Loading...
RES 2010-1505 - PO to Cornhusker International Trucks Inc for GVW Chassis & Cab QN►AHA,Nk - ..o�`, e�, Public Works Department �f' ��; E I E.- \t�r Li Omaha/Do las Civic Center D v` r�r `�' 1819 Famam Street,Suite 601 ®� It ,. "-�► N December 21 2010 = ct , �,? Omaha,Nebraska 68183-0601 `� t ��% �'t_� � 0 �f' �' (402)4445220 0A° A^ Fax(402)444-5248 R�rFD FEB"� CITY _.� s City of Omaha # i w f,,, ' Robert G.Stubbe,P.E. Jim Softie,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, Inc. on the bid for the purchase of a 60,000 GVW Chassis & Cab to be utilized by the Street Maintenance Division. The following bids were received on November 17, 2010. A detailed bid tabulation is attached. Contractor Total Bid CORNHUSKER INTERNATIONAL TRUCKS,INC. $105,750.00 (LOW BID) Omaha Truck Center $106,790.00 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 a 60,000 GVW Chassis & Cab from the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2010 expenditures. The Public Works Department recommends the acceptance of the bid from Cornhusker International Trucks, Inc. in the amount of$105,750.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, Referre City Council for Consideration: 42., /Z-7 -/0 (b 2 r obert G. Stubbe, P.E. Date or's Office Date Public Works Director Approved as to Funding: Approved: /a— -t 12/6 16 Pam Spaccarotella Date Human Rights and Relations Date Finance Director Department 154110scp w a � w a 1-- w z t z a I-, w zii ma i?,:.) ). et. _ 0. (7) ---.- .41C), ii I- w ;L} \\\:'-'--- C. ''.. ZV-a, It ma LN a 0 a m .. �� Nam'. , O co 0 El CAI 00 Z t� O m O p(13O C O V• O o �� m Q v a �_vi I- Q a. .4'' m a E. U • ' �� U a N w c ea w m O � O '- aN m co m a - CuvU O U o N 0 w 7 Z cCC O 0 E (7, ti a H O m 0- ° ca a 2 = ~ c ea m C (13 m °3 > a N 2 ,r H o z° o U- V i • • P.M.B. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA TRUCK CHASSIS & CAB(60,000 GVW) FROM: P.M.Burke Published: November 3,2010 Page 1 Asst.Douglas County Purchasing Agent 902 Omaha-Douglas Civic Center BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% 1819 Farnam Street IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Closing Time&Date:. 11:00 A.M.on Wednesday,November 17,2010 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated Exemption certificates wig be furnished. Do not Include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA TRUCK CHASSIS&CAB(60,000 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 will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT y+ww.douelascountyourchasing.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 Estimated 1 each Truck chassis and cab, 60,000 GVW, per attached 5 pages of specifications. Make & Model offered: liPC/6fl7linsc'/,G1 2/(2- BID/each: $ /06'7519 $ /Ob 7d `�,/ • (5%Bid Bond is to be based ,eid fd 175o d p � upon this amount) 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 or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check,or cashiers 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 Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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. 'Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms!O�/o /5 Firm: U/(c 71-VGe Ctk.'t R.... Incorporated In: /(,E' Deliveryg (or completion) Name:v _l f aQ 4/ 7,� Signature: ,� /t5- 49 calendar days following aware Titl6 ►, � f' O�f� ` Phone:12.- ?z-(1�a.1t, Fax:,62,. SGz► ZZO? Address:gJ 2Z rip. �� car D/u/11�/.E •IviG. tsv( Street/P.O.Box City State Zip Email Address: At if COW( Dii(,4fl 7 )C,e, LZt.' • • • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA TRUCK CHASSIS AND CAB(60,000 GVW) NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Price to include parts books, service/maintenance manuals, and engine emissions diagnostic test manuals per specifications. Delivery time per specifications: 7J bOoloty5. Furnish descriptive information with bid (2 copies). Show any exceptions on the exception sheet. The bidder, by signing this bid sheet, certifies that all other specifications are being fulfilled. City will retain 10%on invoices until all manuals are delivered. The City reserves the right to adjust quantities at time of order according to budget considerations` • Unit prices are required. 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 FIrB f/� m 4 Titles-�• • CONTINUATION SHEET • mance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check,or cashiers 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 Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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. 'Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms!O�/o /5 Firm: U/(c 71-VGe Ctk.'t R.... Incorporated In: /(,E' Deliveryg (or completion) Name:v _l f aQ 4/ 7,� Signature: ,� /t5- 49 calendar days following aware Titl6 ►, � f' O�f� ` Phone:12.- ?z-(1�a.1t, Fax:,62,. SGz► ZZO? Address:gJ 2Z rip. �� car D/u/11�/.E •IviG. tsv( Street/P.O.Box City State Zip Email Address: At if COW( Dii(,4fl 7 )C,e, LZt.' DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA TRUCK CHASSIS AND CAB (60,000 GVW) NOT AN ORDER Page 3. DESCRIPTION I You are hereby on notice that as of October 1,2009, Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne.us 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 `(/ �e# Mt,,PC�By Title D—�. CONTINUATION SHEET signed 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 FIrB f/� m 4 Titles-�• • CONTINUATION SHEET • mance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check,or cashiers 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 Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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. 'Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms!O�/o /5 Firm: U/(c 71-VGe Ctk.'t R.... Incorporated In: /(,E' Deliveryg (or completion) Name:v _l f aQ 4/ 7,� Signature: ,� /t5- 49 calendar days following aware Titl6 ►, � f' O�f� ` Phone:12.- ?z-(1�a.1t, Fax:,62,. SGz► ZZO? Address:gJ 2Z rip. �� car D/u/11�/.E •IviG. tsv( Street/P.O.Box City State Zip Email Address: At if COW( Dii(,4fl 7 )C,e, LZt.' • SPECIFICATIONS FOR TRUCK CHASSIS AND CAB (60,000 G.V.W.) 