RES 2013-0197 - PO to Cornhusker International Trucks Inc for chassis and cabs iP
Public Works Department
Omaha/Douglas Civic Center
z
j
° 151
et!) '4 h! February 12, 2013 !.� F� _ �+ • �� 1819 Farnam Street,Suite 601
n® y.F� L "� ; , , Omaha,Nebraska 68183-0001
(402)444-5220
4'440 FEBR- CITY P, _ Fax(402)444-5248
j M � Robert G. Stubbe,P.E.
City of Omaha /.,l tj n
Jim Suttle,Mayor t i° C., " 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, Inc. on the bid for the purchase of
four 54,000 GVW chassis & cabs as detailed in the attached communication to be utilized by the
Street Maintenance Division.
Bids were received on October 3, 2012. A detailed bid tabulation is attached.
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 four 54,000 GV W chassis & cabs from
the Street and Highway Allocation Fund 12131, Snow and Ice Control Organization 116154 in
the amount of $305,494.00 and Pavement Maintenance Organization 116158 in the amount of
$305,494.00, year 2013 expenditures.
The Public Works Department recommends the acceptance of the bid from Cornhusker
International Trucks, Inc. in the amount of$610,988.00, being the lowest and best bid received
within the bid specifications, and requests your consideration and approval of this Resolution.
Respectfully submitted, Referredti City Council for Consideration:
/ - 2L1-i ' / 29
Robert G. Stubbe, P.E. Date 3 Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
1/Qq115
Leslie A. Schaefer Date Human Rights an Relations Date
)� Interim Finance Director Department
206313scp
Preiner, Sue (PWks)
From: McCoy, Marc (VMF)
Sent: Tuesday, January 22, 2013 10:42 AM
To: Preiner, Sue (PWks)
Cc: McIntyre, Scott(PWks); Carlson, Eric J. (Prch); Hurt, Holly (Prch); Nissen, Joe (VMF); Faris,
Steve (VMF)
Subject: TRUCK CHASSIS&CAB (54,000 GVW)
Attachments: 54,000 GVW Chassis dump with spreader bid tab.pdf
INTEROFFICE MEMORANDUM
TO: SUE PREINER
FROM: MARC MCCOY
SUBJECT: TRUCK CI'ASSIS&CAB(54,000 GVW)
DATE: 01/22/2013
CC: SCOYT MCINTYRE,ERIC CARLSON,HOLLY IIURT,JOE NISSEN,STEVE FARIS
Sue, please generate a Council resolution for the purchase of four (4) Truck Chassis & Cabs in accordance with
the bid opened October 03, 2012. This purchase is part of Public Works Street Maintenance Division's 2013 equipment
budget. This chassis cab bid include all necessary hydraulics, dump box and spreader units. Cornhusker International
Trucks submitted the lowest bid. Cornhusker International Trucks, Inc. (Bid#1) Body Type Monroe Truck Equipment.
Truck Chassis & Cab (54,000 GVW)
Qty Description Price Each Total
4 International 7400 SBA 6x4 Tandem Axle Truck $150,747.00 $602,988.00
4 310 HP Engine w/1050 ft. lbs.torque(page 18 of spec) $2,000.00 $8,000.00
Total $610,988.00
Scott McIntyre will submit a requisition for the purchase. Attached is the bid tab and specifications.
The contact person for this bid is:
Rob Roane
Sales Representative
Cornhusker International Trucks, Inc.
4502 South 110 Street, Omaha,NE 68137
Phone (402)331-8801
Fax (402) 331-8802
Thank you,
Marc McCoy
Equipment Services Manager
City of Omaha Fleet Manageent
2606 N. 26th Street
1
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Truck Chassis& Cab (54,000 GVW) Cornhusker Cornhusker Cornhusker Omaha Omaha Omaha
International International International Truck Truck Truck
Date of Opening Page 1 Trucks, Inc. Trucks, Inc. Trucks, Inc. Center Center Center
October 3, 2012 (Bid#1) (Bid #2) (Bid #3) (Bid #1) (Bid #2) (Bid #3)
Department As Read in Bid Committee
Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
(each) PRICE B PRICE - PRICE - PRICE B PRICE - PRICE -
4 Truck Chassis&Cab (54,000 GVW)
MAKE: International International International Freightliner Freightliner Freightliner •
7400 SBA 7400 SBA 7400 SBA
MODEL: 6x4 6x4 6x4 10850-2014 1085D-2014 10850-2014
,
Monroe Truck Aspen
BODY TYPE: Equipment Equipment Paifleet Aspen Pa!fleet Badger Body
BID/each: $150,747.00 $153,472.00 $156,700.00 $154,876.00 $158,404.00 $165,039.00
TOTAL BID: $602,988.00 $613,888.00 $626,800.00 $619,504.00 $633,616.00 $660,156.00
ADDENDUM #1 ACKNOWLEDGED Yes Yes Yes Yes Yes Yes
,
Terms: - - - 100%I21 100%/21 100%/21
120 chassis/
120 chassis/ 90-110 body, 120 chassis/
Delivery(calendar days following award): 180-200 220-250 270-290 , 155 body eqpt 270 spreader 90-120 eqpt
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Truck Chassis & Cab (54,000 GVW) Peterbilt of Wicks Truck Wicks Truck Wicks Truck Wicks Truck Wicks Truck
Council Inc. Inc. Inc. Inc. Inc.
