. One control lever is to be provided for each function. It shall be possible to operate one or more functions at the same time, controlling the unit at various speeds from creep to full. Central station at main frame shall override workstation in case of emergency. REV A -3- 3/01 IT SPECIFICATION INFORMATION UNDER BRIDGE INSPECTION NIT 12. Communication System: A three-station, 12 volt intercommunication circuit providing the following: Both listen and transmit from truck cab and main control station at main frame to underbridge work station. Press switch to transmit. Continuous open system at work station allowing workers under bridge to talk or listen without operating any switches. 13. Hydraulics: Hydraulic system shall be sufficient to properly operate the unit with greatest safety. All valves, pumps, filters, hoses, fittings, and P.T.O. shall be furnished. All hydraulics to meet J.I.C. standards. RESERVOIR-23 gallon surge baffled. FILTERs- 10 micron, return line type. 20 micron pressure line filter PUMP - Minimum 15 gallon at 1,800 R.P.M., piston pressure compensated type with 100 mesh suction line strainer. SYSTEM PRESSURE -Adjustable, preset at 2,350 and protected by relief valve. CONTROL VALVES -Valves shall be of a type that allow precise metering from creep to full speed from a remote controller. Valves shall be pressure compensated to provide constant speed regardless of load pressure changes. They shall also allow the operation of two or more controls in any combination. Valves shall have a lever for manual override operation in the event of electrical failure. HYDRAULIC LINES - Seamless steel tubing and extra heavy piping, forged or machined steel fittings. Heavy duty pressure line hoses 2,500 P. S. I. minimum working pressure. CYLINDERS - All cylinders shall be double acting and have automatic safety check valves directly mounted to the cylinders. Cylinder walls to be honed, cylinder rods to be ground and polished, chrome plated alloy steel. BACK-UP HYDRAULIC PUMP—The unit shall be equipped with an emergency back-up hydraulic pump system. The pump shall be driven by a 12v do electric motor which is activated by an electric switch located in the truck cab. This system is to be used in the event of truck engine, P.T.O., or truck mounted pump failures and shall have the capability to stow the unit from any operating position. REV A -4- 3/01 SPECIFICATION INFORMATION UNDER BRIDGE INSPECTION UNIT Series 260 MINIMUM TRUCK REQUIREMENTS BASIC TRUCK REQUIREMENTS Conventional Cab(No cab over) Cab to trunion- 156"typical Wheel base per truck manufacturer to meet C.T. requirement (Example: Int. F2574- 156" C.T. 234"W.B.) GVW-64,000 lbs. Front axle -20,000 lbs. Front suspension—To match axle capacity Front tires&wheels—To match axle capacity Rear tandem axle-44,000 lbs. Rear suspension— Hendrickson RT2/RTE2 series only, to match capacity Rear tires&wheels—To match axle capacity Tag axle- 15,000 lbs. Frame section modulus 30"cubed per rail Axle to end of frame approximately 90" Step fuel tank Parking brake which locks wheels(No driveline type brakes) No aluminum walking beams No set-back front axle configurations Platform body to suit truck frame, to be mounted after installation of crane. Trucks supplied with Cummins Mechanical Engines must have MVS governor Installed prior to receipt at the factory for crane installation. REV A -5- 3/01 II. SCOPE OF THE REQUEST FOR PROPOSAL A. SCOPE The Douglas County Purchasing Department, on behalf of the Omaha Public Works Department (CITY) is interested in receiving proposals from qualified vendors for a Bridge Inspection Vehicle (Snooper truck) for the City of Omaha. The purpose of this Request for Proposal (RFP) is to replace the existing Snooper truck used to inspect bridges. This includes the possibility of trade-in for the existing vehicle. The Contractor will be responsible for all requirements and successful performance of this contract. B. VEHICLE SPECIFICATIONS 1. Any company submitting a proposal must have an active repair facility for the bridge inspection vehicle within 50 miles of 5225 Dayton St., Omaha, NE. The truck chassis manufacturer must also have a repair facility within 50 miles. The bridge inspection vehicle manufacturer is to include in their cost the following visits: a. Include in the proposal the cost for two (2) trips by three people from Omaha to the manufacturer's plant. One visit is to be a pre-build conference and one is intended to be a dic pre-delivery inspection. Transportation for any distance over 200 miles is to be by commercial air travel. b. The inspection vehicle manufacturer must include in the proposal two(2)visits by their personnel to 5225 Dayton St. in Omaha alter delivery. One will be at least a six-hour training course for the bridge inspectors immediately after delivery. The other will be a future four-hour on-site visit to work out any problems experienced after the first six months of use. 2. The proposal is to be signed and submitted by a representative of the manufacturer who is licensed in the State of Nebraska. The representative shall hold a valid Nebraska Dealers License and shall be authorized to sell and transfer ownership papers within the State of Nebraska. If a proposal is selected,the manufacturer shall supply all documents to properly license the inspection vehicle in the State of Nebraska are to be provided upon delivery. 