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 must be able to pull a loaded of 40,000 lbs trailer with air brakes at highway speed (60 MPH). This truck will have a 14 foot dump box. Meet S ecification -Please indicate- if other ex lain on comment line V 1,1 Not less than 60,000 pounds State GVWR 4,19,p4)o 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. ✓ 2.5 Dual sun visors and door locks. t/ 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. ✓ 2.9 Shall be equipped with AM-FM radio. u/ 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. • ✓ 2.14 Cab to be air ride mount. ✓ 2.15 Can install factory air conditioner-See item#37 Optional Equipment. 2.16 To have dual electric or air horns. 2.17 2 WAY RADIO Wiring with 20 amp fuse protection includes ignition wire with 5 amp fuse with 10 foot of coiled wire. 2.18 To have factory manual NC. Other or Comments: 3.1 Cab, body, and fenders will be standard City of Omaha Orange. V/ 3.2 All paint will be base coat/clear coat acrylic, activator hardened acrylic or polyurethane type. Other or Comments: V 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: V 5.1 Wheel base minimum 192 inches BBC 113. Other or Comments: 1 of 5 Titles-�• • CONTINUATION SHEET • mance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check,or cashiers 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 Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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. 'Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms!O�/o /5 Firm: U/(c 71-VGe Ctk.'t R.... Incorporated In: /(,E' Deliveryg (or completion) Name:v _l f aQ 4/ 7,� Signature: ,� /t5- 49 calendar days following aware Titl6 ►, � f' O�f� ` Phone:12.- ?z-(1�a.1t, Fax:,62,. SGz► ZZO? Address:gJ 2Z rip. �� car D/u/11�/.E •IviG. tsv( Street/P.O.Box City State Zip Email Address: At if COW( Dii(,4fl 7 )C,e, LZt.' ✓ .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 hydraulic pump frame and plow frame. 6.3 Must have clean frame from cab to front of lift and right front rear driving wheels. ✓ 6.4 Front cross member to meet specifications of SAE#C hydraulic pump. Other or Comments: ✓ 7.1 Cab to trunion measurement minimum 128 inches. Unit shall be set back axle design only. This unit will be used to plow snow with an 10 foot plow. AF minimum 70 inches. Other or Comments: V 8.1 Delete manufacturer's standard bumper. Other or Comments: ✓ 9.0 One(1) sixty(60)gallon safety type fuel tank on left side. Minimum of 6..5v'' twenty five(25)gallon of fuel when unit is delivered. Fuel tank no 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. V 10.3 Auxiliary harness for auxiliary front headlights and turn signals for front plow applications. 10.4 All clearance/marker lights, stop, turn,tail and backup lights to be LED type. 10.5 body building wiring to rear of frame, option 08 HAE if IHC is successful bidder. 10.6 TAIL LIGHT WARING MODIFIED INCLUDES: Eight(8)foot of extra wiring for left and right. Body mounted tail lights. OPTION: 08 NAA if IHC is successful bidder. v( 10.7 Auxiliary front plow light harness for headlights,and turn signals. 10.8 NOTE: 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 plow lights are on. 10.9 A center of roof mounted strobe light is required. Must be a Target Tech 851 strobe lights with a Target Tech 210846 base or equivalent. A dash mounted rocker style switch shall operate the light only when the ignition switch is in the on or run position, protect by a 20 amp breaker in the fuse box. All strobe light wires are to be protected with a NAPA AR272 accessory relay and all wires shall be protected with a plastic loom covering. Other or Comments: t/ 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 speedometer. 11.4 Voltmeter, fuel, oil pressure, air pressure, coolant temperature,engine hour meter and RPM gauges. 11.5 To have oil change indicator lights. ✓ 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect ✓ against low oil pressure and high coolant temperatures. Other or Comments: 2of5 ted States Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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. 'Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms!O�/o /5 Firm: U/(c 71-VGe Ctk.'t R.... Incorporated In: /(,E' Deliveryg (or completion) Name:v _l f aQ 4/ 7,� Signature: ,� /t5- 49 calendar days following aware Titl6 ►, � f' O�f� ` Phone:12.- ?z-(1�a.1t, Fax:,62,. SGz► ZZO? Address:gJ 2Z rip. �� car D/u/11�/.E •IviG. tsv( Street/P.O.Box City State Zip Email Address: At if COW( Dii(,4fl 7 )C,e, LZt.' • ✓ 12.1 Trailer connections four wheel, with hand control valve and tractor protection valve for straight truck. V 12.2 To mount electric brake controller for two(2)axle trailer. V 12.3 Electric trailer brake, light wiring to rear of truck. 12.4 Trailer connection socket seven (7)way mounted at rear of truck. Other or Comments: 13.1 Duel, intermittent, two(2)speed electric,windshield wipers with duel V windshield washer;all factory installed. Other or Comments: V 14.1 Manufacturer's recommended dual power steering. V 14.2 Tile steering wheel with self canceling turn signals. Other or Comments: • ✓ 15.1 Diesel engine with SAE J-816-B rating. Minimum net horsepower of 410 HP and a minimum net torcjue of 1450 foot pounds. 15.2 Any of the following diesel engines are acceptable. 15.2.1 Detroit Diesel 15.2.2 Cummins 15.2.3 International ‘/ 15.4 Engine shall be equipped with cold weather starting aid. ✓ 15.5 Engine noise levels must be within Federal OSHA Regulations. V 15.6 Unit must have fast idle switch. Other or Comments: 16.1 Shall be equipped with the following: governor, heavy duty two stage dry type air cleaner with inside-outside air control with in cab control, Racor(Model 325R or approved equal)fuel/water separator filter with coolant thermostat and dash warning li hts. NO Pete or 17.1 Three 3 twelve volt batteries must deliver a total of at least 2775 CCA. V 17.2 Remote mounted jump start stud. Other or Comments: 18.1 Frame mounted right side horizontal muffler with horizontal tailpipe. Other or Comments 19.1 Twelve(12)volt 130 amperes minimum. Other or Comments: 20.1 Full flow with throw away type element. Other or Comments: 21.1 Manufacturer's heaviest duty, cooling capacity system must be furnished. 21.2 Coolant recovery system required. 21.3 Ethylene glycol base antifreeze protection to minus(-)35 degrees below zero Fahrenheit for all trucks delivered. ✓ 21.4 Unit must be equipped with an Engine Oil Cooler. ✓ 21.5 Increased capacity with water filter, heavy duty viscous fan drive. 