Date of Opening Page 1 Bluffs (Bid #1) (Bid#2) (Bid #3) (Bid #4) (Bid #5)
October 3,2012
Department As Read in Bid Committee
Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
(each) PRICE C PRICE B PRICE - PRICE - PRICE - PRICE -
4 Truck Chassis& Cab(54,000 GVW)
MAKE: Peterbilt Western Star Western Star Western Star Western Star Western Star
4700 SB 4700 SB 4700 SB
Cummins 15L 4700 SB ISC Cummins 15L 4700 SB ISC Cummins 15L
MODEL: $348.00 345HP 330HP 345HP 330HP 345HP
Aspen
BODY TYPE: Pa!fleet Palfleet Palfleet Badger Body Badger Body Equipment
BlDleach: $168,494.00 $164,430.00 $162,270.00 $171,365.00 $169,213.00 $161,202.00
TOTAL BID: $673,976.00 $657,720.00 $649,080.00 $685,460.00 $676,852.00 $644,808.00
ADDENDUM #1 ACKNOWLEDGED Yes Yes Yes Yes Yes Yes
Terms: 100%/15 days Net 20 Net 20 Net 20 Net 20 Net 20
Delivery(calendar days following award):, 270 150-200 150-200 150-200 150-200 150-200
BID BOND: 5%
Douglas County Purchasing T
TABULATION OF BIDS ON: CITY OF OMAHA
Truck Chassis& Cab(54,000 GVW) Wicks Truck
Inc.
Date of Opening Page 1 (Bid #6)
October 3,2012 •
Department As Read in Bid Committee
Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
(each) PRICE - PRICE PRICE PRICE PRICE PRICE
4 Truck Chassis& Cab(54,000 GVW)
MAKE: Western Star •
4700 SB ISC
MODEL: 330HP
Aspen
BODY TYPE: Equipment
BID/each: $159,050.00
TOTAL BID: $636,200.00 •
ADDENDUM #1 ACKNOWLEDGED Yes
Terms: Net 20
Delivery(calendar days following award): 150-200
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Truck Chassis&Cab(54,000 GVW)
RETURN BIDS TO: Published: September 12,2012 Page 1
CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER
1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5%
Omaha,Nebraska 418183-0011 IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE.
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,September 26,2012
IMPORTANT
1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGIAS CIVIC CENTER, 4 If Federal Excise Tax applies,show amount of same and deduct
1819 Famarn Street,Omaha,NE 68183-0011 by the opening date and time Indicated Exemption certificates will be furnished. Do not Include lax In bid.
In a sealed envelope marked:
BID ON:CITY OF OMAHA Truck Chassis&Cab(64,000 GYM 5 BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES
2.As evidence of good lath a bid bond or certified ified check must be submitted with bid. 6.When submitting bid on items listed,bidder may on a separate sheet,make
Bid bond or certnled check shall be made payable to'City of Omaha' suggestions covering reduction in costs wherever this ls possible through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,charge of meledel or uhization of standard items or quantity change.
3. Right is reserved to accept or reject any or all bids In their entirely and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will Iviicate
have the fight 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
trawakuolasocemtvourchasirmorg. DO NOT CALL FORMS INFORMATION.
Quote your lowest price,beet delivery and terms,F.O.B.delivery point on the Itenr(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Truck chassis and cab (54,000 GVW), per attached
4 each eighteen(18) pages of specifications.
Make: Ctnet Cif ct\
Model: -7400 5t3p' 61•L44
Pro " C001( _ny BID/each: $ 150)
e �N 74`1
!�`(,(13t. r-V& L&tp' TOTAL BID: $ fob2,98e
(5%Bel Bond is to be based
Any and all exceptions to specifications must be noted on upon this amount)
the attached"Exceptions to Specifications"sheet.
Questions regarding this bid should be directed to:
Marc McCoy at(402)444-6191
REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the perfcrmance bond should be licensed by the State of
Nebraska and listecfon the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official
bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful
money of the United States,or a United States Govemement Bond(negotiable)are acceptable substitutes for bond requirements.
All bidders awarded a contract In the amount of 55,000 or more must comply with the Contract Compliance Ordinance end have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be In effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 96 Firmr enattl f3kr ry�,V� `-"rir,, , ated In: a re_
Delivery(or completion) Name: Ro -� e�.t Signature:
180 calendar days following Title �tIts i4tvertlit vv.. L"°^84oz.331`5801 F o2- J i- Cj2.
4-o award Address:4�J0 So 11 b Stirs O1rj toe 68 i31
20 '`ai
StreeUP.O.Box City State Zip
Emel Address:
DOUGLAS COUNTY
PURCHASING DEPARTMENT
1819 FARNAM STREET
902 CIVIC CENTER
OMAHA NEBR 68183
PHONE(402)444-7155 FAX(402)444-5423
September 19, 2012
NOTICE TO BIDDERS:
REQUEST FOR BID ON
TRUCK CHASSIS &CAB(54,000 GVW)
Original Bid Opening Date: Wednesday, September 26, 2012 at 11:00 a.m, CST
' REVISED BID OPENING DATE: Wednesday, October 3,2012 at 11:00 a.m. CST
ADDENDUM#1:
The bid opening date has been extended to Wednesday, October 3, 2012.
END OF ADDENDUM
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND
RETURNING THIS SHEET WITH YOUR BID.
Eric J. Carlson, Douglas County Purchasing Agent
Coal\ er f 4-i on0.E To. GCS
Name of F
PAY- petvt_e____
Signed y II
4/ re..zcz el l-fi ihe.
Title
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Truck Chassis &Cab (64,000 GVW)
NOT AN ORDER Page 2
DESCRIPTION
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
aooly.
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.
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, sax,disability,or national origin
of the employee or applicant.
New Employee Work Eligibility Status(Neb. Rev.Stat.§4-1013.114)
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 FirmC S r rr crtbrAlR,a
/t{c,
By o f i�n-Q-
e.s Tc rt4 kv-e_,
CONTINUATION SHEET
•
Responsible Contractor Compliance Form
RC-1
0.,++,,n4 "<..
f4V.
„ ie
1
1. Regulation: '^L
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
Naauthorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
[41/
Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
14
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.
1 Contractor has not,upon final determination by the Occupational Safety and Health
4n 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.
Contractor agrees to make a good faith effort to ensure al`subcontractors employed on this project
comply with the provisions of the Responsible Contractor Compliance Form RC-1.
/a i.A-4 A..---
Signature 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$300 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.
