Loading...
RES 2013-1212 - PO to Cornhusker International Trucks for chassis and cab pNt AHA,N4:e4, -... � • � . TTi \ `� 1- / 4 ! . i... E �.-. 'K ti,_ 3.i �� ' Public Works Department xX�C, N p Se tember 10 2013 6 ~ d r Omaha/Douglas Civic Center 1819 Farnam Street,Suite to o � Omaha,Nebraska 68183-0601 oR 4� (402)444-5220 44/3 FEi311 - Fax(402)444-5248 City of Omaha C t' = ; , 'i':_ Robert G. Stubbe,P.E. Jean Stothert,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing, the Purchasing Agent to issue a Purchase Order to Cornhusker International Trucks on the bid for the purchase of a 58,000 GVW cab and chassis with lugger body to be utilized by the Environmental Quality Control Division. The following bids were received on August 7, 2013. A detailed bid tabulation i`'. attached. Contractor Total Bid CORNHUSKER INTERNATIONAL TRUCKS $166,750.00 (LOW BID) Omaha Truck Center $166,769.00 Wicks Trucks, Inc. $171,024.00 The Contractor has on file a current Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of a 58,000 GVW cab and chassis with lugger body from the Sewer Revenue Fund 21121, CSO Long Term Control Plan Orran.izat c,n 116717, year 2013 expenditures. The Public Works Department recommends the acceptance of the bid from Cornhusker International Trucks in the amount of$166,750.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, 7 Referred to City Councii for Consideration: C)- ?0,4_,, , '- f>` _,3 3 Selev-___St--- I ?=v-i i Robert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Appr ved: Om_ , .4 /aVb- 67.719.."-Z5 �� Allen Herink Date Hum n Rights and Re-iati;zn: spate Acting Finance Director Department 226513scp c ZSA CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on August 7, 2013 for the purchase of a 58,000 GVW chassis and cab with lugger body to be utilized by the Environmental Quality Control Division; and, WHEREAS, Cornhusker International Trucks submitted a bid of$166,750.00, being the lowest and best bid received within the bid specifications, for the purchase of a 58,000 GVW chassis and cab with lugger body. 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 Cornhusker International Trucks for the purchase of a 58,000 GVW chassis and cab with lugger body to be utilized by the Environmental Quality Control Division in the amount of$166,750.00; and, that the Finance Department is authorized to pay this cost from the Sewer Revenue Fund 21121, CSO Long Term Control Plan Organization 116717, year 2013 expenditures. 226613scp APPRO ED AS TO FORM: CITY ATTO Y DATE Y Councilmember Adopted y 1 0 2013 170941- •ty Cle Approve Mayor I- W Z U a I- w z U a I-- w • zv a U O I C O us >., o in - r v .G Z oo CD v N D FEr >- >- CO o L 0- ti �. Z CO Y U O C .•, N O It• L co� 0 c O CD 4E. Z O " aUi N ` �, T. -C CD49. OE EL co ro >- 0 m a o Ul Y I- L6I O I� Cu � s � Z0 ram- co Cl) Cu oo oEH n E2 ( to >- } O N U c a zi-a. r- N Z Q > a) .2 _ °' E _p _p o ~ o 0) 2 °' c °° °° w ) C p0 Q 'CO 0 (9 OZ 0 W m .c ._ & O A. ca. Q m 7 O aci a) CoQ. 2 a - + 0 W 2Q C 0 co p U ITi O oD U °iS M C..) u_ � as o co 0 115 Cu Z H U Gf 0 La m I- 0. ZO Q �'7 C el (C Q Q = a) o a+ a) G N y C I-- �i c t 2 as Cu ro 3 d a) d 0 ¢ 0 tL M,C. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Truck Cab&Chassis(58,000 GVW) RETURN BIDS TO: Published: July 3,2013 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,July 24,2013 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates w0 be furnished. Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Truck Cab&Chassis(58,000 GVW) 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or certified check shall be made payable to"City of Omaha' suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so wit indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.doualascountvpurchasina.org. DO NOT CALL FOR THIS INFORMATION, Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION 1 each Truck Cab and Chassis(58,000 GVW)with lugger body and hydraulic system, in accordance with the attached eight(8) pages of specifications. 