21.6 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 power take off shaft becomes loose. Other or Comments: 3of5 control, turn signal ✓ indicator lights and high beam indicator light. ✓ 11.3 Shall have speedometer. 11.4 Voltmeter, fuel, oil pressure, air pressure, coolant temperature,engine hour meter and RPM gauges. 11.5 To have oil change indicator lights. ✓ 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect ✓ against low oil pressure and high coolant temperatures. Other or Comments: 2of5 ted States Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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. 'Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms!O�/o /5 Firm: U/(c 71-VGe Ctk.'t R.... Incorporated In: /(,E' Deliveryg (or completion) Name:v _l f aQ 4/ 7,� Signature: ,� /t5- 49 calendar days following aware Titl6 ►, � f' O�f� ` Phone:12.- ?z-(1�a.1t, Fax:,62,. SGz► ZZO? Address:gJ 2Z rip. �� car D/u/11�/.E •IviG. tsv( Street/P.O.Box City State Zip Email Address: At if COW( Dii(,4fl 7 )C,e, LZt.' V 22.1 Allison 4500 RDS wide ratio six(6)speed with PTO gear,with oil level sensor and less retarder. 22.2 Shifter to be T-bar type or push button. P. tg �✓ 22.3 Must be able to pull a 40,000 trailer and maintain 65 MPH. Other or Comments: ✓ 23.1 20,000 pounds minimum capacity, I-beam constructed. To be set back. Other or Comments: 24.1 Manufacturer's duel power steering for a 20,000 pounds front axle. Other or Comments: V 25.1 40,000 pounds minimum capacity, single reduction or double reduction tandem axle, through drive air operated differential lockout for on/off highway use. y� 25.2 Read axle ration shall be 5:29 to 1. Vehicle stop speed to be approximately, 65 MPH at governor RPM. ✓ 25.3 Driver controlled wheel lockup for both forward and rear differentials. Other or Comments: uol 26.1 Heavy duty drive line tube, main drive line U-joints, 1810 Spicer minimum, inter axle drive line U-joints, 1710 Spicer minimum. Other or Comments: 27.1 Minimum of 20,000 pounds capacity on ground. Other or Comments: v 28.1 Hendrickson HN 402 series VariRate Spring system rated to match the capacity of the rear axles or approved equal. -TUf Tcrn yn,vow/y, 7 SW-PF Other or Comments: t/ 29.1 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 capacity. 29.2 Front'brakes 16 1/2 inch x 6 inch, "S"cam doubleanchor a c or type minimum. Shall be equipped with air dryer Meritor-Wabco system Savor 1200 or equivalent. ✓ 29.3 Rear brakes 16 1/2 inch x 7 inch, "S"cam double anchor type minimum. ✓ 29.4 To have automatic adjusting adjuster. uster. ✓ 29.5 To have out board brakes. ✓ 29.6 Air brake ABS full vehicle wheel control system. Other or Comments: 30.1 Piggy back mounted spring actuated, on four rear driving wheels with air operated dash mounted control. Other or Comments: 31.1 Disc Hub Pilot wheels front and rear. Rear tires: eight heavy duty truck type 11 R22x5, G rating minimum mounted on 8.25 inch rims. Mud and snow tread design. To have one front and rear spare tires mounted on rims. 31.2 Front tires: Two heavy duty truck type 4255/65R22.5 20 ply rating minimum, mounted on 22.5 x 12.25 wheels, highway tread design. Other or Comments: • 4of5 ignal ✓ indicator lights and high beam indicator light. ✓ 11.3 Shall have speedometer. 11.4 Voltmeter, fuel, oil pressure, air pressure, coolant temperature,engine hour meter and RPM gauges. 11.5 To have oil change indicator lights. ✓ 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect ✓ against low oil pressure and high coolant temperatures. Other or Comments: 2of5 ted States Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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. 'Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms!O�/o /5 Firm: U/(c 71-VGe Ctk.'t R.... Incorporated In: /(,E' Deliveryg (or completion) Name:v _l f aQ 4/ 7,� Signature: ,� /t5- 49 calendar days following aware Titl6 ►, � f' O�f� ` Phone:12.- ?z-(1�a.1t, Fax:,62,. SGz► ZZO? Address:gJ 2Z rip. �� car D/u/11�/.E •IviG. tsv( Street/P.O.Box City State Zip Email Address: At if COW( Dii(,4fl 7 )C,e, LZt.' ' V 32.1 120 volt, factory standard engine heater with three prong plug and weather tight receptacle mounted outside of engine compartment. V 32.2 No dealer decals. Other or Comments: V 33.1 Regular manufacturer's standard warranty, manufacturer's statement of origin, and completed pre-delivery inspection certificates required with each unit delivered. �✓ 33.2 The manufacturer's standard warrant shall be state in the bid. 33.2.1 A minimum warrant of two(2) years, 24,000 miles or other manufacturer's standard warranty,whichever is greater, is required. 33.3 Manufacturer's written warranty including engine, transmission and differential must accompany delivered unit. 33.4 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. 33.5 The vendor must be able to provide warrant with twenty four(24) hours of bread down. If there is no local dealer the vendor must locate and/or provide the work within the twenty four(24)hour time frame. 33.6 The vendor must e 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: • I 34.1 Operators manuals must be furnished and accompany each unit delivered. 34.2 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. V 34.2.1 Two(2)complete parts books. 34.2.2 Two(2)Service/maintenance manuals on all components of unit. 'soy r 34.2.3 Two (2) Engine Emissions Diagnostic Testing,manuals or.software. 9e-u.'X a- 34.3 Manuals, PC Software must be current year for vehicle. Other or Comments: 35.1 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: 36.1 Unit to be delivered within 180 days 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. 36.2 Bidder shall state delivery time with bid. Bid will not be considered if not listed. L-6ty Other or Co ents: S :' a/r y/7;10 64%7 047 ;-6ti 5of5 . 11.5 To have oil change indicator lights. ✓ 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect ✓ against low oil pressure and high coolant temperatures. Other or Comments: 2of5 ted States Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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. 'Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms!O�/o /5 Firm: U/(c 71-VGe Ctk.'t R.... Incorporated In: /(,E' Deliveryg (or completion) Name:v _l f aQ 4/ 7,� Signature: ,� /t5- 49 calendar days following aware Titl6 ►, � f' O�f� ` Phone:12.