SPECIFICATIONS FOR TRUCK CHASSIS AND CAB(54,000 t3VW)
GENERAL:
X 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.
X This truck will have a 14 foot dump box.
This truck will have a 13 foot slide In hopper spreader.
X This truck will be used to plow with an 11 foot plow.
Meet S cification-Please indicate- if other ex in on comment line
)( 1.1 Not less than 51,000 pounds State GVWR
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.
X 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.
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
�( headliner,56.6 inches.
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.
�( 2.12 Head restraints or high back for outboard seats.
x 2.13 Insulated headliner.
�( 2.14 Cab to be air ride mount.
2.15 To have dual electric or air horns.
2.18 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.
2.18 Tilt steerinawheel with self canceling turn signals.
Other or Comments
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
polyurethane type.
Other or Comments
Page 1of18
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
•lastic with •owder coated arms.
Other or Comments
In--5.1 Wheel base shall be between 196 and 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
with the same strength as the main frame for mounting of a crankshaft driven
)1' h draulic •um. frame and 'low frame.
����-FiF'"1 '' _E1✓1tN1'I=I�[-YL>�Irlui-111•.'uikl•]1•l�l[•L�•t�fI1E1t1•�[[Itl�l[•1t1ial.1i[•I[I'/!11! " "'�
��'--6.4 Front.cross member to meet s.ecifications of SAE#C h draulic •um..
Other or Comments
MA:4111111--7.1 Cab to trunion measurement shall be 128 to 132 inches.AF minimum 70 inches:
Other or Comments
=.tea 8.1 Delete manufacturer's standard bum.er.
Other or Comments
-70 9.1 One(1)sixty(60)gallon safety type fuel tank on left side. Minimum of
xtwen five 25 •: • •f t_ t's .- ' :r_,. •tt. : . ..:t ••
Other or Comments
10.1 Halogen headlights with high/low beam; parking,dome,tail,backup,and stop
X li!hts.
10.2 To hay: electric backu• alarm.
10:3 All clearance/marker li•hts sto•,turn tail and backu• li•hts to be LED •e.
110111 10.4 body building wiring to rear of frame,option 08 HAE if IHC is successful
bidder.
10.5 TAIL LIGHT WIRING MODIFIED INCLUDES: Eight(8)foot of extra wiring for
left and right. Body mounted tail lights. OPTION: 08 NM if IHC is successful
bidder.
0.6 Au ill ' 1,]aLmn j illia •lui....j[•h _ : d't
10.7 Must Include lights accommodation package that provides wiring for the snow
plow lights to the front of the frame. This feature Includes logic for disabling headlights
when the •low li.hts are on.
10.8 Plow lights are to be controlled b a facto auxilia switch mounted in the dash.
Other or Comments
Page 2 of 18
11.1 Key locking starter switch.
11.2 Head, parking and dome light switches, headlight beam control,turn signal
X indicator lights and high beam indicator light.
11.3 Shall have a speedometer, voltmeter,fuel, oil pressure,air pressure,coolant
X temperature,engine hour meter and RPM gauges.
X 11.4 To have oil change indicator lights.
11.5 All gauges shall be needle type located in dash panel_
11.6 Gauges shall be equipped with automatic engine shut down device to protect
against low oil pressure and high coolant temperatures.
Other or Comments
12.1 Trailer air connections with hand control valve and tractor protection valve for
straight truck.
12.2 To mount electric brake controller for two(2)axle trailer.
12.3 Electric trailer brake, light wiring to rear of truck.
12.4 Electric trailer connection socket seven(7)way flat blade mounted at rear of truck.
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 SAE J-81643 rating. Minimum net horpower of 310 HP
)( ,� and a minimum net torque of 1050 foot pounds. SeQ Op+On3 pax_ le,
14.2 Any of the following diesel engines are acceptable. pax_
Detroit Diesel
Cummins
International'j 'StO4}Q tot ct —To
f9u`p..
14.3 Engine shall a equipped with cold eather starting aid.
14,4 Engine noise levels must be within Federal OSHA Regulations.
-14.5 Unit must have fast idle switch.
Other or Comments
15.1 hall be equipped with a heavy duty two stage dry type air clean r with
x inside-outside air with in cab control.
15.2 Racor(Model 325R or approved equal)fuel/water separator filter with heater
X and dash warning lights. cAvr7 E9 S�4
Other or Comments
16.1 Three(3)twelve volt batteries must deliver a total of at least 2775 CCA.
16.2 Remote mounted jump start stud.
Other or Comments
Page 3 of 18
111M11111--17.1 Frame mounted ri!ht side horizontal muffler with horizontal tail. •-.
Other or Comments
NM= 18.1 Twelve 12 volt 160 am.eras minimum.
Other or Comments
lara--19.1 Full flow with throw awa •- element.
Other or Comments
WWI--20.1 Manufacturer's heaviest du ,cooiin. ca•aci s stem must be furnished.
—20.2 Coolant recove s stem r=•uired.
X 20.3 Ethylene glycol base antifreeze pr t a tion t minjs(-)35ciggrees below zero
Fahrenheit for all trucks delivered. ` . r t !•
���--20.4 T. •= ='(QJJ•I=I•�SIl�II=LLT�Ild=7�Y1�J_.:.1f-ItIFPiTlFi. iIsu1B;NCd�'
-�-20.5 To be equipped with an increased capacity cooling system with water filter if
available from facto .
WA=20.6 Shall have a heav dut viscous =n drive. L.,2,"�' �^,�. a MI/UM -Ir
20.7 The radiator must be situated in a manner where the power take off shaft does
not pass through it OR the radiator cutout shall be reinforced to protect the radiator
in the event the •.wer take off shaft becomes loose.
Other or Comments
21.1 Allison 3000 or 3500 RDS wide ratio six(6)speed with PTO gear,
with oil level sensor and less retarder. ,.►—•0
num 21.2 Shifter to be T-bar •- or •ush button.