20 I,4t- In rtca %oinc 7b00 5BA- 6x4— Make & Model Offered: pa t-1a e - Tct.telc Eric(diet"+ BID/each:• $ !gala 75d TOTAL BID: $ +6(p '7 50 Any and all exceptions to specifications must be noted on (5%Bid Bond is to be based the attached "Exceptions to Specifications"sheet. upon this amount,if over $20,000.00) Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 or Marc McCoy at(402)444-6191. REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha,or lawful money of the United States, or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY` 9ln OR TYPE) Payment Term ski Firm: n us kr r-Trn�r,-)c -t 4 cJCS I orporated In: 1 c�nlq r� Delivery(or completion) Name: 0 'k oca.Yl-_ Signature: � (0 calendar days following Title: p L Sen7 'J4c gne: '33I_g jl}0! Fax:331_ 02„ �_J__ vv 1 8 8 award Address: 4602.I to `zh incib ( I� 6`� +37 Street/P.O.Box City State C�Zip Email Address: r'o bA rc ah CashksKer► n e_cr44-Ion21.c-oin DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Truck Cab&Chassis(58,000 GVW) NOT AN ORDER Page 2 DESCRIPTION Bidders must be duly licensed and authorized to sell the requested products under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60-1401 et seq., as of the date of bid. Bidders must indicate delivery time for this vehicle type on bid sheet. NOTE: Each bid shall be accompanied by: (1) proof that the bidder holds, as of the date of the bid, a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60-1401.01 et seq.; and(2) name of the bidder's salesperson, and proof that the bidder's salesperson holds, as of the date of the bid, a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act; and(3)name of the manufacturer of the product and proof that the manufacturer holds, as of the date of the bid, a Nebraska Motor Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being rejected. FLEET DEFECTS: A fleet defect is defined as the failure of identical items covered by the warranty and occurring in the warranty period in a proportion of the vehicles delivered under this contract. For deliveries of 10 to 60 vehicles, the proportion shall be 20 per cent. For deliveries of under 10 vehicles, the fleet defect provision shall not apply. SCOPE OF WARRANTY PROVISIONS: The manufacturer shall correct a fleet defect by providing parts and labor free of cost to the buyer. After correcting the defect,the manufacturer shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program shall include inspection and/or correction of the potential or defective parts in all of the vehicles. The warranty on items determined to be fleet defects shall be extended for the time and/or miles of the original warranty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the repair/replacement date for corrected items. SIGN ALL COPIES Firm o 4. k ier OrIckl BY � •4 ere Title � preSQn" ,.h v. CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Truck Cab & Chassis(58,000 GVW) NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States, or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions, or privileges of employment because of the race, color, religion, sex, disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb. Rev.Stat. §4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE) Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm '' fi n rriertioncal ` c- s By rt 0q r' e Title S.�-e5; r 4.' CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 MIA 40 • 1. Regulation: III' :U +►'-�*�+. �Eb A. Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully Qg. authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. ohm Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of F. Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). miContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev. Stat.Section 73-104 et seq.). Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health ri Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. Cia, Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. 2/..yed" -- �p /3 Sign tur Date/ By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered meets all specifications as set forth in the bid. Name (print) Ro4erf ar1e Signed �-�{ pit %-fL Title 4 1./ rrk,'._ The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) S P ecI P ctv ,'b,r,s, f4-,s — Failure to list exceptions may be cause for equipment to be rejected at time of delivery ��e Name (print) 'P. r . - Signedc1L Title \-es evict-1:i V.Q,. TRUCK CHASSIS WITH LUGGER BODY(58,000 GVW) GENERAL: The vehicle is to be latest current model of standard design manufactured, complete with all standard equipment, tools, and warranty. Bidders are to supply full description and descriptive materials on unit bid with the proposal. Truck must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. This truck will have a Converto Mfg Model 120-H-35 LD or approved equal Meet S ecification- Please indicate - if other ex lain on comment line Lee- 1.1 Not less than 58,000 pounds State GVWR 5= 0ooi1 Other or Comments 2.1 Combination steel and fiberglass with ventilator and tilt type hood assembly with stationary grille. 2.2 Dual exterior cab grab handles or single with dual interior handles. 2.3 Safety glass throughout. 2.4 Both seats to be "National Cushion Air 195 Air High Backs,"fully adjustable seats with heavy duty vinyl trim or equal. Y 2.5 Dual sun visors and door locks. ✓ 2.6 Fresh air heavy duty hot water heater with dual defroster. ✓ 2.7 Seat belts. 2.8 Cab dimensions to be approximately: Shoulder room, 70.0 inches; and Floor to V headliner, 56.6 inches. v 2.9 Shall be equipped with AM-FM radio. 2.10 Interior finished to exclude excessive noise and weather. ✓ 2.11 Floor coverings will be rubber matting type. v 2.12 Head restraints or high back for outboard seats. 2.13 Insulated headliner. V 2.14 Cab to be air ride mount. 2.15 To have dual electric horns. 2.16 2 WAY RADIO Wiring with 20 amp fuse protection includes ignition wire with ✓ 5 amp fuse with 10 foot of coiled wire. 2.17 To have factory manual A/C with HVAC Fresh Air Filter. ✓ 2.18 Tilt steering wheel with self canceling turn signals. 2.19 To have single roof mounted air horn with air solenoid operated. Other or Comments Locg.4e k j- FT + -e-- c, ✓ 3.1 Cab, body, and fenders will be standard City of Omaha Orange. 3.2 All paint will be base coat/clear coat acrylic, activator hardened acrylic or l� _ polyurethane type. Other or Comments 4.1 Shall be equipped with right and left electric heated, outside mounted (West Coast or breakaway design)type 7.44 inch X 14.84 inch minimum fully adjustable mirrors, mounted on extension type brackets. Shall have a 7.44 inches minimum convex mirror mounted on right and left side of vehicle. Mirrors to be stainless steel or plastic with powder coated arms. Other or Comments f/ 5.1 Wheel base shall be approximate 207". Other or Comments 6.1 Heavy duty C-channel single frame with a minimum of 120,000 PSI rails, minimum ►� of 2,500,000 RBM and a minimum of 21 cubic section modules. 6.2 Frame shall have a minimum of twenty (20) inches integral front frame extension frame extension to have same RBM to section modules Other or Comments ✓ 7.1 Cab to axle shall be approximately 140". ✓ 7.2 Axle to Frame shall be approximately 69". Other or Comments ✓ 8.1 Delete manufacturer's standard bumper. Bid to include front plow hitch and ✓ bumper built to City of Omaha spec. Other or Comments 9.1 Aluminum 100 gallon fuel tank(s)with a minimum twenty five (25)gallon of fuel when unit is delivered. Fuel tank not to extend behind cab. Other or Comments 10.1 Halogen headlights with high/low beam; parking, dome, tail, backup, and stop lights. ✓ 10.2 To have electric backup alarm. ✓ 10.3 All clearance/marker lights, stop, turn, tail and backup lights to be LED type. ✓ 10.4 Body builder wiring to rear of frame. Other or Comments 1� 11.1 Key locking starter switch. 