3. It is preferable for the bridge inspection truck manufacturer to take the existing bridge inspection vehicle in on trade. It can be inspected at the address listed above. If so, the trade-in value is to be included in the proposal. 4. The new bridge inspection vehicle is expected to be a Paxton-Mitchell Model 260B,an Aspen 0 lc Model A-52, or a similar equal. It is expected that there will be at least 4 boom sections, at least one telescoping boom, at least two rotating turrets, and suitable counterweights, but other configurations can be considered. 5. The manufacturer is to provide a complete operating unit. A complete operating unit is expected to include (but not limited to), the truck chassis, a flatbed body, the aerial device (the bridge inspection unit), the hydraulic system, and all necessary equipment, safety devices, cA(.. components, accessories, or options required to furnish a unit ready for operation when it is received. The vehicle is to be delivered under its own power. It is not to be shipped by rail, truck, 7 or any other method of shipment. The vehicle is to be designed to meet all applicable Federal, State, and Industry standards. 6. The supplier is to submit a full set of specifications of the bridge inspection unit, the truck chassis, major components, accessories, and other features for review by the Bridge Section and Vehicle Maintenance personnel of the City of Omaha. The truck chassis information must list GVWR, frame type (strength of material, section modulus, RBM) engine displacement (also horsepower and torque), transmission type, etc. After submittal, the personnel will review the proposal and may request changes or clarifications from any or all of the submitters. Although cost is important, the selection committee will NOT make the purchase decision on the lowest price alone. The decision will be based on the most value for the City. If none of the proposals are deemed acceptable, the City can reject all of them without penalty. 7. The bridge inspection truck must be able to reach over an 8' tall fence on the outside edge of a $6t bridge. It must be able to reach across a 10' clear(inside measurement)sidewalk. That sidewalk is MIAOW) a total of I l'-6" from the outrigger(or truck tire if an outrigger is not used)to the outside edge of the bridge deck. The bridge inspection truck must be able to reach back underneath the bridge at DEW°" S least 57'-0" (halfway under a 6-lane bridge with wide sidewalk and island). The second boom shall extend at least 22'-0"below hydraulic knuckle of the first boom. The bridge inspection truck must be able to slowly move forward or backward with the boom extended. 8. The gross weight, individual axle loads, and axle distances are to meet the legal requirements J. for Federal(FHWA)Interstate bridge limits. Axle limits are NOT to exceed those limits under any"( circumstance. 9. The maximum length of the bridge inspection truck is to be 41'-6" long and 13'-6" high when„ �I folded. The width is to be no more than 8'-6"when traveling and no more than II'-6"wide when the outriggers(if used)are extended. 10. Truck chassis specifications: a. The truck transmission is to be an automatic with a PTO. b. The truck engine is to be a diesel of adequate size to merge with Interstate traffic. c. The truck radiator and coolant system are to be heavy duty. It must be able to keep the vehicle from overheating while working from a stationary position for 8 hours in 100° F weather. d. The truck cab is to include seats for the driver and at least one passenger. e. The truck batteries are to be at least three (3) 12-volt, 1,875 CCA batteries with a separate switch that will completely isolate the batteries from the truck system. f. The underside of the truck chassis and flatbed are to be undercoated. — A. g. The flatbed is to be constructed with Diamond-tread plate and painted with a non-skid — paint. h. There are to be at least two(2) lockable under-body mounted tool boxes,approximately 18" x 18" x 48". The doors are to have water seals, but the boxes are to include water drains in each inside corner. i. There are to be Federal Highlighter LEO Solaris blue/amber strobe lights visible from the front and rear, regardless of where the booms are extended. There is to be a Federal — Signalmaster(or comparable)arrow stick mounted on the rear of the flatbed. j. The suspension is to be able to be locked out while the boom is extended. — e: k. The truck shall have a radio, air-conditioning,and an air-horn. 8 I. The unit is