Other or Comments
��-22.1 18,000 pounds minimum capacity, I-beam constructed. To be set back axle
desi.n onl .
Other or Comments •
23.1 Manufacturer's duel •ower steerin. for a 18 000 ••unds front axle.
Other or Comments
--24.1 40,000 pounds minimum capacity,single reduction or double reduction tandem
axle throw.h driver air o•erated differential lockout for on/off hi• wa use.
-24.2 Adequate gear ratios must be available to sustain road speed of
65 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
Page 4 of 18
IMO 25.1 Heavy duty drive line tube, main drive line U-joints, 1810 Spicer minimum,inter
axle drive tine U-'oints 1710 S•icer minimum.
Other or Comments_
weii mom MOM 26.1 Front s•rin•sto meet axle re.uirements.
Other or Comments
1111 27.1 Hendrickson HaulMax VariRate Spring system model HMX-400-52 rated to match
the -•=ct of the rear axles or a••roved e•ual.
Other or Comments
28.1 Full air brakes with low air warning device. Air compressor minimum of thirteen
point two(13.2)C.FM pressure oiled from truck engine. Dual air reservoirs,5200
cubic inch ca•aci .
�--22.2 Front brakes 16 1/2 Inch x 6 inch, "S"cam double anchor type minimum. Shall
be e•ui••_• with air d er Bendix AD-IP or ulvalent. Must have s.i n on filter.
1.!11111 23.3 Rear brakes 16 1/2 inch x 7 inch "S"cam double anchor t •= minimum.
28.4 To have automatic a. ustin• Slack aduster.
��'--28.5 To have drain valves for all tanks convenienti o aerated from side of truck.
MIN--28.6 Air brake ABS full vehicle wheel control s stem.
Other or Comments
11111 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
}1( 11R22x5 G ratin• minimum mounted on 8.25 inch rims. Mud and snow tread desi•n.
�--30.2 Front tires: Two heavy duty truck type 315/80R22.5 20 ply rating minimum,
mounted on 9 inch rims hi!hwa tread des'•n.
m!' 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
Page 5 of 18
32.1 Regular manufacturer's standard warranty,manufacturer's statement of origin,
and completed pre-delivery inspection certificates required with each unit delivered.
_ 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
must accompany delivered unit.
32.5 The vendor will be responsible for providing ail 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
X _ _additional cost.
Other or Comments
33.1 Operators manuals must be furnished and accompany each unit delivered.
33.2 Ail 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 ail
manuals are delivered. The following books and manuals will be
required. SEE below.
?C 33.2.1 Two(2)complete parts books. OM-Lit
X 33.2.2 Two(2)Service/maintenance manuals on all components of unit. ON-LSE
x 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 shell 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 Streets fully serviced to recommended new vehicle specifications.
X 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/dump body unit with spreader 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
�ilsted. Delivery days
Other or Comments
Page 6 of 18
I
36.1 The first truck chassis shall be made available for inspection by City of Omahj
k personnel at the dealers location. rfk-Ir icnr 'Tr"bCkC q',�+ m er
36.2 if the dealers location is outside the Omaha metro area the catt of ttansportatlon,
ok meals,and lodging for two(2)City of Omaha representatives will be at the vendor's
aexpense.
Other or Comments
SPECIFICATIONS FOR DUMP BODY AND HYDRAULIC SYSTEM
The Dump Body to be the latest current model of standard design manufactured,
complete with all standard equipment,tools,and warranty. Bidders are to supply full
description and descriptive material on unit bid with the proposal. Vehicle must
comply with current provisions of the National Traffic and Motor Vehicle Safety Act.
' Dump body shall be designed for the use with a 54,000 GVW Cab and Chassis tandem
. axle with cab to trunion axle measurement of 128 Inches. The dump body,hoist,
hydraulic pump,hydraulic power drive and controls are to be of the latest current
models manufactured. Bidders are to supply full description and descriptive materials
on unit bid with the proposal. It Is the Intent of these specifications to provide a
compatible unit with a load sensing hydraulic system. The system shall be capable of
operating without toss of gain of power when the plow,salt/sand material spreader and
the dump body are In use at the same time. It is the successful bidder's responsibility
to provide and install this type of unit. Unit furnished shall have the capability to
lower box without engine running. ,
Meet S cifi cation-Please indicate- f other lain on comment line .
37.1 Dump body shall be completely powered by hydraulics and shall be designed to
• dump to rear of vehicle using a front lift telescopic type cylinder.
37.2 The telescopic cylinder Is to be of the type that does not require a dog house.
/ Protrusion of a dog house Inside the cargo area of the dump box will not be accepted.
1 Other or Comments
_ / t 38.1 Length to be 14 fee
38.2 Width inside: 84 inches minimum.
4 38.3 r• Capacity: 12 cubic yard minimum level at sides without arty added sideboards.
Side Height 42 I hes or more.
_ _ JIOl l 38.4 Font Bulk lead: 10gauge high tensile steel construction.;1
1 38.5 Floor:Minimum of 3/16 Inches AR 450 high tensile abrasion resisting steel.
38.6 Sides: 10 gauge high tensile steel with material shedding top rails,full depth
4IC't 1 corner posts,vertical side braces and two(2)Inches wide side board pockets.
Other or Comments
1
1
1
i
Page 7 of 18
i
1
39.1 Double acting removable 8 gauge high tensile steel constructed with fully
-7 perimeter box bradng,two intermediate vertical braces and one Intermediate
horizontal brace and full width tailgate pin.
39.2 Shall have long chains and two sets of banjo eyes.
39,3 Air activate tailgate release.
Other or Comments It. I ` A(d% aka S4"
40.1 Western Tubular understructure or stacked structural.
Other or Comments ti.11- c-#tr• 7./aJ UK K-
41.1 All joints and seams shall be fully welded inside,outside of dump body,sub
frame and tailgate. Skip welding not acceptable
Other or Comments
42.1 All steel constructed,7 gauge sheet steel minimum,fully welded and gusseted,
/ leading edge of cab protector shall be a box type construction for added strength.