11.2 Head, parking and dome light switches, headlight beam control, turn signal indicator lights and high beam indicator light. 11.3 Shall have a speedometer, voltmeter, fuel, oil pressure, air pressure, coolant temperature, engine hour meter and RPM gauges. ✓ 11.4 To have oil change indicator lights. t� 11.5 All gauges shall be needle type located in dash panel. Other or Comments 12.1 Engine shall be equipped with a Jacobs compression engine brake. An On/Off low/high switch shall be provided on the instrument panel within reach of the driver. Other or Comments 13.1 Duel, intermittent, two (2) speed electric, windshield wipers with duel windshield washer; all factory installed. Other or Comments 14.1 Diesel engine with minimum net horsepower of 410 HP and a minimum net tor•ue of 1450 foot sounds. 14.2 Any of the following diesel engines are acceptable. Detroit Diesel Cummins International i!um9tul.ZcZ��IJiJ•-d with cod we-th-r s'- •LJAMINIE11.1.11111 ✓ �_14.4 En.ine noise levels must be within Federal OSHA Re•ulations. t/ 14.5 En•ine to be e•ui••ed with auxilia com•ression brakins s stem. Other or Comments '� ■ 15.1 Shall be equipped with a heavy duty two stage dry type air cleaner with inside-outside air with in cab control. ✓ �� 15.2 Fuel/water sesarator filter with heater. Other or Comments �-_ 16.1 Three(3)twelve volt batteries must deliver a total of at least 2775 CCA. ✓ �_ 16.2 Remote mounted 'um. start stud. Other or Comments ✓ �� �atrl�rc•��if:r[a:��Yn��� ulilcai�r• fi ispa: 11L[, - .. Other or Comments ✓ _- 18.1 Twelve 12 volt 160 am•eres minimum. Other or Comments ✓ �_19.1 Full flow with throw awa t •e element. Other or Comments 20.1 Manufacturer's heaviest dut , coolin• ca•acit s stem must be furnished. 20.2 Coolant recove s stem re.uired: V ■20.3 Ethylene glycol base antifreeze protection to minus (-) 35 degrees below zero Fahrenheit for all trucks delivered. 20.4 To be e•ui•.ed with an en•ine oil cooler if available from facto . 20.5 To be equipped with an increased capacity cooling system with water filter if available from facto . 20.6 Shall have a heav dut viscous fan drive. ►\rer.4 } �. Other or Comments ► ■ 21.1 Allison 4000 or 4500 RDS six(6)speed with PTO gear, with oil level sensor and less retarder. 21.2 Shifter to be T-bar •e or •ush button. Other or Comments ✓ ��22.1 18,000 •ounds minimum ca•acit , I-beam constructed. ✓ _�22.2 Front axle to be located to •ive best turnip• radis while maintianin• •ro•er wei•ht distribution Other or Comments 23.1 Manufacturer's dual sower steerin• for a 18,000 sounds front axle. Other or Comments 24.1 40,000 pounds minimum capacity, single reduction tandem ✓ axle, throu•h driver air o•erated differential lockout for on/off hi.hwa use. ■■24.2 Adequate gear ratios must be available to sustain road speed of 70 MPH at •overnor RPM. ■■24.3 Driver controlled inter-wheel and inter-axle full locking differentials. Switches shall have indicator Ii•hts. Other or Comments ■■25.1 Heavy duty drive line tube, main drive line U-joints, 1810 Spicer minimum, inter ✓ axle drive line U-oints, 1710 S•icer minimum. Other or Comments 26.1 Front s•rin•s to meet axle re•uirements. Other or Comments 27.1 Hendrickson Primaxx EX Air sus•ension 46,000 lb ca sacit with shock absorbers. Other or Comments 28.1 Full air brakes with low air warning device. Air compressor minimum of 15.9 CFM Minimum dual air reservoirs with Bendix AD-IP air dryer with heater. 22.2 Front brakes 16 1/2 inch x 6 inch, "S"cam double anchor t •e minimum. 23.3 Rear brakes 16 1/2 inch x 7 inch, "S"cam double anchor t •e minimum. ✓ ��28.4 To have automatic ad'ustin• Slack ad'uster. 28.5 To have drain valves for all tanks convenientl oserated from side of truck. 