to be painted Omaha Orange. m. The chassis unit is to have the manufacturers standard warrantee, but no less than 24 months complete coverage bumper-to-bumper. II. Bridge inspection vehicle specifications: a. There are to be at least four (4) fixed access locations (ladders) on the flatbed body. One at each side at the rear of the unit and one on each side near the pedestal. b. There are to be two buckets at the end of the boom with 300#capacity each or a single -c cage large enough for two people plus tools at 600#. The booms/cage are to be ' automatically self-leveling. - 1 Si ubl•e 3-AAA,' a 3 <Er c. There is to be a hands-free 2-way communication system from the buckets, to the ground controls,and to the cab. d. There are to be at least three(3)sets of controls. The primary one in the bucket,one on the ground on the passenger side,just behind the cab (near the pedestal) where it can be reached from the ground,and an emergency hydraulic override system mounted somewhere -©IC on the passenger side. The controls are to be proportional, not on-off type. The bucket controls are to include a kill switch and an engine restart switch. e. The hydraulic system shall be of sufficient size and configuration to keep from oL overheating while working from a stationary position for 8 hours in 100°F weather. i— f. There is to be an auxiliary engine with generator(or PTO driven generator)to provide ,A 5KW of 110/120V AC electricity to the buckets. There are to be at least three outlets, one at the buckets,and one on each side of the vehicle near the pedestal. g. There is to be an on-board air compressor with quick-detach air couplings at the _t buckets. h. The buckets or cage are to be electrically isolated from the chassis. - t5� i. All booms, telescoping sections,and turrets are to be hydraulically operated with double acting cylinders. There shall be safety check valves in case of pressure failure. There shall be an emergency back-up pump system in the event of a truck engine failure, PTO failure, or main pump failure. j. All filters, liquid fill locations, grease locations, and maintenance locations are to be _ct easily accessible. k. There is to be a l2V swivel flood lamp mounted at the bucket location. ._ OV-;- I. The rotating, extendable booms shall be able to operate off either the passenger or the driver side of the vehicle. -Ok. m. The counterweights to the boom are to be permanently mounted. n. Two(2) sets of Operator's manual and repair/parts manuals in printed form and two (2)..�,;,k sets in CD format are to be provided. o. The truck mounted inspection vehicle is to have the standard manufacturers warrantee, but no less than 24 months complete coverage. The manufacturer is to handle all warrantee claims for all components that they install. 9 Hr P.M �� o Tea 111 t P. 2N6,,,o,pER. SERIES 260 k > K.:U r y v'Y h, 4 ,p}y}u r 1'r i ' ,-s ... ,____._ II111 i .0 • fi,-,;:t . Over... Under .. . , i A Cross ... . J.....„ . 5..,, , ,,,. . ._,,, l N. a @'� rMe _..ai' The most advanced underbridge and overbridge inspection unit in the industry ... the S'NooPER Series 260 Compliant with ANSI A92.8-1993 for Vehicle-Mounted Bridge inspection and Maintenance Devices • HY 1CM Iivailissfillyarli Caufmvr • • • „ . . . . . . . . . . • • SERIES .260 . . The 9NOOPER.Series 260 offers advanced.feature's unmatched in the industry. The main turret has an extraordinary 360 degree rotation'.The 270 degree 2adturret rotation and the 60 horizontal reach from outer edge of the bridge deck allows a massive underbridge access up to 6;800.square feet. Rolling. stablilizers driving forward or reverse for extended overlapping toiierage. The9NOREIF.Serits 260 sees under, over, below and up behind girders for the most thorough inspection or maintenance project. • A bridge isn't inspected until the SWOOPEP"sees it? . . • • 60 50 40 30 20 10 0 10 20• I 10 0 ,c_c• , — • -i/Ap• • • • tO 1 - 20 1417"." /P _ • 30 40 • 1ri1c • Tel,..vcopi,?.;7 Hrzfralific Ba,,,ket Boon! • Tel Booiri trim! "o'c' • Roe SrabiR:ors.fi)r Stuhflin• • ° (1,0 Reduced C-..hf .1.f • 'Si)3 i) r,V RORE:fitt • 0,,.,z—crt.;:..).i); bYttfic The S'l)(:)?!.:.. .7-`,1)is available in either Basket or Platform configurations with a robust 600 lb. load capacity. Optional items such as auxiliary power supplv electricgenerator air compressor, tool boxes, etc. are available upon request. . . . UNIT WIDTH: TRUCK 102" . CRANE 94" ., _ eai .... � I . Arc] ' 4 rim e . ..'.fi kiv 41k... 131-3" . t"x, %� w,„..4 _ r 1 i i _I I T Ilr,M 1 t ', et: I;1" k., of-e. .) , is. 1 v.,h,,. • 234" 401-0"_._. i 41'-4" � — PAXTON-MITCHELL CO. OMAHA,NE,U.S.A 4�I9 DR. BRF MACHINE SNOOPER SERIES 260-8 (��' ♦e ATE 10/3/2013_Awn GENERAL ARRANGEMENT \ , REV A-SCALE' 1:64 PART STOWED pilF-230 3/17103 TOLERANCE MESS IM1 XF NUMBERS$ SHEET ORG.HO. REV O. ESQ �n FRACTIONSM-1"6 1 OF 1 A-45526 IEDR DECIMALS N-010 68'1" _ . 10'32 - — - 8'0" ,__ r�� �' 1111' r � � I 11'0" SHOWN 4%/1*,,... 