( Cab protector a minimum of 24 inches.
Other or Comments
43.1 Two(2)Federal Signal part#454301-AB LED Highlighter strobe fights with clear
lens and amber and blue LED's are to be mounted on top of the dump box cab
protector on each side.The lights are to be mounted so the base is flush with the
highest point of the cab protector.
43.2 To have recessed rubber mounted strobe lights In the rear posts of box to be
• approximately six(8)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 an accessory
relay. No type of solenoid shall be used in the system.All Strobe light wires are to be
protected by plastic loom covering.
43.3 Taillight to be six(8)inches X two(2)Inches oval stop/tall/turn lights recessed
rubber mounted in rear posts.To be Federal Signal Tech LED 607105.04 Red.
///".
43.4 All box lights are to be LED. Install three(3)bar light in skirt.
1 Other or Comments \ \
Page 8 of 18
1 }
44.1 The hydraulic system shall provide hydraulic power for the operation of the
7_,.. hydraulically driven dump body,snow plow lift,snow plow swing and a 13 foot V box
salt/sand material spreader and spinner valve for a total of 5 valves. •
r44.2 They hydraulic system shall be set to Aerate in 1500 to 3200 PSI as required.
(((/ 44.3 Shall b protected with a pressure relief valve.
44.4 all components of hydraulic system shall be rated to withstand all pressures
encountered.
44.5 Must have manual hydraulic dump valve and cushion valve mounted on plow frame
: / to release hydraulic pressure from plow back to tank so you can hook and unhook
hydraulic hoses.
/ 44.6 Hydraulic pump shall be front of engine,crankshaft driven. Drive line from front
of engine to hydraulic pump shall be of tubular construction with slip yoke. It is very
• important that the drive line be balanced and allgned_properly to eliminate vibration.
, Other or Comments
45.1 Hydraulic pump shall be Force America PVWJ loading sensing type,designed
/ for continuous operation capable of delivering up to 42 GPM upon demand contingent
of pump RPM.
45.2 To have electric low oil shut down valve. To be mounted directly to the pump. To
•
7 be controlled by the hydraulics. Tank level to have guarded over ride switch that Is to
be located In the cab switch package.
i
Other or Comments —_
48.1 Shall be combined assembly. To be mounted to frame as close as possible to
cab. To be Force America VT 35. s
48.2 Must be able to fill hydraulic tank with the box in the down position.
46.3 To have tow oil indicator in tank and a light on dash In driver's view.
/ 46.4 To have dry compartment for control valves,
48.5 It shall be the responsibility of the successful bidder to demonstrate compliance '
of these specifications for the spreader control. .
/ 46,6 Hydraulic tank Is to have an external sghtjauge. i
46.7 Hydraulic tank must have minimum of 10 Inches of around clearance. I
Other or Comments
Page 9 of 16
i
47.1 To have five(5)valves Hoist,Plow upldown with float,plow swing,hopper spinner,
tr and hopper conveyor.
47.2 Valves are to be electric over hydraulic Force America Add-A-Fold valve assembly.
/ 47.3 To have Auger/Direct with all needed wiring to switch from spreader to direct
liquid through the spreader control.
l 47.4 Manual override levers for plow and dung body.
I / 47.5 The five(5)valve assemble sections with all related items are to be capable of
- ,operating all hydraulic functions listed above.
47.6 Valves to be located In dry compartment in hydraulic tank with easy access.
/ 47.7 The controls for the above are to be Incorporated within the Force America 5100
control box and/or approved equal.
47.8 The spreader will operate In a closed loop.
47.9 The spreader system must be capable of maintaining a desired amount of
' / material form 200 pounds per lane mile to 1,000 pounds per land mile plus or minus
I 5 percent.
47.10 Spreader controls to be Force America 5100. Controls for all valve functions and
electronic spreader control will be integrated Into a single,self-contained control
center. The control center shall be a padded armrest style. The electronic controller
shall be modular fully proportional two(2)stick controller to operate all cylinder
/ functions. There shall be four(4)auxiliary switches between the joystick and spreader
controls. One switch for main power and three(3)switches for direct liquid lane
control(Left,Center,Right). Spreader shall operate In dosed loop.
47.11 The dual stick control shall Include the following features. A momentary push
button at the top of both sticks to provide Interlock. A solid slate red LED
labeled Hoist and Plow shall iltcrntnate when the driver engages the interlock button.
The LED shall remain Illuminated while the hoist or plow Is under operation. The
interlock LED shall be Integrated Into the communication control circuit and will time out
after a period of hoist and/or plow inactivity. '
The dual stick communicaations hardware/software shall include four(4)Integral float
options. The use of add on float modules is unacceptable. For flexibility of use the
Integral fiend programming shall have the following standard features: Four(4)axis
/ functional float on any of all of the outputs with selectable forward/back,right/left
functionality,three(3)or four(4)functionality,selectable three(3)second float delay
timer and optional float enable switch inputs. To Insure longevity of performance all
lighting to be solid state LED technology.
/ 47,12 Left joystick to control plow and Rightloysttck to control hoist.
47.13 Spreader display unit shall be a modular"head up"display,mounted to truck
\ dash In easy view of the operator. The*de up display will also provide four warning ;
light options Illuminated in red for low oil,body up,di temperature,and filter bypass.
'� Text display shall consist of a two line alphanumeric florescent display that shall Inform
the operator of spread rate Information(US or metric)and calibration parameters.
Other or Comments
,
i
Page 10 of 18
4
48,1 Suction line from oil reservoir to hydraulic pump shall be two(2)inch ID
SAE-100-4.
48.2 shall be clamped with heavy duty bolt type clamps,shall be fastened to truck
frame at three(3)foot spacing with steel clamps,and they shall not compress or
kink hose.