- ?z-(1�a.1t, Fax:,62,. SGz► ZZO? Address:gJ 2Z rip. �� car D/u/11�/.E •IviG. tsv( Street/P.O.Box City State Zip Email Address: At if COW( Dii(,4fl 7 )C,e, LZt.' EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered meets all specifications as set forth in the bid. Name (print) COCAtu,Q- /pv .it Ce --�`t- Signed Title � � , The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) 9, (!) �vFG.. 7 a 6,5 y"6ce , 1.. 14 ir✓1 a/ Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) Diet.F 14,4 r-u ctc CO-'.c-T v-- Signed Title �s' . aN m co m a - CuvU O U o N 0 w 7 Z cCC O 0 E (7, ti a H O m 0- ° ca a 2 = ~ c ea m C (13 m °3 > a N 2 ,r H o z° o U- V U0041II,I,1 1 I .1.1il.11l1ll`II►1tWM11li I CITY OF OMAHA, Nebraska NO. 149432 THIS CERTIFICATE IS NOT TRANSFERABLE NAME LOCATION OMAHA TRUCK CENTER I OMAHA TRUCK CENTER 4522 SOUTH 108 STREET i 4522 SOUTH 108 STREET P.O. BOX 27379 P.O. BOX 27379 OMAHA NE 68127 OMAHA NE 68127 INSPECTOR# 1 IF PAYING BY MAIL ADD POSTAGE AND HANDLING OF 1 1 2.00 (! 2 USED MOTOR DRIVEN VEHICLES OCCUPATION TAX ORD 1 1 25.0(0 19 90 4522 S 108 ST OMAHA NE 99999 EFFECTIVE DATE 31- EC-(X I EXPIRATIO 31 DEC- +. , PLACE IN A CONSPICUOUS PLACE DIVISION its specti BY II City of Omaha Cashier RMH10 1819 Farnam St. Omaha NE 68183 OMAHA TRUCK CENTER 4522 SOUTH 108 STREET P.O. BOX 27379 1''� f' 1 dVI OMAHA NE 68127 de warrant with twenty four(24) hours of bread down. If there is no local dealer the vendor must locate and/or provide the work within the twenty four(24)hour time frame. 33.6 The vendor must e 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: • I 34.1 Operators manuals must be furnished and accompany each unit delivered. 34.2 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. V 34.2.1 Two(2)complete parts books. 34.2.2 Two(2)Service/maintenance manuals on all components of unit. 'soy r 34.2.3 Two (2) Engine Emissions Diagnostic Testing,manuals or.software. 9e-u.'X a- 34.3 Manuals, PC Software must be current year for vehicle. Other or Comments: 35.1 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: 36.1 Unit to be delivered within 180 days 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. 36.2 Bidder shall state delivery time with bid. Bid will not be considered if not listed. L-6ty Other or Co ents: S :' a/r y/7;10 64%7 047 ;-6ti 5of5 . 11.5 To have oil change indicator lights. ✓ 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect ✓ against low oil pressure and high coolant temperatures. Other or Comments: 2of5 ted States Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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. 'Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms!O�/o /5 Firm: U/(c 71-VGe Ctk.'t R.... Incorporated In: /(,E' Deliveryg (or completion) Name:v _l f aQ 4/ 7,� Signature: ,� /t5- 49 calendar days following aware Titl6 ►, � f' O�f� ` Phone:12.- ?z-(1�a.1t, Fax:,62,. SGz► ZZO? Address:gJ 2Z rip. �� car D/u/11�/.E •IviG. tsv( Street/P.O.Box City State Zip Email Address: At if COW( Dii(,4fl 7 )C,e, LZt.' • , I I' . •• , 1 III 11111 I • • ••• ,r01.11,804111ftili I I I ip II J I ' .!VIII1.Vi., ! i ! 0140110011 I 1 -I 1 1 I I. . • -. , I . 1 1 1 : I . : I • i I ' . 1 ".7,-,...,----...---•,----...-.-,......--"..-..^-,.... ,--,-..----......---,-.--.------...-",---,----.......,......-,-.---,C,......----,..G...-..-,---:-....---',.. .-...-.--....c,....."...-,...---,..---......,..-,...---,,,,._.^..........--.........,)' ! .. .. • . ••••• •,,: •. .. . • 1? i . I ' I F40..':'.$20-,.0Q-..,. • ...T.,. 20•10.,::::.,.....:,...:,...-,,,,,:;;.:•,..... ... .: .:./, , • , . , :,..::„. .._..,,..:::::...„. :,:-...... .„,...STATE OF NEtRAti<A....-.• . ., -•-••• : .• • •: : 1 • • . I'.• .f ..,,!•:-:.,,.:.••••••:MOTOR VO-OOLE:INDOSTRY'LIOENSING.BOARD ...• . . . i ; . ( . ._.... ,.. . ,. . . : . •.:..,:•;,::'.,:;.-.',•:,::•_•:, -•. 'N: . ... ...?/ .I , . 1 1: . SALESPERSON •ri•:;•.,....i.,;. :1• :.i:;;,-;:•'•: '; • ; ••";•.%',':::,,:;;.:'„::'!;•;;;;;;:'.:;;,":•;;; LICENSE .1 ;:- ..: . : • ".; I ; ; • •;.;:•;•' '•.';•; •;;:,:-."' .;• -;-• •-; WILLIAM S.JACKSON,EXECUTIVE DIRECTOR '• . • • • i '1 1 ' qlt.:ii/ 01:-IASO.MOTO.R..ViHiCL, tt4.1)0k41'.:CICcNS14S 130Afib•.P6.11RESY.:6ERTIO(..:. THAT ' y•.;:....;.':'...Y:;'MZO#AiLR:NOON••;:'...1.... .':-..;•:';'..'''•;';;'-i.../': •?..•-•'-• . ';"'"•••::: :; ;: .;;:; i.;',•;;-::• ;•';•;;;• ..-:.1;•/ // 'I C;,.;-•'•;',;•,;::" ;:;:;•:N•• ••.•:.;!,;-, .;;;:':;,::,;;•.;;;••.,_;-;:;.. •,•,',;:;•.••:::;;••••'•;-.;;:-.;•;.'.',........'••;;•.••••••-. ;;:2;;;;,'..:;'.•;:i;.::. •:;•;';-.f;',..`-...;,,,,,....•.•..:.• ;;;;;::'.'-••• l..,..'...:;:•...;,..;•.:..•/ ;i '1'•••:•;'•-;•••.;;.:••,;r.::•,.........•'...;:::,:.;;.:•.:-..... ;!..;::--;•:.;-•.-;,.'' ; ;:' ;'...;1'; i a.; ".":•.....;.;;;. .: -1........!...;:.';•-;•, :;:'".•;-: • :•..';';;;i';:, / ! I 1;';;•;.'':. 1)L4 60773''' ;•;• ; ;'''•;• ;;; 41 ;;":".....'• 1.;•:-/-'''s; .;;;;';•' ;:-..'.. ..;:•• '.''-'-• ? 1 /? •-..:i -0-14ANA;.:"I'ROCK CENTER: I;: ::;.;..: •. "•:;,;';•,••'J..,...::•••..' ...."....•,•:; :..;•...... .... • ;i, ... .. 1011:0•:I. ST :• • - . . .; ; •- .; - ; - / 1 I .. ... ; ,.. (i i•-••:.......P;O• i3Oli•-;i737-9::;. •- • .; •• , ... . . . . • (/:-.....11;;;•• -4P0.,P4Pki. : ..-.' R;- 'P-. •.:: •..' 1.-.‘,..,:____._..,,,,:- :-.-:'.:..•.:-:%,'.•:'..::.?.:.........;..;::i''.:•. ...::-,,:.• .......:::,. ',1 •••''...:-.......'.:!..'..:::'--:-'...". .".' '71 .i.-t---71:-. .;,•-,. ' .,-.‘''...',•: ..'...i-:-.'Ll.•.-.. ..:-:::::':...-.:::::.:::::,,,:•• i ,- 1) ... ..:.:.:j....:-....: .:•..1/13:ui, !II ' Iji i!, iii ,,(14.4fig'..;:::"....'::'.-..';'..--;''::.:...,-...:i:•.. . ii . 0,_ _...„.._ ? •••••- • . .:-.:,:::•,...z. ..-: -----ri„.,.. i,.,.. ii.iii, ,i..—.7...;-: ''7-: . .43,,!!::'-'•-•:• .s..•'..'••••••-•• -? ', I • .. . . . .... . . .. .. . . ? .. IS DULY LICENSED TO.ENGAGE-IN THE.ACTIVITISAS...INOIQATEI.}..AB,OVE,-)N.... . ?!•:•,- • • - • •• . • ••. . • . --. ••• • 1 li :'...AQC.O.ii!QANC.E WITH-CHAPTER' SQ,..ARTICLEi 4..13AS.1:9.43:!,;A&•AigtiPEr-1,-•:. 1 i . SUBJECT..' •:TQ-T1-1E101TATIONS:IMPOSEQ.OY...1:AW;QOFON1Q.:T(1$.!..C1'..ENEAR :••• -i 1 - • • - - .•• • . • •,....... .. .. • ..• ..... ... .. ........ ...„.... ...„ , .t ?? . .YAkof.201V--.. --:::';'•-•. • ••••••---:-....-::.••..••• .-.. ‘.• .,.... •::: .•;..:.