Loading...
RES 2010-1415 - PO to to Pal Fleet for plows `, 4,� ? r' + a� ; Public Works Department ��.,0,....„, , ����; d� Omaha/Douglas Gvic Center �` .)& ����' ,, 1819 Famam Street,Suite 601 i!'� .�� #„ I f Cyr , ., T,T, '�t2 1 ro Omaha,Nebraska 68183 0601 o, _ , - , „ December 7, 2010 Fr, 1 (402)4445220 �0pt 44~ ; `` Fax(402)444-5248 �rFD FEBRVr ���.'I� :.� x - . City of Omaha Robert G.Stubbe,P.E. Jim Suttle,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 Pal Fleet Equipment Co. on the bid for the purchase of two dump bodies/hydraulics/plows for 19,500 GVW cab & chassis to be utilized by the Street Maintenance Division, The following bids were received on October 6, 2010. A detailed bid tabulation is attached. Contractor Total Bid Aspen Equipment Co. $59,380.00 (Non-compliant Bid) PAL FLEET $60,776.00 (RECOMMENDED BID) Badger Body& Truck Equipment $63,042.00 Northern Truck Equipment $65,114.00 Mid-Continent $74,202.00 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 two dump bodies/hydraulics/plows for 19,500 GVW cab & chassis from the Street and Highway Allocation Fund 12131, Snow and Ice Control Organization 116154 in the amount of $30,388.00 and Pavement Maintenance Organization 116158 in the amount of$30,388.00, year 2010 expenditures. The Public Works Department recommends the acceptance of the bid from Pal Fleet in the amount of$60,776.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, Referr City Council for Consideration: 1 (6 Nov ZO Ib ''''`iii?obert G. Stubbe, .E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: ,:-.'.:-" :4 I ii-/6-to . 7 ic.wein it Lk(jk _...), ///i IP.i 0 c. Pam Spaccarotella Date Human Rights and Relations Date 1� Finance Director Department 153710scn sis with detailed progress report listing out information about each activity in the billing. Work Hours and Fee Estimate We propose to conduct these services on a "time and materials" basis. Under such an agreement, we are compensated on an hourly basis for all labor and other direct costs are reimbursed at a rate of 1.1 times actual cost. The following are our standard hourly billing rates for the personnel expected to be involved in this project: Principal I $180.00/Hour Senior Designer $110.00/Hour Environmental Scientist III $105.00/Hour Environmental Scientist II $ 90.00/Hour and include, without limitation, the following: Recruited, whether advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. / 47,4,C4 `-. ACORD 25(2009/01) ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Apz A-. _A.zt nr- O nm m m ‘ I Z'OEKA41177 �i "":—or,", C2 u^ = yn Z fn = 1' = Zy OWS>rl NCB om9,it � V A Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 F- LV U-cE m a c 8 . A.N1 i 1- LIJA a ;..t,_--,,,.,.'-.Iii 0.;„. ' . . . . _... kii, \ -A,7c '-'N„,, F-. V ..A ,A . • 7bt' zz G. § AO ►: _1 w iib 1-- 0 ...ozcc, r N. ? a VI . a , ...k:„. .. ,s, , (7462r23 N 2 U C E `Ca._.. ° m N o 0 __ z o rn tts ti 3 .N 0 _ .N .0 0 O o a. N a w y to - Q. U .? 0 a 41 t3 4 C Z >, U 0 y U O N o U a o m 0 co m Q � E CD O n � c o a) -Do�-� • Z E O 0 o •C p w a) CI Q O N C C cu s 0 o a) ' ca. C CO O ea = N H 0 O 0 ti $59,380.00 (Non-compliant Bid) PAL FLEET $60,776.00 (RECOMMENDED BID) Badger Body& Truck Equipment $63,042.00 Northern Truck Equipment $65,114.00 Mid-Continent $74,202.00 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 two dump bodies/hydraulics/plows for 19,500 GVW cab & chassis from the Street and Highway Allocation Fund 12131, Snow and Ice Control Organization 116154 in the amount of $30,388.00 and Pavement Maintenance Organization 116158 in the amount of$30,388.00, year 2010 expenditures. The Public Works Department recommends the acceptance of the bid from Pal Fleet in the amount of$60,776.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, Referr City Council for Consideration: 1 (6 Nov ZO Ib ''''`iii?obert G. Stubbe, .E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: ,:-.'.:-" :4 I ii-/6-to . 