1 48,3 Shall be Weatherhead H039. (NO EXCEPTIONS)
Other or Comments_-
49.1 Control valves return line to oil reservoir shall be one and one quarter(1 1/4)inch
ID. Single wire braid SAE-100-R1. Shall be Weatherhead H100 RI.
_INO EXCEPTIONS)
Other or Comments
50.1 All hydraulic pressure hoses shall be a minimum of two(2)wire braid,with a
bursting pressure of four(4)times the operating pressure.
60.2 All hydraulic hoses to have high pressure swivel couplings each end.
50.3 Pressure hoses from control valves to snow plow lift and swing cylinders shall be
one-half(112)Inch ID and shall extend 12 Inches beyond left exterior side of grille
assemble and shall be capped.
50.4 Pressure hoses shall be securely fastened to inside of truck frame at three(3)
foot spacing with rubber covered steel flanges.
50.5 Shall be Weatherhead H425 of 245. (NO EXCEPTIONS)
50.6 Pressure hoses from control valves to dump body lift cylinders shall be three
quarter(3/4)Inch ID,
50.7 Pressure hose from hydraulic pump to control valves shall be one(1)Inch ID and
shall be securely fastened to the truck frame at three(3)foot spacing with rubber
covered steel damps.
• 50.8 To Install(3)three hoses to rear of truck.One for spinner,one for spreader
and one return.Must use drip less couplers compatible with current City couplers,
50.9 Couplers to be mounted several inches inside truck frame and have rubber plugs
Installed for covering when not In use.
Other or Comments
•
•
•
Page 11 of 18
I
a
I•
51.1 To have six(6)switch package aspart of the center console
f 51.2 Switches to be labeled and powered as follows:
/ 51.2.1 Strobes,On/Off, Ignition
1 51 2.2 Spreader LighttOn/Off,ignition
/ 51.2.3 Low oil override,Momentary Guarded,_Ignition ,
' / 51.2,4 Pre-Wet On/Off i
51.2.5 Three(3)Aux On/Oft Switches t
51.3 The pre wet switch to be in the control panel and a labeled red light on •
the dash to show when the tanks are empty. Bidder is responsible for installing
/ switch,tight and wiring. The switch must be able to manually turn off prewet. The
float must be able to turn off prewet and turn on light when tanks are empty,
Fleet Management will supply a wiring schematic of this system. 1
r -151.4 Spreader control harness and wiring to rear of truck will be set up for granular, i
/ prewet and liquid. Plug in to be a Boss plug compatible with other City of Omaha ;
trucks. Fleet Management will provide wire locations in Boss plug. i
/ 51.5 Direct Aquid harness to hook up to current City of Omaha Trailer units.
51.6 All body clearance lights,cluster and reflectors to be furnished,installed and i
Iconnected to comply with current provisions of Federal regulations. All lights to be
LED type. .
51.7 All wiring to be run in plastic loom and securely fastened to body.
) !
` / 51.8 If taillights are removed from frame,they are to be reinstalled and wired outside
of frame at rear, R
Other or Comments i.
52.1 Mounting of hydraulic pump drive,hydraulic pump,reservoir dump hoist,dump I
body,hopper,plow 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. •
( .. 52.2 All mounting bolts shall be heat treated grade eight(8)minimum. '
52.3 All bolts used for manufacture and mounting shall meet SAEJ 429 specifications.
f 52.4 All mounting bolts shall be drilled.
52.5 Truck frame flanges shall not be drilled or welded for mounting dump body
1 components to truck frame.
11 52.6 Hydraulic oil reservoir Interior,exterior and dump body shall be thoroughly
a / cleansed(sandblasted)to remove weld slag,splatter,mill scale and rust.
3 Other or Comments i
/ 53.1 Vendor to use powder coat primer base and top coat with Polyurethane Omaha
1 orange.
,53.2 Paint should be a minimum of 4.0 dry film thickness.
;i Other or Comments P'Q‘,1 kg' (INi
a
_1
Page 12 of 18
ii
I
Y
•
64.1 The following sets of manuals shall be provided with each unit on all components
/ of unit.
/ 54.1.1 Two(2)copies of maintenance and operation manuals. •
. 4 54.1.2 Two(2)copies of parts lists on all components of unit.
1 54.1.3 Two(2)copies of hydraulic circuits.
,54.1.4 Two(2)copies of electrical circuits.
Other or Comments
55.1 To have ladder on both sides of box(See Print!). ,
55.2 Built in dual safety bar to support dump body in 3/4 up-position while making
repairs.
/ 55.3 Body to be equipped with flexible type mud guards minimum of 28 Inches long
f at rear of dump box.
/ 55.4 No dealer decals.
55.5 To have"Easy Cover"Model 400 under spring tarp assembly installed on dump
body or approved equal,
55.6 To include and Install rear bumper per print complete with PHI-90-A pintle hook
I - or equivalent.
/ , 55.7 To include and install rear fenders.
, Other or Comments
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-delivery inspection In supplier location.
Other or Comments f 1 y _
-\11:._�. _dl... ��!...,._1.�,�' I[`.4. _ .:.. .7 �I�'��I,r��.t���i,� ': T ' .rs ;`. ��_ :' `,,'.` ram; — `: .
57.1 The successful bidder shall warranty all components of the bump Body for one
• (1)full year from date of satisfactory delivery. The warranty shell 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 bGresponsible for any cost including transportation.
57.4 The vendor fnust be able to provide warranty work within 24 hour of break down.
If there Is no local dealer the vendor must locate and/or provide the work within the
ll 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. i
1 57.8 If no local dealer the vendor is to state how they will provide pa and timetable.
7ds
This Information must be included in the bid.