2 1'0" , \ — — 60'2 2,. PAXTON-MITCHELL CO. OMAHA,NE.U.SA ) DCR•K. _ BRF frMCHINE SNOOPER SERIES 260-B f1}` DATE 4/25/14 'JNITMAXIMUM UNDERBRIDGE REACH -' RW.A'SCALE 1:128 'PART - CITY OF OMAHA FLIF--290 3117[03 --... . TOLERANCE MESS WHOLE NUMBERS a SHEET DRG.NO. Pc'✓ OTHERWISE SPECIFIED C.„1"0 1 OF 1 A-50580-2 I EDR . 70'-8" 1 A --- 11'-6' 1 1'_2„ .— 8'-0" 4j -\I •111•1 � i,I )^1 in • 27'-51 2 11'-0" SHOWN r 45'-7 2. I , r e t ill i g i:rs .j=Vm.M.,. ..1(1.3 a_ G__w_zz_S„,,g — ‘11\1 PAXTON-MITCHELL CO. OMAHA,NE,u.s.A r01.4 DR• BRF MACHiNE SNOOPER SERIES 260-B nJ. Pman �t�roaDATE4/25/14 AIN"- 11'-6"SIDE WALK- 8' FENCE "'"�SCALE 1:128 PART CITY OF OMAHA TOLERANCE UNLESSWHOLE NUMBERS a SHEET •.... ..- D R G.N O. R FV oRWSE so „w,Ls,,.o,Q 1 OF 1 T A-50580-3 EDR Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Farnam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone: 1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 A proposal for City of Omaha Prepared by WICK'S STERLING TRUCKS, INC. Terry Novotny Apr 28, 2014 Western Star 4700SF • • fig mi i) (rgYi Components shown may not reflect all speed options and are not to scale Application Version 8.6.005 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 1 of 16 47... WESTERN STAR" Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Famam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone: 1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 SPECIFICATION PROPOSAL Weight Weight Data Code Description Front Rear Price Level PRL-08T WESTERN STAR 4700 PRL-08T(EFF:01/28/14) Data VersioK DRL-012 SPECPRO21 DATA RELEASE VER 012 Vehicle Contiqui anon 001-450 WESTERN STAR 4700 SET-FORWARD FRONT 9,120 6,900 AXLE CHASSIS 004-215 2015 MODEL YEAR SPECIFIED 002-003 SET FORWARD AXLE-TRUCK 019-002 STRAIGHT TRUCK PROVISION 003-001 LH PRIMARY STEERING LOCATION General Service AA1-002 TRUCK CONFIGURATION AA6-001 DOMICILED,USA 50 STATES(INCLUDING CALIFORNIA AND GARB OPT-IN STATES) A85-011 CONSTRUCTION SERVICE A84-1CO CONSTRUCTION BUSINESS SEGMENT AA4-003 DRY BULK COMMODITY AA5-002 TERRAIN/DUTY: 100%(ALL)OF THE TIME,IN TRANSIT,IS SPENT ON PAVED ROADS AB1-008 MAXIMUM 8%EXPECTED GRADE AB5-001 SMOOTH CONCRETE OR ASPHALT PAVEMENT- MOST SEVERE IN-TRANSIT(BETWEEN SITES) ROAD SURFACE 995-1A5 WESTERN STAR VOCATIONAL WARRANTY A66-99D EXPECTED FRONT AXLE(S)LOAD: 20000.0 lbs A68-99D EXPECTED REAR DRIVE AXLE(S)LOAD: 40000.0 lbs A63-99D EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 60000.0 lbs Truck Service Application Version 8.6.005 / 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 2 of 16 47... WESTERN STAR' Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS. 1819 Famam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone: 1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear AA3-004 END DUMP BODY Engine • 101-2X0 CUM ISL 330 HP @ 2000 RPM,2200 GOV RPM, -780 -70 1000 LB/FT aQ 1400 RPM Electronic Parameters 79A-075 75 MPH ROAD SPEED LIMIT 79B-000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT 79K-007 PTO MODE ENGINE RPM LIMIT-1100 RPM 79P-002 PTO RPM WITH CRUISE SET SWITCH-700 RPM 790-003 PTO RPM WITH CRUISE RESUME SWITCH-800 RPM 79S-001 PTO MODE CANCEL VEHICLE SPEED-5 MPH 79U-007 PTO GOVERNOR RAMP RATE-250 RPM PER SECOND 80G-002 PTO MINIMUM RPM-700 80J-002 REGEN INHIBIT SPEED THRESHOLD-5 MPH Engine Equipment 99C-013 2013 ONBOARD DIAGNOSTICS/2010 EPA/CARB/GHG14 99D-011 2008 CARB EMISSION CERTIFICATION-CLEAN IDLE(INCLUDES 6X4 INCH LABEL ON LOWER FORWARD CORNER OF DRIVER DOOR) 13E-001 STANDARD OIL PAN 105-001 ENGINE MOUNTED OIL CHECK AND FILL 133-004 ONE PIECE VALVE COVER 014-099 SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER 124-107 DR 12V 160 AMP 28-SI QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE 292-1EH (3)ALLIANCE ABSORBED GLASS MAT MODEL 9A31,GROUP 31,12 VOLT MAINTENANCE FREE 2775 CCA THREADED STUD BATTERIES 290-1AC PASSENGER SEAT BATTERY BOX VENTED TO OUTSIDE OF CAB 282-013 BATTERY BOX MOUNTED UNDER PASSENGER SEAT 291-017 WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN 289-006 PLASTIC BATTERY BOX COVER Application Version 8.6.005 r7 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 3 of 16 47... WESTERN STAR' Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Farnam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone: 1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 293-060 POSITIVE LOAD DISCONNECT WITH CAB 8 MOUNTED CONTROL SWITCH WITH LOCKING PROVISION MOUNTED OUTBOARD DRIVER SEAT 295-029 POSITIVE AND NEGATIVE POSTS FOR 2 JUMPSTART LOCATED ON FRAME NEXT TO STARTER • 107-043 CUMMINS 30.4 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE 131-013 AIR COMPRESSOR DISCHARGE LINE 152-041 ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM 016-1C2 RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B-PILLAR MOUNTED VERTICAL TAILPIPE 28F-002 ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH 239-038 11 FOOT 06 INCH(138 INCH+0/-5 INCH) EXHAUST SYSTEM HEIGHT 237-1CR RH CURVED VERTICAL TAILPIPE