7 ic.wein it Lk(jk _...), ///i IP.i 0 c. Pam Spaccarotella Date Human Rights and Relations Date 1� Finance Director Department 153710scn sis with detailed progress report listing out information about each activity in the billing. Work Hours and Fee Estimate We propose to conduct these services on a "time and materials" basis. Under such an agreement, we are compensated on an hourly basis for all labor and other direct costs are reimbursed at a rate of 1.1 times actual cost. The following are our standard hourly billing rates for the personnel expected to be involved in this project: Principal I $180.00/Hour Senior Designer $110.00/Hour Environmental Scientist III $105.00/Hour Environmental Scientist II $ 90.00/Hour and include, without limitation, the following: Recruited, whether advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. / 47,4,C4 `-. ACORD 25(2009/01) ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Apz A-. _A.zt nr- O nm m m ‘ I Z'OEKA41177 �i "":—or,", C2 u^ = yn Z fn = 1' = Zy OWS>rl NCB om9,it � V A Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 OM i• �e Public Works Department `,r + Omaha/Douglas Civic Center • u�►- �rri :J., ,�►.u' � 1819 Faam Street,Suite 601 . : ea m � Omaha,Nebraska 68183-0601 t»r4�! .�E°arti` 'm (402)444-5220 • Fax(402)444-5248 Cityof Omaha Robert G.Stubbe,P.E. Public Works Director Jim Suttle,Mayor November 5, 2010 Mr. Chris Eggen Aspen Equipment Co. 11475 South 153rd Street Omaha,NE 68138 RE: City of Omaha Request for Bid on Dump Bodies/Hydraulics/Plow for 19,500 GVW Chassis& Cab Dear Mr. Eggen: Section 10-1 10 of the Omaha Municipal Code allows a department director to reject any bidders bid because the bids received were non-compliant to specifications. This letter is to serve as written notice that your bid submitted for Dump Bodies/Hydraulics/Plow for 19,500 GVW Chassis &Cab is being rejected because the bid does not meet the required specifications. On page 1, item 2C of the specifications for dump body,we specify a Front Bulkhead with 10 gauge steel. You bid a 12 gauge Front Bulkhead. Also, on page 1, item 2E, we ask for 10 gauge sides. The bid you submitted states the unit will have 12 gauge sides. On the hydraulic operated 9' spreader,page 1, item 1.6,we specific 10 gauge longitudinal sills. Your bid states the unit will have 12 gauge stills. Item 1.7 of our specification calls for 12 gauge body ends. Your bid states the unit will have 14 gauge ends. There are also numerous other exceptions that do not meet specifications: Items 1.10, 1.13, 2.2 and 2.6. These exceptions are not acceptable to the City. Recommendation is being forwarded to the City Council to reject your bid and award this bid to another bidder. Within 10 days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons for the objection. Sitt c Ro rt G. S be,P.E. Public Works Director c: Pat Burke,Purchasing Agent Buster Brown, City Clerk Members of the City Council 1 (6 Nov ZO Ib ''''`iii?obert G. Stubbe, .E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: ,:-.'.:-" :4 I ii-/6-to . 7 ic.wein it Lk(jk _...), ///i IP.i 0 c. Pam Spaccarotella Date Human Rights and Relations Date 1� Finance Director Department 153710scn sis with detailed progress report listing out information about each activity in the billing. Work Hours and Fee Estimate We propose to conduct these services on a "time and materials" basis. Under such an agreement, we are compensated on an hourly basis for all labor and other direct costs are reimbursed at a rate of 1.1 times actual cost. The following are our standard hourly billing rates for the personnel expected to be involved in this project: Principal I $180.00/Hour Senior Designer $110.00/Hour Environmental Scientist III $105.00/Hour Environmental Scientist II $ 90.00/Hour and include, without limitation, the following: Recruited, whether advertising or by other means; compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. / 47,4,C4 `-. ACORD 25(2009/01) ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Apz A-. _A.zt nr- O nm m m ‘ I Z'OEKA41177 �i "":—or,", C2 u^ = yn Z fn = 1' = Zy OWS>rl NCB om9,it � V A Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 • P.M.B. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET • ON: CITY OF OMAHA Dump Bodies/Hydraulics/ Plow for 19,500 GVW Chassis&Cab FROM: P.M.Burke Published: September 22,2010 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 Opening Time&Date: 11:00 A.M.on Wednesday,October 06,2010 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 Dump Bodies/Hydraulics/Plow for 19,600 GVW Chassis&Cab 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 of 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 resented 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 kvww.dougtascountypurchasinu.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 It is the intent of the City of Omaha to purhcase and have installed dump bodies on two(2)2011 Ford F550 4x4 regular cab and chassis. Dump body for 19,500 GVW 2011 Ford F550 Cab &Chassis per 2 each attached specifications: Dump Body (5 pages); Hydraulic Spreader(2 pages); and Plow(1 page) BID/each: $- 1.ny 00 $.jt)1 776. (5%Bid Bond is to be based upon this amount) Promt delivery is an essential element of this bid. Delivery in ..cO days following award City will retain 10% on invoices until all manuals are delivered. Two (2) copies of full descriptive literature on each item bid are required with the bid. Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 or Steve Faris at (402)680-0827 • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Dump Bodies I Hydraulics I Plow for 19,500 GVW Chassis&Cab NOT AN ORDER Page 2 DESCRIPTION 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. You are hereby,on notice that as of October 1, 2009, Contractors are required to use E-Verlfy 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.ug. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE) Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm ? l 1 r e o F To 15?(J,?Alan T BY Title Ka l p 5 CONTINUATION SHEET (5%Bid Bond is to be based upon this amount) Promt delivery is an essential element of this bid. Delivery in ..cO days following award City will retain 10% on invoices until all manuals are delivered. Two (2) copies of full descriptive literature on each item bid are required with the bid. Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 or Steve Faris at (402)680-0827 • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 f r SPECIFICATIONS FOR DUMP BODY (19,500 G.V.W.) GENERAL: The body to be the latest current model of standard design manufactured,complete with all standard equipment,tools and warranty.Bidders are to supply full description and descriptive materials on unit bid with the proposal.Truck must comply with current provisions ofthe National Traffic and Motor Vehicle Safety Act. • Dump Body shall be designed for use with single axle with dual rear wheels, 19,500 G.V.W.chassis and cab with cab to axle measurement of 84 inches.Dump body,hoist,hydraulic pump,and hydraulic power drive controls to be of the latest current models manufactured.Bidders are to supply full description and descriptive materials on unit bid with the proposal. It is the successful bidder's responsibility to provide and install this type of unit. Unit furnished shall have the capability to lower box without engine running. Meet Specification-Please indicate-(if other explain on comment line). Yes No Other 1. TYPE A. Dump Body shall be powered by Double acting Electric hydraulic pump and shall be designed to dump to rear of vehicle. Other or Comment Yes No Other 2. BODY V A. Length to be 114"inches g7" B. Width Inside:approximately air inches C. Front Bulkhead: 10 gauge high tensile steel construction with cutout for rear visibility. V D. Floor: 3/16 inch with Hi Tensile abrasion --/ resisting steel minimum. ---- �/ E. Sides: 10 gauge Hi Tensile smooth steel 18"inches tall with 2"side board pockets. F. Cab Protector minimum4t'. ao G. Heavy drop side Contractor Body for ease of loading with greaseable hinges. t H. Must have 22"tall double acting design tailgate with long chains and two sets of banjo eyes. Other or Comment Page 1 of 5 h 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 ? l 1 r e o F To 15?