28.6 Air brake ABS full vehicle wheel control s stem. Other or Comments ■29.1 Piggy back mounted spring actuated, on four rear driving wheels with air o•erated dash mounted control. Other or Comments ■30.1 Disc Hub Pilot wheels front and rear. Rear tires: eight heavy duty truck type 11R22.5 M&S tread. 11211 30.2 Front tires: Two heav dut truck t •e 315/80R22.5 his hwa tread desi•n 30.3 To have one front and rear s•are tires mounted on rims. Other or Comments • 31.1 120 volt, factory standard engine heater with three prong plug and weather tight rece•tacle mounted outside of en•ine com•artment. Other or Comments 32.1 Regular manufacturer's standard warranty, manufacturer's statement of origin, and completed pre-delivery inspection certificates required with each unit delivered. v 32.2 The manufacturer's standard warrant shall be state in the bid. 32.3 A minimum warrant of two (2)years, 24,000 miles or other manufacturer's standard warranty, whichever is greater, is required. 32.4 Manufacturer's written warranty including engine, transmission and differential v must accompany delivered unit. 32.5 The vendor will be responsible for providing all warranty work with twenty five (25) drivable miles form 72nd and Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. 32.6 The vendor must be able to provide warranty with twenty four(24) hours of break down. If there is no local dealer the vendor must locate and/or provide the work within the twenty four (24) hour time frame. 32.7 The vendor must be able to provide needed parts with twenty four(24) hours of break down. If shipping by air is needed, the dealer will be responsible for any additional cost. Other or Comments ✓ 33.1 Operators manuals must be furnished and accompany each unit delivered. 33.2 All manuals must be furnished prior to payment. Failure to deliver all manuals that ordered may result in non-payment of ten percent of purchase order total until all manuals are delivered. The following books and manuals will be required. SEE below. ✓ 33.2.1 Two (2)complete parts books. off-Lt N V 33.2.2 Two (2) Service/maintenance manuals on all components of unit. ►, L. ✓ 33.2.3 Two (2) Engine Emissions Diagnostic Testing manuals or software. 33.2.4 Manuals, PC Software must be current year for vehicle. Other or Comments 34.1 Dealer's decals, stickers or other signs shall not be put on units. Manufacturer's nameplates, stampings and other signs are acceptable. Other or Comments 35.1 Unit to be delivered to the City of Omaha, Fleet Management Facility at 2606 North 26th Street, fully serviced to recommended new vehicle specifications. If the vendor is not in the City of Omaha area, the City will not be responsible for any cost from pickup or the delivery of any vehicle or mounted equipment. 35.2 Delivery of completed chassis/lugger body unit is desired within 210 days of receipt of order by vendor. Delivery time beyond 210 days may result in bid not being considered. Bidder shall state delivery time with bid. Bid will not be considered if not listed. Delivery days 2-10 Other or Comments 36.1 The completed truck shall be made available for inspection at the final installers location by City of Omaha personnel before delivery 36.2 If the dealers location is outside the Omaha metro area the cost of transportation, meals, and lodging for two (2) City of Omaha representatives will be at the vendor's expense. Other or Comments SPECIFICATIONS FOR LUGGER BODY AND HYDRAULIC SYSTEM .rtt 1�.+ko� t©3iiui -1rl.fc]IIVJ dC�I'I!