B-PILLAR MOUNTED ROUTED FROM STEP 23U-001 6 GALLON DIESEL EXHAUST FLUID TANK 30N-003 100 PERCENT DIESEL EXHAUST FLUID FILL 23Y-001 STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING 43X-002 LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION 242-001 STAINLESS STEEL AFTERTREATMENT DEVICE/MUFFLER/TAILPiPE SHIELD 273-018 HORTON DRIVEMASTER ON/OFF FAN DRIVE 276-001 AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH,NON ENGINE MOUNTED 110-003 CUMMINS SPIN ON FUEL FILTER 118-008 COMBINATION FULL FLOW/BYPASS OIL FILTER 266-017 1300 SQUARE INCH ALUMINUM RADIATOR -20 267-006 MOUNTING FOR FIREWALL MOUNTED SURGE TANK 103-004 ANTIFREEZE TO-34F,NOAT EXTENDED LIFE COOLANT 171-007 GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT Application Version 8.6.005 17 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 4 of 16 47... WESTERN STAR Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Farnam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 172-001 CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES 270-016 RADIATOR DRAIN VALVE 138-011 PHILLIPS-TEMRO 1000 WATT/115 VOLT BLOCK 4 HEATER 166-002 PHILLIPS-TEMRO 150 WATT/115 VOLT OIL 4 PREHEATER 140-022 CHROME ENGINE HEATER RECEPTACLE MOUNTED UNDER LH DOOR 134-001 ALUMINUM FLYWHEEL HOUSING 132-004 ELECTRIC GRID AIR INTAKE WARMER 155-058 DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC SWITCH Transmission a 342-584 ALLISON 3500 RDS AUTOMATIC TRANSMISSION -110 -35 WITH PTO PROVISION Transmission Equipment 343-339 ALLISON VOCATIONAL PACKAGE 223- AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS,HS,MH AND TRV 84B-012 ALLISON VOCATIONAL RATING FOR ON/OFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES 84C-023 PRIMARY MODE GEARS,LOWEST GEAR 1, START GEAR 1,HIGHEST GEAR 6,AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84D-023 SECONDARY MODE GEARS,LOWEST GEAR 1, START GEAR 1,HIGHEST GEAR 6,AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 353-061 BODY LIGHTING INTERFACE BLUNT CUT WIRING WITH FUSE PANEL WIRE MOUNTED BETWEEN DRIVER AND PASSENGER SEATS WITH ADDITIONAL 150 AMP SERVICE 34C-010 ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR,BLUNT CUT,MOUNTED BETWEEN DRIVER AND PASSENGER SEATS 362-035 CUSTOMER INSTALLED CHELSEA 277 SERIES PTO 363-002 PTO MOUNTING,RH SIDE OF MAIN TRANSMISSION 341-018 MAGNETIC PLUGS,ENGINE DRAIN, TRANSMISSION DRAIN,AXLE(S)FILL AND DRAIN Application Version 8.6.005 04128/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 5 of 16 47... WESTERN STAR' Prepared for: Prepared by: Marc y TerryNovotny City of Omaha WICKS STERLIN TRUCKS, 1819 Famam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 345-003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED 97G-004 TRANSMISSION PROGNOSTICS-ENABLED 2013 370-015 WATER TO OIL TRANSMISSION COOLER,IN RADIATOR END TANK 346-003 TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK 35T-001 SYNTHETIC TRANSMISSION FLUID(TES-295 COMPLIANT) Front Axle and Equipment 400-1BB DETROIT DA-F-20.0-5 20,000#FL1 71,0 KPI/3.74 DROP SINGLE FRONT AXLE 402-030 MERITOR 16.5X6 Q+CAST SPIDER CAM FRONT BRAKES.DOUBLE ANCHOR,FABRICATED SHOES 403-002 NON-ASBESTOS FRONT BRAKE LINING 419-023 CONMET CAST IRON FRONT BRAKE DRUMS 409-021 SKF SCOTSEAL PLUS XL FRONT OIL SEALS 408-001 VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS-OIL 416-022 STANDARD SPINDLE NUTS FOR ALL AXLES 405-003 HALDEX AUTOMATIC FRONT SLACK ADJUSTERS 406-001 STANDARD KING PIN BUSHINGS 536-055 TRW THP-60 POWER STEERING WITH RCH45 90 AUXILIARY GEAR 539-003 POWER STEERING PUMP 534-003 4 QUART POWER STEERING RESERVOIR 533-001 OIL/AIR POWER STEERING COOLER 40T-003 SYNTHETIC 50W FRONT AXLE LUBE Front Suspension 620-006 20,000#FLAT LEAF FRONT SUSPENSION 50 619-004 GRAPHITE BRONZE BUSHINGS WITH SEALS- FRONT SUSPENSION Rear Axle and Equipment 420-1K7 MT-44-14X 44,000ft R-SERIES TANDEM REAR 105 AXLE 421-529 5.29 REAR AXLE RATIO 424-001 IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING Application Version 8.6.005 04/28/2014 10:31 AM Data Version PRL-0ST.012 Copy of City of Omaha Bridge Snooper Page 6 of 16 47... WESTERN STAR Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Farnarn Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 386-076 MXL 17N MERITOR EXTENDED LUBE MAIN 25 25 DRIVELINE WITH FULL ROUND YOKES 388-073 MXL 17T MERITOR EXTENDED LUBE INTERAXLE DRIVELINE WITH HALF ROUND YOKES 878-019 (1)INTERAXLE LOCK VALVE FOR TANDEM OR TRIDEM DRIVE AXLES 87A-005 INDICATOR LIGHT FOR EACH INTERAXLE LOCKOUT SWITCH 423-020 MERITOR 16.5X7 0+CAST SPIDER CAM REAR BRAKES,DOUBLE ANCHOR,FABRICATED SHOES 433-002 NON-ASBESTOS REAR BRAKE LINING 434-019 ASPHALT SPREADER CLEARANCE REAR BRAKE GEOMETRY 451-023 CONMET CAST IRON REAR BRAKE DRUMS 440-021 SKF SCOTSEAL PLUS XL REAR OIL SEALS 426-075 HALDEX GOLDSEAL LONGSTROKE 2-DRIVE AXLES SPRING PARKING CHAMBERS 428-003 HALDEX AUTOMATIC REAR SLACK ADJUSTERS 41T-002 SYNTHETIC 75W-90 REAR AXLE LUBE Real,Sue pension 622-1CP HENDRICKSON RTE463 REAR