•• ---••••-,, •.•::.:•,;.--,---.::,•-•:;•....: - -. // ii.; ;. . ' / ;:•:-.----•••• •••.•.•••2••;;,....'. ' ,-,-. • ••',-.- • - - - - • -• :..•• :'•••• -- -1...••. - . - -:--' -.. '--•••••• .'• -? ;I • • /..• ... -,„..--.......-• DOS TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 ICI' , 1 FEE $10 201 0 NO1 DL-00773 1 STATE OF NEBRASKA MOTOR VEHICLE INDUSTRY LICENSING BOARD f 7 1 r SUPPLEMENTAL LICENSE J j)� WILLIAM S. JACKSON, EXECUTIVE DIRECTOR 0 OF NEBRASKA MOTOR VEHICLE INDUSTRY LICENSING BOARD DO HEREBY,CERTIFY 1((((( THAT . OMAHA TRUCK CENTER, IN . WITH PRINCIPAL PLACE � OF BUSINESS LOCATED AT . 0710 I STREET, AN (I ADDITIONAL LOCATION A1422 SOUTH 108TH f� IN 0 . 1 is BRASKA 68127. �i STREET, BOTHI��' r —3 1 ( — Cit II,_. � _ ana1at a j ii II, 1 11.. :.1ill itl 1 IS DULY LICENSED TO ENGAGE IN THE ACTIVITIES AS INDICATED ABOVE, IN ACCORDANCE WITH.CHAPTER 60, ARTICLE 14 R.R.S 1943, AS AMENDED, : SUBJECT TO THE LIMITATIONS IMPOSED BY LAW DURING THE CALENDAR 8 YEAR OF 2010. 1 r)ill �• STATE OF I.• 0# LetAILA/— ti c NEBRASKA; 03� ‘ ) +I '•• • .•• �a� EXECUTIVE DIRECTOR I (( F' r... ...• 7 iit I ij 00020 1, i, THIS. LICENSE MUST BE PROMINENTLY DISPLAYED }- ,- _.y :•;;; LICENSE .1 ;:- ..: . : • ".; I ; ; • •;.;:•;•' '•.';•; •;;:,:-."' .;• -;-• •-; WILLIAM S.JACKSON,EXECUTIVE DIRECTOR '• . • • • i '1 1 ' qlt.:ii/ 01:-IASO.MOTO.R..ViHiCL, tt4.1)0k41'.:CICcNS14S 130Afib•.P6.11RESY.:6ERTIO(..:. THAT ' y•.;:....;.':'...Y:;'MZO#AiLR:NOON••;:'...1.... .':-..;•:';'..'''•;';;'-i.../': •?..•-•'-• . ';"'"•••::: :; ;: .;;:; i.;',•;;-::• ;•';•;;;• ..-:.1;•/ // 'I C;,.;-•'•;',;•,;::" ;:;:;•:N•• ••.•:.;!,;-, .;;;:':;,::,;;•.;;;••.,_;-;:;.. •,•,',;:;•.••:::;;••••'•;-.;;:-.;•;.'.',........'••;;•.••••••-. ;;:2;;;;,'..:;'.•;:i;.::. •:;•;';-.f;',..`-...;,,,,,....•.•..:.• ;;;;;::'.'-••• l..,..'...:;:•...;,..;•.:..•/ ;i '1'•••:•;'•-;•••.;;.:••,;r.::•,.........•'...;:::,:.;;.:•.:-..... ;!..;::--;•:.;-•.-;,.'' ; ;:' ;'...;1'; i a.; ".":•.....;.;;;. .: -1........!...;:.';•-;•, :;:'".•;-: • :•..';';;;i';:, / ! I 1;';;•;.'':. 1)L4 60773''' ;•;• ; ;'''•;• ;;; 41 ;;":".....'• 1.;•:-/-'''s; .;;;;';•' ;:-..'.. ..;:•• '.''-'-• ? 1 /? •-..:i -0-14ANA;.:"I'ROCK CENTER: I;: ::;.;..: •. "•:;,;';•,••'J..,...::•••..' ...."....•,•:; :..;•...... .... • ;i, ... .. 1011:0•:I. ST :• • - . . .; ; •- .; - ; - / 1 I .. ... ; ,.. (i i•-••:.......P;O• i3Oli•-;i737-9::;. •- • .; •• , ... . . . . • (/:-.....11;;;•• -4P0.,P4Pki. : ..-.' R;- 'P-. •.:: •..' 1.-.‘,..,:____._..,,,,:- :-.-:'.:..•.:-:%,'.•:'..::.?.:.........;..;::i''.:•. ...::-,,:.• .......:::,. ',1 •••''...:-.......'.:!..'..:::'--:-'...". .".' '71 .i.-t---71:-. .;,•-,. ' .,-.‘''...',•: ..'...i-:-.'Ll.•.-.. ..:-:::::':...-.:::::.:::::,,,:•• i ,- 1) ... ..:.:.:j....:-....: .:•..1/13:ui, !II ' Iji i!, iii ,,(14.4fig'..;:::"....'::'.-..';'..--;''::.:...,-...:i:•.. . ii . 0,_ _...„.._ ? •••••- • . .:-.:,:::•,...z. ..-: -----ri„.,.. i,.,.. ii.iii, ,i..—.7...;-: ''7-: . .43,,!!::'-'•-•:• .s..•'..'••••••-•• -? ', I • .. . . . .... . . .. .. . . ? .. IS DULY LICENSED TO.ENGAGE-IN THE.ACTIVITISAS...INOIQATEI.}..AB,OVE,-)N.... . ?!•:•,- • • - • •• . • ••. . • . --. ••• • 1 li :'...AQC.O.ii!QANC.E WITH-CHAPTER' SQ,..ARTICLEi 4..13AS.1:9.43:!,;A&•AigtiPEr-1,-•:. 1 i . SUBJECT..' •:TQ-T1-1E101TATIONS:IMPOSEQ.OY...1:AW;QOFON1Q.:T(1$.!..C1'..ENEAR :••• -i 1 - • • - - .•• • . • •,....... .. .. • ..• ..... ... .. ........ ...„.... ...„ , .t ?? . .YAkof.201V--.. --:::';'•-•. • ••••••---:-....-::.••..••• .-.. ‘.• .,.... •::: .•;..:.•• ---••••-,, •.•::.:•,;.--,---.::,•-•:;•....: - -. // ii.; ;. . ' / ;:•:-.----•••• •••.•.•••2••;;,....'. ' ,-,-. • ••',-.- • - - - - • -• :..•• :'•••• -- -1...••. - . - -:--' -.. '--•••••• .'• -? ;I • • /..• ... -,„..--.......-• DOS TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 • P.M.B. • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA TRUCK CHASSIS & CAB (60,000 GVW) FROM: P.M.Burke • Published: November 3,2010 Page 1 Asst.Douglas County Purchasing Agent • 902 Omaha-Douglas Civic Center BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% 1819 Farnam Street IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. • Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Closing Time&Date: 11:00 A.M.on Wednesday,November 17,2010 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated Exemption certificates will be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA TRUCK CHASSIS&CAB(60,000 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 will indicate have the right to appeal any decision to the City Council. Right Is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS. accept or reject any part of your bid unless otherwise Indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT yrww.douglascountyourchasino.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated 1 each Truck chassis and cab, 60,000 GVW, per attached 5 pages of specifications. Make& Model offered: Terleinettioy)Gi Moo 2-012 t ioa. \I-esj( BID/each: $ /05750 $ IE~)cceres (5%Bid Bond is to be based upon this amount) 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 or the performance bond should be licensed by the State of. Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check, or cashiers 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 Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA TRUCK CHASSIS AND CAB (60,000 GVW) NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Price to include parts books, service/maintenance manuals, and engine emissions diagnostic test manuals per specifications. Delivery time per specifications: AlpettiX1PeNckAtA d O 5 Furnish descriptive information with bid (2 copies). Show any exceptions on the exception sheet. The bidder, by signing this bid sheet, certifies that all other specifications are being fulfilled. City will retain 10%on invoices until all manuals are delivered. The City reserves the right to adjust quantities at time of order according to budget considerations. • Unit prices are required. 