Other or Comments
Page 13 of 18
i
:l gg
•
Unit Is desired to be delivered with to 210 days o receipt of order by vendor
to the City of Omaha,FleetManagement Facility,2608 North 28th Sheet fully serviced
/ to recommended new vehicle spedflcatlons. If the vendor is not in the City of Omaha
/ area,the City will nabs responsible for any cost from pickup or the delivery or mounted
I equipment
Other or Comments
8PBC111ICA lON8 FOR OPERAIt'911r 12'BliRgABBR
} GENERAL
The to by the latest current Model Of standard design en red,
completed with toll standard equipment,tools and warlrenty. Bidders are to supply full
descdpttan end deecripthia materials on ,1j�� � �r oils l• gay +J
•
The car hopper to be o�lructed ofu: ettdiiifi'Bteel S'P o Fr••r s KI
i y ' �� ` , �� tlr rdriveand
`bi,t.`` led on 2011 54,000 Gwl dunip truck with a 14'dump body.
1 Units must be capable of being operated by a Force America 5100 control box.
_No aid•welding all joints and seams to be fully welded.
Meet 8•• ?ication-Please . « _' , ;I •...F,�! ,I I,r._
cu,, y�p.A 59.2 Struck CeBadty.WO • i" an 8.0 ckmic yards.
1312" oerr ps ;it ti -,1 c. , �: ,: dih. -
: ,Cif��"2i ';i.
j x fig. : of slope 45 depretss ocfnateriai,
`. JC 69.8 • • sills to be a mink't�
• ,p loP n '? ° 59,7 Body ends(front rear)are eloped 1 grees 4lttTrtside welds conittwoue top
•
r Liz to bottortl minimum 10 stainless steel.
x 59. ► .�, ,;. be awinimumof7
59*. ,.' siait`r 818(UMW rods positioned 1b torrrt a
d7R•.arIGSown
10 .'apt tv 10"x181'10 gauge adjustable.
Caro ui"vo R c e n•a 59.11 AN • and components are to be 300 aeries stainless steel:ills includes
r s N b.-I SS but Is not limited to all bolts,nuts;cables,drains,lift brackets,light housings,pre wet
tank straps and tank supports.
3,40\ s. R .Q 59.12 Four(4 Nit hooks,one at each comer,a‘a 1/4"x 2"formed stainless steel plate.
59.18•Alf lWa ,•"d."Vnotion 10 gauge stainlessnotion Installed over conveyor
chain.Bolts to body sides and ad ustable In height,installed at factory
9.S G c «. • 59,14 Two(2)qt stelrrleesl'jhildi Mar IPcttlth petcock.°Merlin°le(o be stainless
Vtnl 1z PlntDC '19 C ,Steel.
59.15 All components,mounding brackets and accessories are to be stainless steel.
59.18 All welding is to de done using stainless absei rod or wire. _ r
Other or Comments
F ,
Page 14 of 18
•
� x
__ . _
. _ .
I
80.1 roxim - T.'j'1117 11771.7.111
11111110,111MerIMM1I.Ifr W & "."'T r centers.
NEM MI= CaTv%31rlif. 77-, 111111111111111111MMEMIIIIIIMEMENIM
Cair;l1r_crld 1:41;T :Xi.
80.• - 5/8 zinc .lated ,•rl . • ded chain •%Islam with 3"minimum thread.
MIME 111.1111. .1.8 ns are VI• • meter.0 min •tch . mate 2 1/4".
wieriatorsprnimiiarALL-7-7 -1.
Other or Comments
umormlionn 81.1 • oIltt th sr and oil evel . •
Minii.T.L4$
avirerrirtim-u=simminMEINNIMM111111111111111
IMAM 81.4 • .. • rtn. Is .1._ erotic
1111M1.1 1111.111111111 MOM 81.5 • o Motor is direct Ono rated to• case.
FAMMEM between motor 81.8 Charm-Ln ynor gearotor type H Wes motor vith Integral mounted rate sensor
g- 62.1 10 061106 stainless stseV" 7 ' 100010110C r." MOO •
•
11111111111111111 1321 2 Internal baffles are"el• rod" •-ustab e • control of material •acement
the
823 Four(4)sectional deflectora war tiv.r COMM We"rod end clip pin"
adjustable for complete control of spread direction and chassis undercarriage
I II Ft
ELME 52.4 Both deflectors and baffles ere hand a without tools.
11111t41111 714.2= . • o ;
82 8 Frei e ftatf:•iMT4TTET7MAL=.3111111.
• .7 Bottom of spinner Is to be no more • two(2)feet • the grou . spreader
mounted In truck.
Other .or • s
1E0611 MAW:111111111111E111C1.(.21,17r r M7:1 •r •• 20"dim r deo.
MIMS t:1-31.:11:101b1=.11,,z'r'.771.;i7 77 on . scatter*"G"
Mal 11111111111111.111111041;7717,71.MtUr:=1:1,71.ME7i77.2" "motor 17Mnalli
WI=11111CCW MUM!53. C -L t j • ,• series motor 1101-1311. 11.1
Other or Com
WAN • 1 - nti . On .. stee not on ate steel.
NUN ONNIMENNE[YR11-;771, 71.1.1.MEMINEMNIMII
64. Non•stahless com•• tube •eaned and primed before painting with a
(k. urethane finish, After nt all corn•• . vMI be oven cured rtor to assernbl .
Other or Comments
Page 15 of 18
. _ • • -
•
65.1 A mounting kit shall be prbvIded and indkkle".f03.8 tow tittontom fterk Chair*,
1111NI com•• - must have sufficient raft •to riticuh)the oak • bid.
Other or Comm• a
c, 66.1 The suocessfid bidder to supply the spreader With drip less hydraulic qu ck
ricrt- couplers on all hydraulic fittings. All hoses and fittings to be pipe thread couplers to be
s,0? "4- Eaton Cou• - •• 0 5601-6•6 and 5602-64=
Other or Comments
1=7111.1_ IIIMMIFF2M1111 ; . To •a•13•.• •• -• to the of e current coll..uratlon.