SUSPENSION© 490 46.000# 621-016 HENDRICKSON RT/RTE-7.19"SADDLE 431-001 STANDARD U-BOLT PAD 624-011 52 INCH AXLE SPACING -20 628-005 STEEL BEAMS AND BRONZE CENTER BUSHINGS WITH BAR PIN ADJUSTABLE END CONNECTIONS 623-005 FORE/AFT CONTROL RODS Brake System 490-100 WABCO 4S/4M ABS WITHOUT TRACTION CONTROL 871-001 REINFORCED NYLON.FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES 904-001 FIBER BRAID PARKING BRAKE HOSE 412-001 STANDARD BRAKE SYSTEM VALVES 432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE 480-069 (2)CR BRAKEMASTER TURBO 2000(MODEL 65) 50 AIR DRYERS WITH HEATER Application Version 8.6.005 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 7 of 16 47... WESTERN STAR' Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Famam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 483-006 BRAKE MASTER OIL COALESCING FILTER FOR AIR DRYER 479-015 AIR DRYER FRAME MOUNTED 460-1AJ STEEL AIR BRAKE RESERVOIRS MOUNTED 15 5 PERPENDICULAR RH UNDER CAB AND INSIDE RAIL FOR REMAINING TANKS 46A-002 (1)1350 CUBIC INCH AUXILIARY AIR TANK, 20 20 INLET CHECK VALVE 607-001 CLEAR FRAME RAILS FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET,BOTH RAILS OUTBOARD 477-004 PULL CABLES ON ALL AIR RESERVOIR(S) Wheelbase&Frame 545-610 6100MM(240 INCH)WHEELBASE • 546-1B2 1/2X3.64X11-7/8 INCH STEEL FRAME 600 200 (12.7MMX301.6MM/0.5X11.88 INCH)120KSI ' 547-001 1/4 INCH(6.35MM)C-CHANNEL INNER FRAME 194 420 REINFORCEMENT • 552-1AP 5075MM(200 INCH)REAR FRAME OVERHANG 55W-999 CUSTOM FRAME OVERHANG RANGE AC8-99D CALC'D BACK OF CAB TO REAR SUSP C/L(CA): 158.78 in AE8-99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L(CA): 155.7E in AE4-99D CALC'D FRAME LENGTH-OVERALL: -9741.03 AM6-99D CALC'D SPACE AVAILABLE FOR DECKPLATE: 158.78 in FSS-OLH CALCULATED FRAME SPACE LH SIDE: 111.99 in FSS-ORH CALCULATED FRAME SPACE RH SIDE: 115.85 in 553-001 SQUARE END OF FRAME 559-001 STANDARD WEIGHT ENGINE CROSSMEMBER 562-001 STANDARD MIDSHIP#1 CROSSMEMBER(S) 572-001 STANDARD REARMOST CROSSMEMBER 565-002 HEAVY DUTY SUSPENSION CROSSMEMBER 568-001 STANDARD WEIGHT REAR SUSPENSION • CROSSMEMBER Chassis Equipment 556-1EE 16 INCH PAINTED STEEL BUMPER 558-033 REMOVABLE FRONT TOW HOOKS STORED ON 25 THE CHASSIS FRAME Application Version 8.6.005 04/28/2014 10:31 AM Data Version PRL-08T.012ihr Copy of City of Omaha Bridge Snooper Page 8 of 16 47... WESTERN STAR' Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Farnam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 574-001 BUMPER MOUNTING FOR SINGLE LICENSE PLATE 586-015 FRONT ANTI-SPRAY CAB MOUNTED MUDFLAPS 551-007 GRADE 8 THREADED HEX HEADED FRAME FASTENERS Fuel Tanks 204-151 60 GALLON/227 LITER ALUMINUM FUEL TANK- LH 218-006 25 INCH DIAMETER FUEL TANK(S) 215-005 PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC TANK(S)WITH PAINTED BANDS 212-007 FUEL TANK(S)FORWARD 664-001 PLAIN STEP FINISH 205-001 FUEL TANK CAP(S) 122-077 ALLIANCE FUEL FILTER/WATER SEPARATOR 15 WITH HEATED BOWL AND PRIMER PUMP 216-020 EQUIFLO INBOARD FUEL SYSTEM 202-016 HIGH TEMPERATURE REINFORCED NYLON FUEL LINE 221-001 FUEL COOLER Tires 093-1X7 GOODYEAR G296 MSA 425/65R22.5 20 PLY 150 RADIAL FRONT TIRES 094-0DH MICHELIN XDE M/S 11R22.5 14 PLY RADIAL 56 REAR TIRES Hubs 418-045 CONMET PRE-SET BEARING IRON FRONT HUBS 450-045 CONMET PRE-SET BEARING IRON REAR HUBS Wheels 502-573 ACCURIDE 29806 22.5X12.25 10-HUB PILOT 4.00 82 INSET 5-HAND STEEL DISC FRONT WHEELS 505-428 ACCURIDE 28828 22.5X8.25 10-HUB PILOT 2- 40 HAND HD STEEL DISC REAR WHEELS 496-011 FRONT WHEEL MOUNTING NUTS 497-011 REAR WHEEL MOUNTING NUTS Cab Exterior 829-1A8 110 INCH BBC STEEL CONVENTIONAL CAB 82A-023 WESTERN STAR PAINTED ALUMINUM CAB SKIRT Application Version 8.6.005 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper 47,,, Page 9 of 16 WESTERN STAR' Prepared for: Prepared by; Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Farnam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 650-044 AIR CAB MOUNTS WITH CHECK VALVE 648.002 NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 667-001 FRONT FENDERS 754-001 2 INCH FENDER EXTENSIONS 5 678-009 LH AND RH EXTERIOR GRAB HANDLES AND RH INTERIOR GRAB HANDLE MOUNTED TO A POST 646-008 STATIONARY BRIGHT FINISH GRILLE 65X-003 CHROME HOOD MOUNTED AIR INTAKE GRILLE 640-008 GALVANEALED STEEL SEVERE SERVICE CAB 644-004 FIBERGLASS HOOD 727-012 DUAL HADLEY SD-978 26 INCH RECTANGULAR AIR HORNS 726-002 DUAL ELECTRIC HORNS 728-002 DUAL HORN SHIELDS 657-1AG DOORS AND IGNITION KEYED THE SAME 575-001 REAR LICENSE PLATE MOUNT END OF FRAME 312-072 SINGLE RECTANGULAR SEALED BEAM HEADLIGHTS WITH BRIGHT BEZELS 302-001 (5)AMBER MARKER LIGHTS 294-001 INTEGRAL STOPITAIUBACKUP LIGHTS 300-015 STANDARD FRONT TURN SIGNAL LAMPS 744-008 DUAL STAINLESS STEEL HEATED MIRRORS 797-001 DOOR MOUNTED MIRRORS 796-001 102 INCH EQUIPMENT WIDTH 743-1AC LH AND RH 8 INCH STAINLESS STEEL CONVEX MIRRORS MOUNTED BELOW PRIMARY MIRRORS 74A-001 RH DOWN VIEW MIRROR 729-001 STANDARD SIDE/REAR REFLECTORS 768-046 17.5X35 