(J,?Alan T BY Title Ka l p 5 CONTINUATION SHEET (5%Bid Bond is to be based upon this amount) Promt delivery is an essential element of this bid. Delivery in ..cO days following award City will retain 10% on invoices until all manuals are delivered. Two (2) copies of full descriptive literature on each item bid are required with the bid. Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 or Steve Faris at (402)680-0827 • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 Yes No Other 3. SUB-FRAME,UNDERSTUCTURE AND HOIST • A.All steel constructed sub-frame shall be fastened to truck frame at minimum of four(4) locations on each side. Note:wood sills between sub-frame and truck frame not acceptable. (/ B. Crossmemberless Western Style understructure. t/ C. Minimum 8.5 Ton lifting capacity. Other or Comment Y`es� No Other 4. CYLINDER 1/ A. Underbody, single double acting cylinder in accordance with Class 30 T.B.E.A Dump angle minimum 45 degrees., hoisting mechanism to be Double acting electric and protected against corrosion. B. ShaIl have built in Hydraulic Reservoir. C. Hoist to be electrically operated by Push button controls mounted in cab. Other or Comment Yes No Other 5. WELDING A. All joints and seams shall be fully welded inside,outside of dump body, sub-frame and tailgate. Minimal skip welding acceptable. Other or Comment • Yes No Other 6. MOUNTING ?/ A. Mounting of hydraulic pump,reservoir, dump hoist,dump body,and all hydraulic components to the City of Omaha furnished truck chassis s1lll be Accomplished by the successful bidder. Unit shall be mounted locally, within (30)thirty days from delivery date of the truck chassis.Vendor responsible to pick up and deliver completed truck. B. All mounting bolts shall be heat-treated grade eight(8)minimum. C. All bolts used for manufacture and mounting shall meet S.A.E.J 429 specifications. D.All mounting holes shall be drilled. 1/ E. Truck frame flanges shall not be drilled Page 2 of 5 sign tailgate with long chains and two sets of banjo eyes. Other or Comment Page 1 of 5 h 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 ? l 1 r e o F To 15?(J,?Alan T BY Title Ka l p 5 CONTINUATION SHEET (5%Bid Bond is to be based upon this amount) Promt delivery is an essential element of this bid. Delivery in ..cO days following award City will retain 10% on invoices until all manuals are delivered. Two (2) copies of full descriptive literature on each item bid are required with the bid. Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 or Steve Faris at (402)680-0827 • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 • • or welded for mounting dump body components to truck frame. Other or Comment Yes -No Other 7. PAINTING 1/ A. Painted Polyurethane White B. Paint should have a minimum of 4.0 dry film thickness Other or Comment Yes No Other 8. MANUALS A. The following sets of manuals shall be provided with each unit on all components of unit. Two (2)copies of maintenance and operation manuals. Two(2)copies of parts lists on all components of unit. Two (2)copies of hydraulic circuits. Two (2)copies of electrical circuits. Other or Comment Yes No Other 9. ADDITIONAL REQUIREMENTS A. Built in safety bar to support dump body in up-position while making repairs. B. Must have adequate clearance between body and tires for tire chains. C. Body to be equipped with flexible-type mud-guards on rear.No company names on mudflaps. D. To have"Body up"warning light. E. To furnish rear bumper and 20 Ton Pintle hitch. . Top of wed not to exceed 48 - --- " -- — G. To have a Knapheid Knap-Pack Model KP-82E tool box mounted behind cab and in front of dump box or approved equal. Painted Polyurethane White. Other or Comment Page 3 of 5 livery date of the truck chassis.Vendor responsible to pick up and deliver completed truck. B. All mounting bolts shall be heat-treated grade eight(8)minimum. C. All bolts used for manufacture and mounting shall meet S.A.E.J 429 specifications. D.All mounting holes shall be drilled. 