• 111.1..1
Other or Com -
•
4,V",(••
• f VT7 NUM ,• •
NM= ti2/1,;:7: ..4•21111'"ui::;"rjrr rr 1r=MENOMMENMIIii
.;-•?
rAm111111Num gite home to et , beide .of • . chute,
68.5 Prevet stern m •clearable filter locded[nth°lines•—the tanks.
co ad
.• ad flow
S d- Prt %.) rJC FA 1.4/ ko Tarr
Other or Commenti
611.1 The vendor Must be able to provide wanahty Work -• 24 hours • the break
down. If there Is no local dealer,the vendor must located endlor provide the work within
the 24 Ls.time ir e.am
69 The11 vendormust be able to provide needed parts within 24 hours of break down. If
111111. eh%.1 • • air Is needed the dealer will be .•• big for an additional cost.
•
1111111192111111:0.3 Manufacturer's -- • rd warranty to apply and to include one year dal parts and
•• alter melds— a •••• - of the vehlde.
69.4 The vender VAII be •• • • ty for providing ail were*wodt within Marty five
drivable miles from n end ••!•. If musty work IS not available within the above
bed the v• •• ' be ••••• -ble m. a cost Includi — •• I,Ion.
Other or Comments
. • .
1111 70.1 The ppe ,Fir shall 09 equipped rl • . Oro lo the
spreader can be loaded and Unloaded in and out of the dump body without the use of
a forklift or overhead hoist Example would bee Henderson HSS or a Swanson
Durastand.
PC 70 Spreader Is to have fr• toiler*to assist in the lading and unloading of the
•
111111 0.3 spreader is to •ve side roller • guides IC •".• • • spreader• - In
• it,.box
Other or Corn ante
"
It
Pep 16 of 18
•
-
- •, - - •- -
...1
i .
; I
71.1 Ora to beIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII,Ped!lIlliIlliillIllIlIllIlliIllTll"Ile City of Omaha,Fleet Management Facil .2Mftthill
26th Street,fully serviced to recommended no vehicle spedficetirms. If the vendor
/4V -1`4 isnot In the City of Omaha area,the City MI not be responsible for any cost from
pickup or the delivery eavehide or mounted equipment.
Other or Comments
i
,
, f
:
.I
, •
' 1
i•
1 !
I • 1• t
. .
. .
.1 .
r.1
I -
I • .'
I'
, I
' - 1
•
I
1
\ \. I
, .
. ,
, • • 1
• .
. .
, .
, •
Page 17 of 18
I
I •
ti
I _ _
... . . . . .. ._. .... ••
•
EXCEPTIONS TO SPECIFICATIONS
Check One
The equipment offered meets all specifications as set forth in bid.
Name(print) Ro62,Y' ' OgYYe t
Signed Qer&e4* t, y
Title art gerrket`VVe._
k The equipment offered meets all specifications with the following exceptions:
(Use separate attached sheet if more room is needed.)
31 o tAP Ensyrve.. w( t 050-roc k..re, Aci4 #21000
Failure to list exceptions may be cause for equipment to be rejected at time of delivery.
\ Name(print) �RO ' ' Oct v-Ye \
Signed 44tite-d— 8 �--
Title -.St te.-s ` e.. r r ric We..
Page 18 of 18
EXCEPTIONS TO SPECIFICATIONS
Check One
The equipment offered meets all specifications as set forth in bid.
Name(print)
Signed
Title
The equipment offered meets all specifications with the following exceptions:
(Use separate attached sheet if more room Is needed.)
3L.4 Aic l
:J P.(c. A tall • .
31•I "7 '3 '- .ix. , *t.-31 , 5ez" Ak,q,¢
53,I f lR'd COSY , n1 V ‘41-4 S PVA 7
5c1 a {P (,l y d
5cp $3.S" 0--0,) d c.
51: q !'i4." y -Li'y
5c1.i} CpK\I,t-1c� <tn,gwti to )"J 5 S
Scta 5)U" Ss R9tk 1
41' '`I a.5 DAI J.y..rl pvlatIc .f.,j4w,) Ib' •
VI. a 4,5 ' ca--.a- •',
106.-1 (0.113" (A IT tt ' 1 (}
i•tQ y.}1.N 1A /�-�A-i'.1,( v-'1 tW.�JrM1 ,.A y p"t A S SC'(lk
(Q3 3. '3c"1 SS F-"
Failure to list exceptions may be cause for equipment to be re ected at time of delivery.
Name(print) L; ' boa�i�
Signed ."--N,
C) \2
Title FL .-T" (Csc.t& 1)E,1/4-j 1 Jl(
•
Page 18 of 18
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on October 3, 2012 for the purchase of four 54,000
GVW chassis & cabs to be utilized by the Street Maintenance Division; and,
WHEREAS, Cornhusker International Trucks, Inc. submitted a bid of$305,494.00, being
the lowest and best bid received within the bid specifications, for the purchase of four 54,000
GVW chassis & cabs.
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, Inc. for the purchase of four 54,000 GVW
chassis & cabs to be utilized by the Street Maintenance Division; and, that the Finance
Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131,
Snow and Ice Control Organization 116154 in the amount of $305,494.00 and Pavement
Maintenance Organization 116158 in the amount of$305,494.00, year 2013 expenditures.
206413scp APPROVED AS TO FORM:
..E/4,
lh CITY ATTORNEY DATE
•
N-277na4
By
Counc' n mber
Adopted FEB 1 2 2013
/4,
City Clerk 2-7 SA
Approved....
Mayor
NO. /97
Resolution by
Res. that, as recommended by the Mayor, the
Purchasing Agent be authorized to issue a
Purchase Order to Cornhusker International
Trucks, Inc. for the purchase of four 54,000
GVW chassis & cabs to be utilized by the
Street Maintenance Division; and, that the
Finance Department is authorized to pay this
cost from the Street and Highway Allocation
Fund 12131, Snow and Ice Control
Organization 116154 in the amount of
$305,494.00 and Pavement Maintenance
Organization 116158 in the amount of
$305,494.00, year 2013 expenditures.
206413Ascp
/
Presented to City Council
FEB 1 2 2013
Adopted c%
ettoLr erocvn
City Clerk