INCH TINTED REAR WINDOW 661-006 TINTED DOOR GLASS 654-006 RH ELECTRIC AND LH MANUAL WINDOWS 2 663-002 2-PIECE TINTED CURVED GASKET MOUNTED WINDSHIELD 659-016 1.5 GALLON WINDSHIELD WASHER RESERVOIR MOUNTED UNDER CAB WITH REMOTE FILL Cab Interior 707-1D4 SMOKY MOUNTAIN GRAY VINYL PREMIUM INTERIOR Application Version 8.6.005 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 10 of 16 47... WESTERN STAR Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Farnam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 70K-005 BLACK HARD TRIM 706-049 BASE LEFT HAND DOOR TRIM 708-049 BASE RIGHT HAND DOOR TRIM 772-007 BLACK MATS WITH DOUBLE INSULATION 785-007 DASH MOUNTED ASH TRAY AND LIGHTER, DRIVER SIDE 691-001 FORWARD ROOF MOUNTED CONSOLE 694-009 PASSENGER SIDE WING DASH MOUNTED GLOVE BOX WITH LOCKING DOOR 697-012 14"X7.75"DOCUMENT POUCH MOUNTED ON BACK WALL BETWEEN SEATS 693-025 LH AND RH DOOR MAP POCKETS 741-029 COAT HOOK ON RH BACKWALL OF CAB 742-026 (1)CUP HOLDER MOUNTED IN BOTTOM CENTER OF DASH 680-034 TWO-TONE CHARCOAL UPPER/COOL GRAY LOWER SOFT TOUCH WING DASH WITH BLACK DRIVER SIDE COSMETIC UNDER DASH COVER 320-004 STANDARD WIRING 700-015 HEATER.DEFROSTER AND AIR CONDITIONER WITH COSMETIC COVER 701-010 HVAC DUCTING WITH FOAM MAIN FRESH AIR FILTER AND OUTSIDE PRE-FILTER 703-005 MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH 170-015 STANDARD HEATER PLUMBING 130-033 DENSO HEAVY DUTY AIR CONDITIONER COMPRESSOR 898-001 RADIATOR MOUNTED AIR CONDITIONER CONDENSER 702-002 BINARY CONTROL,R-134A 739-001 CAB INSULATION 285-003 CIRCUIT FUSES 324-075 DOOR ACTIVATED DOME LIGHT,UNDER DASH LIGHT AND LH AND RH DOOR MOUNTED COURTESY LIGHTS 655-001 CAB DOOR LATCHES WITH MANUAL DOOR LOCKS 284-023 (1)12 VOLT POWER SUPPLY IN DASH Application Version 8.6.005 fn /"7 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 11 of 16 47... WESTERN STAR' Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Farnam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 756-1D9 PREMIUM HIGH BACK AIR SUSPENSION DRIVER 40 SEAT WITH 3 CHAMBER AIR LUMBAR, INTEGRATED CUSHION EXTENSION,FORWARD AND REAR CUSHION TILT,ADJUSTABLE SHOCK ABSORBER 760-038 NATIONAL 2 MAN TOOUBATTERY BOX MID BACK NON SUSPENSION PASSENGER SEAT 758-022 BLACK MORDURA CLOTH DRIVER SEAT COVER 761-023 BLACK MORDURA CLOTH PASSENGER SEAT COVER 763-006 3 POINT DRIVER AND PASSENGER AND 2 POINT CENTER FRONT SEAT BELT RETRACTORS 532-002 ADJUSTABLE TILT AND TELESCOPING STEERING COLUMN 540-005 2-SPOKE 20 INCH(500MM)BLACK STEERING WHEEL 765-002 DRIVER AND PASSENGER INTERIOR SUN VISORS Instruments&Controls 185-004 STANDARD FOOT PEDAL SYSTEM 870-004 STAR GAUGES WITH BLACK BEZELS 732-001 BLACK DRIVER INSTRUMENT PANEL 734-001 BLACK CENTER INSTRUMENT PANEL 486-001 LOW AIR PRESSURE LIGHT AND BUZZER 840-002 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES 198-002 INTAKE MOUNTED AIR RESTRICTION INDICATOR WITH GRADUATIONS 149-012 CRUISE CONTROL SWITCHES IN THE CENTER PANEL 156-007 KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION;4 POSITION OFF/RUN/START/ACCESSORY 811-001 WARNING LAMP/LIGHT BAR DISPLAY,NON- DATA LINKED 160-025 DIAGNOSTIC INTERFACE CONNECTOR,9 PIN, SAE J1939,LOCATED BELOW DASH 844-001 2 INCH ELECTRIC FUEL GAUGE 148-003 PROGRAMMABLE RPM CONTROL- ELECTRONIC ENGINE 856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 864-001 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE Application Version 8.6.005 , 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 12 of 16 47... WESTERN STAR' Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICKS STERLING TRUCKS, 1819 Farnam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 830-026 STAR GAUGE ENGINE HOUR METER IN DASH 2 372-035 (1)DASH MOUNTED PTO SWITCH WITH 5 INDICATOR LAMP 852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE 746-1A2 AM/FMM/B RADIO WITH FRONT AUXILIARY 10 INPUT 747-002 ROOF/OVERHEAD CONSOLE MOUNTED RADIO 750-004 (4)RADIO SPEAKERS IN CAB 753-019 AM/FM ANTENNA MOUNTED ON RH FRONT A- 2 PILLAR 748-998 NO CB RADIO/PROVISION 752-017 MULTI-BAND AM/FMMB/CB LH MIRROR MOUNTED ANTENNA SYSTEM • 75B-998 NO ANTENNA-RADIO,UHFNHF 810-042 ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE.WITH ODOMETER 817-008 STANDARD VEHICLE SPEED SENSOR WITH ADDITIONAL SIGNAL FOR CUSTOMER USE LOCATED BETWEEN DRIVER AND PASSENGER SEATS 812-001 ELECTRONIC 3000 RPM TACHOMETER 813-998 NO MPH AND/OR RPM GRAPH 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP 836-001 2 INCH VOLTMETER 660-008 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY 304-015 CAB/TRAILER MARKER LIGHT SWITCH WITH SEPARATE HEADLIGHT SWITCH 882-009 ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR 299-037 SELF CANCELING TURN SIGNAL SWITCH WITH INTEGRAL HEADLAMP DIMMER WITH BRAKE OVERRIDE 298-036 PACIFIC INSIGHT ELECTRONIC FLASHER Design 065-000 PAINT:ONE SOLID COLOR Color 980-8K9 CAB COLOR A:HSB906676 OMAHA ORANGE PPG BASE/CLEAR 96J-001 CAB INTERIOR PAINTED SAME AS CAB COLOR 986-020 BLACK,HIGH SOLIDS POLYURETHANE