1/ E. Truck frame flanges shall not be drilled Page 2 of 5 sign tailgate with long chains and two sets of banjo eyes. Other or Comment Page 1 of 5 h 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 ? l 1 r e o F To 15?(J,?Alan T BY Title Ka l p 5 CONTINUATION SHEET (5%Bid Bond is to be based upon this amount) Promt delivery is an essential element of this bid. Delivery in ..cO days following award City will retain 10% on invoices until all manuals are delivered. Two (2) copies of full descriptive literature on each item bid are required with the bid. Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 or Steve Faris at (402)680-0827 • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 • Yes No Other 10. ELECTRICAL A. All tail, stop and turn signals to be LED and visible from behind. B. To have one Blue and one Amber 6" oval Strobe light mounted on rear of dump box and one orange Target Tech strobe light to be mounted on the cab ofthe truck. V C. Bidder to mount 7 pin trailer plug to be provided with truck. Other or Comment Yes No Other 11. WARRANTy A. The successful bidder shall warranty all components ofthe Dump Body for one (1) full year from date of satisfactory delivery. The warranty shall cover defective materials and workmanship. B. Regular manufacturer's standard warranty; manufacturer's statement of origin, and completed pre-delivery inspection certificates required with each unit delivered. • C. The manufacturers standard warranty shall be stated in the bid. f—/ • D. The vendor will be responsible for providing all warranty work within twenty-five driveable miles from 72nd& Dodge. If warranty work is not available within the above described,the vendor will be responsible for any cost including transportation. E. The vendor must be able to provide - - -- warranty work within 24 hours of the break down. If there is no local dealer the vendor must locate and/or provide the work within the 24-hour time frame. F. The vendor must be able to provide needed parts within 24 hours of the break down. If shipping by air is needed,the dealer will be responsible for any additional cost. Other or Comment Page 4 of 5 1/ E. Truck frame flanges shall not be drilled Page 2 of 5 sign tailgate with long chains and two sets of banjo eyes. Other or Comment Page 1 of 5 h 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 ? l 1 r e o F To 15?(J,?Alan T BY Title Ka l p 5 CONTINUATION SHEET (5%Bid Bond is to be based upon this amount) Promt delivery is an essential element of this bid. Delivery in ..cO days following award City will retain 10% on invoices until all manuals are delivered. Two (2) copies of full descriptive literature on each item bid are required with the bid. Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 or Steve Faris at (402)680-0827 • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 • • YcsNo Other 12.DELIVERY A. The completed units shall be delivered to the Fleet Management Division, 2606 North 26th Street, Omaha Nebraska.,68111 Other or Comment Page 5 of 5 n O Cr O .� P. VD i rJ O ,t) • 9 0 '-t a 0 O cD • • • • • • • Mt , , •( • • e, CFM Environmental Scientist 41044,141e_, zy4 Kyle A. Anderson, PE, PTOE Principal I I I ! I' 1' r 4 d ; .', tC ,- -' t } 4 neral Manager �g Approved.... ... . ... !:`..;``�C Mayor 1 - • • SPECIFICATIONS FOR HYDRAULIC OPERATED 9'SPREADER GENERAL: I I ;`;::`.. SPECIFICATIONS:-:: The spreader to be the latest current model of standard design manufactured, completed with all standard equipment,tools and warranty. Bidders are to supply full description and descriptive materials on unit bid with the proposal. The spreader hopper to be constructed of no less than 12-gauge 304-2B Stainless Steel Unit shall consist of body,feed conveyor,spinner disc,hydraulic power drive and all components necessary to make a complete operating unit. Spreaders to be installed on 2011 Ford F550 4x4 19,500 GVW dump truck. No skip welding, all joints and seams to be fully welded. Meet Specification-Please indicate-(if other explain on comment line). Yes' No Other I HOPPER ALL STAINLESS:STEEL 1.1 Hopper body length shall not be greater than 9 feet. 1.2 Struck Capacity, 3.0 to 3.3 YD 1.3 Approximately"top inside width. 