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 ea h 4S to l4/ng77Uf�► By kler ea Title Z,,,7es. 141 I c,-) 1h� CONTINUATION SHEET 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 Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA TRUCK CHASSIS AND CAB (60,000 GVW) NOT AN ORDER Page 3 DESCRIPTION You are hereby on notice that as of October 1, 2009, Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne.us 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 ' JCE� {irn 1py /1,sCICS1nC. 13y ��� c�4✓��2. Title s I,r�gs..0, CONTINUATION SHEET 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 ea h 4S to l4/ng77Uf�► By kler ea Title Z,,,7es. 141 I c,-) 1h� CONTINUATION SHEET 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 Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 SPECIFICATIONS FOR TRUCK CHASSIS AND CAB(60,000 G.V.W.) 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 must be able to pull a loaded of 40,000 lbs trailer with air brakes at hip hwa seed 60 MPH . This truck will have a 14 foot dum. box. Meet S•ecification -Please indicate- if other ex•lain on comment line 111M 1.1 Not less than 60,000 sounds State GVWR Z [4112_Clilgals Other or Comments: ©.■2.1 Combination steel and fiberglass with ventilator and tilt type hood assembly with stationa •rifle. 2.2 Dual exterior cab •rab handles or sin•le with dual interior handles. 2.3 Safet •lass throu•hout. ■2.4 Both seats to be"National Cushion Air 195 Air High Backs,"fully adjustable seats with heav dut yin I trim or e•ual. 2.5 Dual sun visors and door locks. 2.6 Fresh air heav dut hot water heater with dual defroster. 2.7 Seat belts. v .■2.8 Cab dimensions to be approximately: Shoulder room, 70.0 inches; and Floor to headliner, 56.6 inches. 2.9 Shall be e•ui..ed with AM-FM radio. 2.10 Interior finished to exclude excessive noise and weather. 2.11 Floor coverin•s will be rubber mattin• t •e. ©-_2.12 Head restraints or hi•h back for outboard seats. rr -_2.13 Insulated headliner. v 2.14 Cab to be air ride mount. L,-- __� i.m -7QrZ--lic-7.��: ti:J. .W.� . 2.16 To have dual electric or air horns. a.-- .■2.17 2 WAY RADIO Wiring with 20 amp fuse protection includes ignition wire with 5 am. fuse with 10 foot of coiled wire. 2.18 To have facto manual NC. 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 •ol urethane t •e. 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 •lastic with •owder coated arms. Other or Comments: • i G." _MI 5.1 Wheel base minimum 192 inches BBC 113. / Other or Comments: 1 of 5 d 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 ea h 4S to l4/ng77Uf�► By kler ea Title Z,,,7es. 141 I c,-) 1h� CONTINUATION SHEET 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 Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 • • 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 hydraulic pump frame and plow frame. 6.3 Must have clean frame from cab to front of lift and right front rear driving wheels. 6.4 Front cross member to meet specifications of SAE#C hydraulic pump. Other or Comments: 7.1 Cab to trunion measurement minimum 128 inches. Unit shall be set back axle design only. This unit will be used to plow snow with an 10 foot plow. AF minimum 70 inches. Other or Comments: t� 8.1 Delete manufacturer's standard bumper. Other or Comments: 9.0 One (1)sixty(60)gallon safety type fuel tank on left side. Minimum of ( ;,L' twenty five(25)gallon of fuel when unit is delivered. Fuel tank no 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 Auxiliary harness for auxiliary front headlights and turn signals for front plow applications. 10.4 All clearance/marker lights, stop, turn, tail and backup lights to be LED type. ✓ 10.5 body building wiring to rear of frame, option 08 HAE if IHC is successful bidder. 10.6 TAIL LIGHT WARING MODIFIED INCLUDES: Eight(8)foot of extra wiring for ✓ left and right. Body mounted tail lights. OPTION: 08 NAA if IHC is successful bidder. 10.7 Auxiliary front plow light harness for headlights and turn signals. 10.8 NOTE: 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 plow lights are on. 10.9 A center of roof mounted strobe light is required. Must be a Target Tech 851 strobe lights with a Target Tech 210846 base or equivalent. A dash mounted rocker style switch shall operate the light only when the ignition switch is in the on or run position, protect by a 20 amp breaker in the fuse box. All strobe light wires are to be protected with a NAPA AR272 accessory relay and all wires shall be protected with a plastic loom covering. Other or Comments: 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 speedometer. 11.4 Voltmeter,fuel, oil pressure, air pressure, coolant temperature, engine hour meter and RPM gauges. 11.5 To have oil change indicator lights. 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant temperatures. Other or Comments: 2 of 5 he city,or lawful money of the United States, or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 . .. . . . .. r. . , . .;.i.I•::;-, .,. :I•:..is•. -:, 'i • 12.1 Trailer connections four wheel,with hand control valve and tractor protection ✓ .■valve for strai•ht truck. IIIIIII_12.2 To mount electric brake controller for two 2 axle trailer. 12.3 Electric trailer brake, li•ht wirin• to rear of truck. ✓ ��12.4 Trailer connection socket seven 7 wa mounted at rear of truck. Other or Comments: • �.■13.1 Duel, intermittent, two(2)speed electric, windshield wipers with duel windshield washer; all facto installed. Other or Comments: .■14.1 Manufacturer's recommended dual power steering. 14.2 Tile steerin• wheel with self cancelin. turn si pals. Other or Comments: .■15.1 Diesel engine with SAE J-816-B rating. Minimum net horsepower of 410 HP and a minimum net tor•ue of 1450 foot sounds. 15.2 An of the followin• diesel en•ines are acce•table. 15.2.1 Detroit Diesel 15.2.2 Cummins 15.2.3 International 1 .4 E •IL[-19•k1ri�Z=I-I•( !,�I=L141i11[•i• •�`.`L-Yi1�L-7E 1f=I�U�C! -I•. 15.5 En•ine noise levels must be within Federal OSHA Re•ulations. 15.6 Unit must have fast idle switch. Other or Comments: . 16.1 Shall be equipped with the following: governor, heavy duty two stage dry type air cleaner with inside-outside air control with in cab control, Racor(Model 325R or approved equal)fuel/water separator filter with coolant thermostat and dash warning Ii•hts. • .1.1.01 17.1 Three 3 twelve volt batteries must deliver a total of at least 2775 CCA. 17.2 Remote mounted 'urn. start stud. Other or Comments: 18.1 Frame mounted ri•ht side horizontal muffler with horizontal tail•i•e. •_ `C, -t. ` CtC��- Other or Comments mfammisil 19.1 Twelve 12 volt 130 am•eres minimum. 0 Other or Comments: W�ION_20.1 Full flow with throw awa t •e element. • Other or Comments: • 1,-- 21.1 Manufacturer's heaviest dut , coolin• ca.aci s stem must be furnished. 