CHASSIS PAINT Application Version 8.6.005 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper 47... Page 13 of 16 WESTERN STAR" Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICK'S STERLING TRUCKS, 1819 Famam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone:1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 Weight Weight Data Code Description Front Rear 962-972 POWDER WHITE(N0006EA)FRONT WHEELS/RIMS(PKWHT21,TKWHT21,W,TW) 966-972 POWDER WHITE(N0006EA)REAR WHEELS/RIMS(PKWHT21,TKWHT21,W,TW) 964-993 BUMPER PAINTED SAME AS CHASSIS Certification•!Compliance 996-001 U.S.FMVSS CERTIFICATION,EXCEPT SALES CABS AND GLIDER KITS Secondary Factory Options • 999-014 D ..: ,. LER • HAS BEEN ADVISED OF AND ACCEPTED RESPONSIBILITY FOR MODIFICATIONS DUE TO POSSIBLE PTO/CHASSIS INTERFERENCE TOTAL VEHICLE SUMMARY Weight:Summary.. Weight Weight Total Front Rear Weight Factory Weight` 9610 lbs 8136 lbs 17746 lbs Dealer Installed Options 0 lbs 0 lbs 0 lbs Total Weight+ 9610 lbs 8136 lbs 17746 lbs Extended Warranty WAH-067 EXTENDED VEHICLE WARRANTY,2 YEARS OR 200,000 MILES/320 000 KM Dealer Installed Options Weight Weight Front Rear LOCI MANUALS 0 0 LOC2 TRANSPORT COST MISC. 0 0 Total Dealer Installed Options 0 lbs 0 lbs Application Version 8.6.005 AA" 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 14 of 16 47... WESTERN STAR' Prepared for: Marc McCoy Prepared by: City of Omaha Terry Novotny 1819 Farnam Street WICK'S STERLING TRUCKS, Omaha,NE 68183-0902 INC. Phone:1-402-444-6191 10502 S.147TH ST. OMAHA,NE 68138 Phone:402-891-9200 (+)Weights shown are estimates only. If weight Is critical,contact Customer Application Engineering. Application Version 8.6.005 Data Version PRL-08T.012 04/28/201410:31 AM liA/ Copy of City of Omaha Bridge Snooper 47... Page 15 of 16 WESTERN STAR' Prepared for: Prepared by: Marc McCoy Terry Novotny City of Omaha WICKS STERLING TRUCKS, 1819 Famam Street INC. Omaha,NE 68183-0902 10502 S.147TH ST. Phone: 1-402-444-6191 OMAHA,NE 68138 Phone:402-891-9200 QUOTATION• WESTERN STAR 4700 SET-FORWARD FRONT AXLE CHASSIS SET FORWARD AXLE-TRUCK 20,000#FLAT LEAF FRONT SUSPENSION CUM ISL 330 HP @ 2000 RPM,2200 GOV RPM,1000 110 INCH BBC STEEL CONVENTIONAL CAB LB/FT @ 1400 RPM 6100MM(240 INCH)WHEELBASE ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH 1/2X3.64X11-7/8 INCH STEEL FRAME PTO PROVISION (12.7MMX301.6MM/0.5X11.88 INCH)12OKS1 MT-44-14X 44,000#R-SERIES TANDEM REAR AXLE 5075MM(200 INCH)REAR FRAME OVERHANG HENDRICKSON RTE463 REAR SUSPENSION @ 46,000# 1/4 INCH(6.35MM)C-CHANNEL INNER FRAME DETROIT DA-F-20.0-5 20,000#FL1 71.0 KPI/3.74 DROP REINFORCEMENT SINGLE FRONT AXLE PER UNIT TOTAL VEHICLE PRICE TOTAL#OF UNITS(1) $ 97,580 $ 97,580 EXTENDED WARRANTY $ 1,544 $ 1,544 DEALER INSTALLED OPTIONS $ 700 $ 700 CUSTOMER PRICE BEFORE TAX $ 99,824 $ 99,824 TAXES AND FEES FEDERAL EXCISE TAX(FET) $ (276.0) $ (276.0) TAXES AND FEES $ 0 $ 0 OTHER CHARGES $ 0 $ 0 TRADE-IN TRADE-iNALLOWANCE $ (0) $ (0) BALANCE DUE (LOCAL CURRENCY) $ 99,548 $ 99,548 COMMENTS: Projected delivery on I I_provided the order is received before / / APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer:X Date: / 1 See your local dealer for a competitive quote from Daimler Truck Financial,or Daimler Truck Financial contact us atlnfomation@dtfoffers.com. Daimler Truck Financial offers a variety of finance,lease and Insurance solutions to Financing that works for you. fit your business needs.For more information about our products and services,visit our website at www.daimler-truckfinancial.com. Application Version 8.6.005 , , _ 04/28/2014 10:31 AM Data Version PRL-08T.012 Copy of City of Omaha Bridge Snooper Page 16 of 16 47... WESTERN STAR C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, RFPs were received on April 30, 2014 for the purchase of a bridge inspection vehicle to be utilized by the Construction Division; and, 4. WHEREAS, Wicks Trucks, Inc. submitted a bid of $446,778.00, being-t,ie lowest and best bid received within the bid specifications, for the purchase of a bridge inspection vehicle. 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 Wicks Trucks, Inc. for the purchase of a bridge inspection vehicle to be utilized by the Construction Division in the amount of $446,778.00; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Bridge Maintenance Organization 116164, year 2014 expenditures. 249614scp APPROVED AS TO FORM: n CITY ATTORNEY DATE By0414,14 ,, Councilmember Adopted N...1...7..20146 .• } �, ity Jerk Approved-�.i�"""` Mayor i n NO. Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Wicks Trucks, Inc. for the purchase of a bridge inspection vehicle to be utilized by the Construction Division in the amount of$446,778.00; and, that the Finance Department is authorized to pay this cost from `. the Street and Highway Allocation Fund 12131, Bridge Maintenance Organization 116164, year 2014 expenditures. 249614Ascp Presented to City Council JUN 1 7 2014 Adopted euiter �rocuFL City Clerk