'I f,/ 1.4 Approximately OP'side, height 3 c `" 1.5 Body sides slope 45 degrees for easy flow of material. 1.6 Longitudinal sills to be a minimum 10 gauge. / 1.7 Body ends(front&rear)are sloped"'degrees with inside welds continuous top �/ to bottom minimum 12 gauge stainless steel ace, Potr 6adf it ,</ppo.ri 1.8 Conveyor bottom shall be a minimum of 10 gauge. 1.9 Top screens with 3/8 diameter rods positioned to form a square opening of 2 1/4" 1.10 Feed gate approximately 4"x12"12 gauge adjustable i/ 1.11 All hardware is zinc plated or stainless steel. 1.12 Four(4)lift hooks,one at each corner,are 1/4"x 2"formed stainless steel plate. 1.13 An inverted"V"shaped 12 gauge stainless section installed over conveyor chain. Bolts to body sides and adjustable in height,installed at factory. Other or Comments No ".:; Other; 2.0:CONVEYOR.DRAG.CHAIN : : ' 2.1 Approximate "wide all steel,pintle type chain. f 6 V 2.2 Cross bars of 3/8"x 3/4"xArilta"spaced on 5"centers. /6 2.5 Drive shaft is 1 1/8"diameter. 2.6 Idler shaft is 1 1/8"diameter. V'2.7 Two(2) 5/8"iiiiimpilmiollopprim.11.11111 chain adjusters with y'minimum thread 4/" TLrrad 3Dj StG:•, less S}ee( Other or Comments Yes ': No:--:_ Other 3:0:CONVEYER GEAR CASE ASSEMBLY 3.1 Hi-tensile cast iron housing,oil tight with breather and oil level plug. •3=2-20.1-reduetion-worm-geaSteelworm is hardened-and ground. -- - 3.3 Gear is aluminum bronze 3.4 Output bearing is a greaseable roller type. Other or Comments Yes:': No-:: :. Other, 40;SPINNER CHUTE::, 4.1 12 gauge stainless steel one(1)piece totally enclosed with removable access door. r 4.2 Two(2)internal baffles are"slide rod"adjustable for control of material placement I/ into the spinner. 4.3 Four(4)sectional deflectors with overlapping corners are"rod and clip pin" adjustable for complete control of spread direction and chassis undercarriage protection. 4.4 Both deflectors and baffles are hand adjustable without tools. • 4.5 Spread range if 4'to 40' 1-� 4.6 Frame mount chute extends approximatela'below sills. aA " Other or Comments 1 the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 Yes:.: No T: Other. 5.0.SPINNER ASSEMBLY :'.:: . 5.1 10 gauge stainless steel or poly 16"diameter disc. 5.2 Three(3)10 gauge 409 Stainless Steel bolt on replacement"G"shaped fins. ✓ 5.3 Hydraulic motor mounts directly to the top of spinner disc(1"motor output shaft). • Other or Comments •; prom /rwfdir ' j ' Is AL_ Yes:, No Other 6:0:PAINTING;` ; i` ::;i: .'.:. ., ..:.:' - 6.1 Painting only on bare steel,not on stainless steel. 6.2 Paint to be gloss black. V_ 6.3 Non-stainless components to be cleaned and primered before painting with a urethane finish. After paint all components will be oven cured prior to assembly. Other or Comments Yes ; : No . . Other 7.0'MOUNTING:':;. ' :°:" :..:: .:: . : `...;, _,. ... . . � . .. .. . ...... .. . ,.,. • 1 A mounting kit shall be provided and include:four load binders and four chains. •All components must have sufficient rating to safely secure the unit being bid. Yes. . No :' Other 8.0:HYDRAULICS:: . .: 8.1 The successful bidder to supply the spreader with drip less hydraulic.quick / couplers on all hydraulic fittings. All hoses and fittings to be pipe thread j/ Couplers to be Eaton Coupler part#5601-6-6 and 5602-6-6 J / 8.2 To include Force America 12 volt hydraulic system with PTO and pump with V a 20 gallon reservoir and return filter. 8.3 Dual 12 volt Force America SSC1100 controls for independent spinner/conveyor control i/ 8.4 Valves to be 2 section SCE Spin-A-Veyer installed in a weather proof enclosure. 