21.2 Coolant recove s stem re.uired. 21.3 Ethylene glycol base antifreeze protection to minus(-) 35 degrees below zero Fahrenheit for all trucks delivered. - 21.4 Unit must be e•ui••ed with an En.ine Oil Cooler. 21.5 Increased ca•acit with water filter, heav du viscous fan drive. 21.6 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: 3 of 5 ressure, coolant temperature, engine hour meter and RPM gauges. 11.5 To have oil change indicator lights. 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant temperatures. Other or Comments: 2 of 5 he city,or lawful money of the United States, or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 • • �.■22.1 Allison 4500 RDS wide ratio six(6) speed with PTO gear, with oil level sensor and less retarder. ✓ __22.2 Shifter to be T-bar t •e or lush button. 22.3 Must be able to cull a 40,000 trailer and maintain 65 MPH. Other or Comments: MM. __23.1 20,000 sounds minimum ca•acit , I-beam constructed. To be set back. Other or Comments: 24.1 Manufacturer's duel sower steerin• for a 20,000 sounds front axle. Other or Comments: � ..25.1 40,000 pounds minimum capacity, single reduction or double reduction tandem axle, throe•h drive air o aerated differential lockout for on/off hi•hwa use. � .■25.2 Read axle ration shall be 5:29 to 1. Vehicle stop speed to be approximately, 65 MPH at sovernor RPM. 25.3 Driver controlled wheel lockus for both forward and rear differentials. Other or Comments: �.■26.1 Heavy duty drive line tube, main drive line U-joints, 1810 Spicer minimum, inter axle drive line U-oints, 1710 Spicer minimum. Other or Comments: 27.1 Minimum of 20,000 pounds casacit on •round. Other or Comments: • 28.1 Hendrickson HN 402 series VariRate Spring system rated to match the ca•acit of the rear axles or a••roved e•ual. -v no. Other or Comments: 29.1 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•acit . f ," FII- � ..29.2 Front brakes 16 1/2 inch x 6 inch, "S"cam double anchor type minimum: Shall be e•ui••ed with air d er Meritor-Wabco s stem Savor 1200 or es uivalent. 29.3 Rear brakes 16 1/2 inch x 7 inch, "S"cam double anchor t •e minimum. tr __29.4 To have automatic ad'ustin• Slack ad'uster. 29.5 To have out board brakes. 29.6 Air brake ABS full vehicle wheel control s stem. Other or Comments: L`� .■30.1 Piggy back mounted spring actuated, on four rear driving wheels with air o•erated dash mounted control. Other or Comments: 31.1 Disc Hub Pilot wheels front and rear. Rear tires: eight heavy duty truck type 11R22x5, G rating minimum mounted on 8.25 inch rims. Mud and snow tread design. To have one front and rear s.are tires mounted on rims. ..31.2 Front tires: Two heavy duty truck type 4255/65R22.5 20 ply rating minimum, mounted on 22.5 x 12.25 wheels, hi shwa tread desi•n. Other or Comments: • • 4 of 5 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: 3 of 5 ressure, coolant temperature, engine hour meter and RPM gauges. 11.5 To have oil change indicator lights. 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant temperatures. Other or Comments: 2 of 5 he city,or lawful money of the United States, or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 ��■32.1 120 volt, factory standard engine heater with three prong plug and weather tight rece•tacle mounted outside of en.ine corn•artment. 32.2 No dealer decals. Other or Comments: • �.■33.1 Regular manufacturer's standard warranty, manufacturer's statement of origin, and com•leted •re-delive ins.ection certificates re•uired with each unit delivered. Mid 33.2 The manufacturer's standard warrant shall be state in the bid. ��■33.2.1 A minimum warrant of two(2)years, 24,000 miles or other manufacturer's standard warrant , whichever is •reater, is re•uired. 1112.■33.3 Manufacturer's written warranty including engine, transmission and differential must accom.an delivered unit. 33.4 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 res•onsible for an cost indludin. trans•ortation. • 33.5 The vendor must be able to provide warrant with twenty four(24) hours of bread down. If there is no local dealer the vendor must locate and/or provide the work within the twent four 24 hour time frame. 33.6 The vendor must e 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: NM=34.1 O•erators manuals must be furnished and accom•an each unit delivered. 34.2 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 re.uired. SEE below. , V• q S -L 1..J E 34.2.1 Two 2 com•lete 'arts books. -��34.2.2 Two 2 Service/maintenance manuals on all com.onents of unit. 34.2.3 Two 2 En.ine Emissions Dia•nostic Testin. manuals or software. -��34.3 Manuals, PC Software must be current ear for vehicle. Other or Comments: ��■35.1 Dealer's decals, stickers or other signs shall not be put on units. Manufacturer's name•lates, stam•in•s and other sins are acce•table. Other or Comments: 36.1 Unit to be delivered within 180 days 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 e•ui•rnent. �.■36.2 Bidder shall state delivery time with bid. Bid will not be considered if not listed. Other or Comments: • 5 of 5 auges. 11.5 To have oil change indicator lights. 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant temperatures. Other or Comments: 2 of 5 he city,or lawful money of the United States, or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 • EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered meets all specifications as set forth in the bid. Name (print) P0L + Signed ✓� � Title fe_.