_o7 , ��t(r1ifC4l�l The Lugger Body to be Converto Mfg. Model 120-H-35-L-D or approved equal complete with all standard equipment,tools,and warranty. Bidders are to supply full description and descriptive material on unit bid with the proposal. Vehicle must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. X Lugger body shall be designed for the use with a 58,000 GVW Cab and Chassis tandem axle. Body to be truck mounted, hydraulically operated hoisting mechanism designed to handle detachable container in a variety of types and sizes. To consist of two(2) boom assemblies pivoted at the rar of a flatbed surface. Jackleg stabilizers are to provide support during the loading and unloading process. J-hock contact cylinder to permit containers to be handled and dumped with stability and control. Meet Specification-Please indicate-(if other explain on comment line . '&ii lb) (1lilor' 4') MP tiaCa7a X 37.1 Lift hoist to use J-hook system to permit longer containers to be handled and dumped with stability and safety. 37.2 Unit must be able to lift multiple container manufactures. Other or Comments 38.1 All welded steel construction consisting of two(2)10 inch 15.3#channel longitudinal members, box section front and rear crossmembers, 114"Steel deck, 1/4"inner and outer steel side panels with heavy duty bosses for cylinder and arm pivots. Other or Comments �� -3 ICU CoX1tt � JD (IfPXo7i'cl 39.1 The boom consists of two(2)all welded, box section lift arms constructed of 5/16"X- ten 50 steel and connected at the base with a 3"diameter load shaft. The arms pivot in heavy duty bronze bushings in the subframe. The arms are held in place by 6 capscrews, no shear pins. At the top of each arm are two (2) 1/2" lift chains suspended from a 2 1/2" diameter cross shaft which ties both arm assemblies together. Each arm assembly is operated by a double acting hydraulic cylinder. Other or Comments • .3:,1 (o)iirar /WO Ir VAI t`,11.1 ; ' 1i i'i I 40.1 All hydraulic cylinders are self bleeding type. The reservoir is 26 gallon capacity 40.2 Pump to be 30 GPM at 1200 RPM,2500 PSI rating. 40.3 Normal working hydraulic pressure of 1850 psi. 40.4 Directional valve to have 3 spools, each spool 4-way with internal relief and k flow control built in. 40.5 Jackleg cylinder to have 4"bore x 13 1/4"stroke x 3" rod. 40.6 Contact cylinder to have 3"boor x 5"stroke x 21/2"rod. 40.7 Lift cylinder to have 9"bore x 45"stroke x 3"rod. Other or Comments )C 41.1 The hydraulic operated jacklegs are ground seeking, mounted in outrigger extensions Other or Comments 11Z% 'i?jie[tt 'i)(I) Oro] 42.1 Controls to be electric over hydraulic controls. To be modular sub-base design with Rack and Pinion manual handle oven-ides. The preferred style would be Force America "Add-A-Fold Valve. Controls to be mounted within easy reach of driver. X 1 42.2 To have controls for jacks, lift arms, hook assembly and dump pin system. Other or Comments 43.1 One(1)Federal Signal part#454301-AB LED Highlighter strobe lights with clear lens and amber and blue LED's are to be mounted on top of the cab 43.2 To have recessed rubber mounted strobe lights in the rear posts of box to be approximately six(6)inches X two(2)inches oval. To be Signal Tech Led 607101-3 blue and 6.7101-2 amber lens. Strobe control switch to be incorporated in the six switch package(See Section 51). All strobe lights are only to be activated when the ignition key is in the"on" position. The system shall be protected with a circuit breaker 43.3 Taillight to be six(6)inches X two (2)inches oval stop/tail/turn lights recessed rubber mounted in rear posts.To be Federal Signal Tech LED 607105-04 Red. 43.4 To have two SoundOff 3000 Lumen 4 Module Scene Light or approve equal 3000 lumen lights mounted on rack at front of lugger body. \ 1 43.5 All lights are to be LED. Install three(3)bar light in skirt. Other or Comments v�X3 .lei' Cool ex { l►lc3 s. 44.1 Mounting of hydraulic pump drive, hydraulic pump, reservoir, body and all hydraulic components to the truck chassis shall be accomplished by the successful bidder, cost of which shall not be paid for directly, but shall be considered incidental to the bid price. X 44.2 Ail mounting bolts shall be heat treated grade eight(8) minimum. X 44.3 All bolts used for manufacture and mounting shall meet SAEJ 429 specifications. 44.4 All mounting bolts shall be drilled. 