% ` f� ►'T�l �l`�_ The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) /8o E-,-h st Boer l zo r ,1 ( Vim, ^c k_ 2 c k- �E 'ro C LEA-v..).) C`t~ P ICE Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) A ✓'f' O '€ Signed • i' '�_ Title Lei �' ..c-e rl "T 0 E (7, ti a H O m 0- ° ca a 2 = ~ c ea m C (13 m °3 > a N 2 ,r H o z° o U- V Preiner, Sue (PWks) From: McCoy, Marc (VMF) Sent: Friday, December 03, 2010 9:46 AM To: Preiner, Sue (PWks) Subject: FW: 60,000 GVW Truck Chassis Cab Attachments: 60000 Street Tandem Bid Tab.pdf From: McCoy, Marc (VMF) Sent: Tue 11/23/2010 8:55 AM To: Preiner, Sue (PWks) • Cc: McIntyre, Scott (PWks); Decker, Bibiana (PWks); Faris, Steve (VMF); Nissen, Joe (VMF); Burke, Patrick (Prch); Hurt, Holly (Prch) Subject: 60,000 GVW Truck Chassis Cab INTEROFFICE MEMORANDUM SUE PREINER FROM: MARC MCCOY SUBJECT: TRUCK CHASSIS&CAB 60,000 GVW DATE: 11/19/2010 CC: SCOTT MCINTYRE,PAT BURKE,HOLLY IURT,JOE NISSEN,STEVE FARIS Sue, please generate a Council resolution for the purchase of one (1) 60,000 GVW Truck Chassis & Cab per the bid opened on November 17th 2010. Cornhusker International Trucks submitted the lowest bid at$105,750.00. Scott McIntyre will submit a requisition for the purchase. This purchase is part of Street Maintaince's 2010 budgeted equipment. Attached is the bid tab and specifications. The contact person for this bid is: Robert Roane Sales Representative Cornhusker International Trucks, Inc. 4501 South 110th Street Omaha,NE 68137 rob.roane@cornhuskerinternational.com Thank you, 1 • by air is needed,the dealer will be responsible for any additional cost. Other or Comments: NM=34.1 O•erators manuals must be furnished and accom•an each unit delivered. 34.2 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 re.uired. SEE below. , V• q S -L 1..J E 34.2.1 Two 2 com•lete 'arts books. -��34.2.2 Two 2 Service/maintenance manuals on all com.onents of unit. 34.2.3 Two 2 En.ine Emissions Dia•nostic Testin. manuals or software. -��34.3 Manuals, PC Software must be current ear for vehicle. Other or Comments: ��■35.1 Dealer's decals, stickers or other signs shall not be put on units. Manufacturer's name•lates, stam•in•s and other sins are acce•table. Other or Comments: 36.1 Unit to be delivered within 180 days 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 e•ui•rnent. �.■36.2 Bidder shall state delivery time with bid. Bid will not be considered if not listed. Other or Comments: • 5 of 5 auges. 11.5 To have oil change indicator lights. 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant temperatures. Other or Comments: 2 of 5 he city,or lawful money of the United States, or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 Marc McCoy • Equipment'Services Manager City of Omaha Fleet Manageent 2606 N. 26th Street Omaha,Nebraska 68111 (402)444-6191 Office (402)444-6339 Fax • Signed ✓� � Title fe_.% ` f� ►'T�l �l`�_ The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) /8o E-,-h st Boer l zo r ,1 ( Vim, ^c k_ 2 c k- �E 'ro C LEA-v..).) C`t~ P ICE Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) A ✓'f' O '€ Signed • i' '�_ Title Lei �' ..c-e rl "T 0 E (7, ti a H O m 0- ° ca a 2 = ~ c ea m C (13 m °3 > a N 2 ,r H o z° o U- V C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on November 17, 2010 for the purchase of a 60,000 GVW Chassis & Cab to be utilized by the Street Maintenance Division; and, WHEREAS, Cornhusker International Trucks, Inc. submitted a bid of$105,750.00,being the lowest and best bid received within the bid specifications, for the purchase of a 60,000 GVW Chassis & Cab. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OE 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 a 60,000 GVW Chassis & Cab to be utilized by the Street Maintenance Division in the amount of$105,750.00; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2010 expenditures. 154210scp APPROVED AS TO FORM: o ITY ATTORNEY DATE By . Councilmember Adopted �;i_ I E;C 2:1:Z:OiO 7 0 t, — _ ity Clerk 2- Approved:... ayor Thank you, 1 • by air is needed,the dealer will be responsible for any additional cost. Other or Comments: NM=34.1 O•erators manuals must be furnished and accom•an each unit delivered. 34.2 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 re.uired. SEE below. , V• q S -L 1..J E 34.2.1 Two 2 com•lete 'arts books. -��34.2.2 Two 2 Service/maintenance manuals on all com.onents of unit. 34.2.3 Two 2 En.ine Emissions Dia•nostic Testin. manuals or software. -��34.3 Manuals, PC Software must be current ear for vehicle. Other or Comments: ��■35.1 Dealer's decals, stickers or other signs shall not be put on units. Manufacturer's name•lates, stam•in•s and other sins are acce•table. Other or Comments: 36.1 Unit to be delivered within 180 days 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 e•ui•rnent. �.■36.2 Bidder shall state delivery time with bid. Bid will not be considered if not listed. Other or Comments: • 5 of 5 auges. 11.5 To have oil change indicator lights. 11.6 All gauges shall be needle type located in dash panel. 11.7 Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant temperatures. Other or Comments: 2 of 5 he city,or lawful money of the United States, or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. 'Refer anv questions reaardina the BID or SPECIFICAJIO.$(iirectly to the Purchasing Department(402)444.7155 or as shown on bid. NRI" 4 O AYS (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Firm: -r,.` sicev + tnq-;Iavlal`r�c•t ks,S corporated In: bt Delivery(or completion) Name: t f� ` ook v--'-- Signature: � -9a calendar days following aware Titles r Pho,� ne: '�a)--68o Fax: j' S 6 O 1 f 'l /� Address: 150 S0 I(O�.S1- `t 'e+ VY►'1�'lq 11LC e g l 31 Street/P.O.Box City ++ State Zip ) Email Address: roh.fA4V ke.® 0Cl1 S kv 'i ci 4P(,14-�O r , •cow\ 0 S TR), %1 • ::• - - " " • " - .' ' '.' ; '... , ; ,,..---,.„\...........Z/4,,Ils...::•,:.,:::: . •• • .. ....,....... - :... ,.........:.: • , :, •:.••••• .:•;,......•_.::... t - %*Z-:. „. g..4 • STATE OF t=1, •• • • -.• • ; • • . : . •• • /i ' ' : • 0 • .. •••• — . ,. .. .. :. • • . etiv . . ... A 1 ' CC • NEBRASKA; 0,:. .---• ...•.. • ..• .. ' :.: ... ---: :' •" ••-.. 1 i . ).•:. f CD 40, • 11 •• 11 S. 1.:? •:',.., I •• • .s• : :,....'-. .• .. : . • • EXECUTIVE DIRECTOR i '‘..1',. II Jr ......9% ..- - ' .. •• •••• - - :-. -- '.' - . - ••, - .:• -.. , .--:•.... , .• 's•'••••::.". ''.'''':•:::.....P;:-:•''.•THIS. LICENSE-.• .• .• • '• • • ••. • ••PROMINENTLY• •• • .•...• .. •,•• .. ' -,' •MOST BE; DISPLAYED 00961 4---;---S--....,---.i.-, .-s-,--=-4;-="•;;;:.:-----.41.3.,-,--e-s•-•-,ii.-e. .---4:4-2:.•,:tf:F--ii.--.---2 .?...z--,;-?.4::=2..-..s....:4. -..::::_s'--........-14..-.4:,--:-.....-1,-,..--f.z.-.,..-,,tp-z•-:--.44,--..:-s.,...--3*-,...-, • i !I :I- 1 1 ~ 5, ds,, vnc) ybb7c n . ~' � � '" cn o \oN Lh 'WvminPanr (....-AN N. i O OON 0 crg F • AD CD N O() A O Aa A� ° O\ Po cn pN Cr 0 CD AD .t a CD N O ,--, P CD v A r - k. 1 Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) A ✓'f' O '€ Signed • i' '�_ Title Lei �' ..c-e rl "T 0 E (7, ti a H O m 0- ° ca a 2 = ~ c ea m C (13 m °3 > a N 2 ,r H o z° o U- V