44.5 Truck frame flanges shall not be drilled or welded for mounting dump body components to truck frame. 44.6 Hydraulic oil reservoir interior, exterior and dump body shall be thoroughly cleansed (sandblasted)to remove weld slag, splatter, mill scale and rust. Other or Comments r -3 :) (off iCJr L i�-��_1►j l >�3 X 45.1 Vendor to use powder coat primer base and top coat with Polyurethane Omaha y „Viewefi/4..m¢l X 45.2 Paint should be a minimum of 4.0 dry film thickness. Other or Comments "it** ii14lo) C la1)r 'qXl ItiC,:l;4i,01 1�,� 54.1 The following sets of manuals shall be provided with each unit on all components of unit. 1C 54.1.1 Two(2)copies of maintenance and operation manuals. 54.1.2 Two(2)copies of parts lists on all components of unit. 54.1.3 Two_(2)copies of hydraulic circuits. x 54.1.4 Two(2)copies of electrical circuits. Other or Comments .1;149 alit* 7c7 r;'1L. ;t o1bJ1:4 ',Er.lA 55.1 To have ladder on both sides of the body 55.2 Body to be equipped with flexible type mud flaps at rear of body. 55.4 No dealer decals. Other or Comments vets} giti) (OA* CIO) TI,Aiqn 56.1 If the units are installed outside the Metro Area,a pre-delivery inspection to be completed prior to shipping. The suppliers to provide transportation, meals and lodging for two(2)Fleet Management personnel and provide ample time to complete the pre-delive ins section in supplier location. Other or Comments 4 r . 57.1 The successful bidder shall warranty all components of the Lugger Body for one (1)full year from date of satisfactory delivery. The warranty shall cover materials and workmanship. 57.2 Manufacturer's standard warranty to apply and include one (1)year total parts and ?(' labor warranty after satisfactory acceptance of the vehicle. 57.3 The vendor will be responsible for providing all warranty work within 25 drivable miles form 72 and Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. 57.4 The vendor must be able to provide warranty work within 24 hour of break down. X If there is no local dealer the vendor must locate and/or provide the work within the 24 hour time frame. 57.5 The vendor must be able to provide needed parts with 24 hours of break down. If shipping by air is needed, the dealer will be responsible for any additional cost. ` 57.6 If no local dealer the vendor is to state how they will provide parts and timetable. �C' This information must be included in the bid. Otl1 er or Comments ` .. �►r (9)5i it .`d:H.'1121 1glw1i ( 58.1 Unit is desired to be delivered with in 210 days of receipt of order by vendor to the City of Omaha, FleetManagement Facility, 2606 North 26th Street, fully serviced to recommended new vehicle specifications. If the vendor is not in the City of Omaha area,the City will not be responsible for any cost from pickup or the delivery or mounted equipment. Other or Comments 1R!) Ciitw r(gPflabl Y IL(cco1i'i1;1',74= 9A1_3.)1 Y:i!J i'ANt,C&Y.: 51Wciat Cummins Natural Gas Fueled Engine ISX 12G or equal. 400 HP @ 2000 RPM 1450 lbs/ft torque @ 1200 RPM 60 GGE stacked traverse behind cabin in steel cabinet. Parker Hannifin type LH filler receptacle. Gas Fuel Heating System. Single CNG fuel line with in-line solenoid shutoff valvue and pressure regulator. Stainless steel tubing and synthetic rubber flexible lines for CNG service. Fleet Guard coalescing filter(Low Pressure)CNG. Additional Cost$ Other or Comments Ted .s NO. 41--./0 Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Cornhusker International Trucks for the purchase of a 58,000 GVW chassis and cab with lugger body to be utilized by the Environmental Quality Control Division in the amount of $166,750.00; and, that the Finance Department is authorized to pay this cost from the Sewer Revenue Fund 21121, CSO Long Term Control Plan Organization 116717, year 2013 expenditures. 226613Ascp r, Presented to City Council SEP 1 0 2013 Adopted 7-0 gu iier grown City Clerk