8.5 Spreader and spinner will each be driven by one hydraulic motor. One motor will directly couple to the gear case shaft with the second motor directly coupled to the spinner disc. Other or Comments Yes::'.. No Other9.0.:WARRANTY 9.1 The vendor must be able to provide warranty work within 24 hours of the break down. If there Is no local dealer,the vendor must located and/or provide the work within the 24 hour time frame. 9.2 The vendor must be able to provide needed parts within 24 hours of break down. If shipping by air is needed,the dealer will be responsible for an additional cost. i / 9.3 Manufacturer's standard warranty to apply and to include one year total parts and !/ labors warranty after satisfactory acceptance of the vehicle. 9.4 The vender will be responsibility for providing all warrant work within twenty five drivable miles from 72 and Dodge. If warranty work is not available within the above described,The vendor will be responsible for any cQstinctuding transportation Other or Comments Yes':. No Other 10.0 DELIVERY 10.1 Unit to be delivered to the City of Omaha,Fleet Management Facility,2606 North 26th Street,fully serviced to recommended no vehicle specifications. If the vendor is no in the City of Omaha area,the City will not be responsible for any cost from pickup or the delivery any vehicle or mounted equipment. Other or Comments 2 h deflectors and baffles are hand adjustable without tools. • 4.5 Spread range if 4'to 40' 1-� 4.6 Frame mount chute extends approximatela'below sills. aA " Other or Comments 1 the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 1 10' Snow Plow for 19,000 GVW Truck Cover Letter Statement: It is the intent of this quote to purchase and have installed (2) Two ten-foot(10') contractor grade or super duty snow plows on City of Omaha provided 201 Ford F550 4-wheel drive 19,500 GVW dump trucks. The successful bidder will mount the snow plows, cab controls and light kits on the City trucks.Acceptable plow brands are Western UHW 10 HEAVY WEIGHT, Boss Heavy Duty, or equivalent. If the successful bid award winner is outside the Omaha metro area they will be responsible for any transportation required. State Brand li fjs$ State Model 1 G' super -Duly State Unit Price, ,A 1O. Do YES NO OTHER SNOW PLOW SPECIFICATIONS 1. Ten (10)foot wide straight blade plow 2. Blade height no less than 33" State height -4-/ `/c) " 3. Blade thickness no less than 7 gauge steel 4. Plow to have(2)two shock absorbers and six(6)trip springs 5. Plow to power angle hydraulically both right and left 6. Heavy duty"A" frame and quadrant 7. Joy Stick controls are to be in cab mounted 8. Plow light kit 9. Blades guides installed on plow corners 1/_ 10. Heavy duty cast plows shoes mounted t` 11. Rubber snow deflector 12. Powder coated paint finish 13. Must have a quick disconnect plow to truck mount Other or Comment Page 1 of 1 er installed in a weather proof enclosure. 8.5 Spreader and spinner will each be driven by one hydraulic motor. One motor will directly couple to the gear case shaft with the second motor directly coupled to the spinner disc. Other or Comments Yes::'.. No Other9.0.:WARRANTY 9.1 The vendor must be able to provide warranty work within 24 hours of the break down. If there Is no local dealer,the vendor must located and/or provide the work within the 24 hour time frame. 9.2 The vendor must be able to provide needed parts within 24 hours of break down. If shipping by air is needed,the dealer will be responsible for an additional cost. i / 9.3 Manufacturer's standard warranty to apply and to include one year total parts and !/ labors warranty after satisfactory acceptance of the vehicle. 9.4 The vender will be responsibility for providing all warrant work within twenty five drivable miles from 72 and Dodge. If warranty work is not available within the above described,The vendor will be responsible for any cQstinctuding transportation Other or Comments Yes':. No Other 10.0 DELIVERY 10.1 Unit to be delivered to the City of Omaha,Fleet Management Facility,2606 North 26th Street,fully serviced to recommended no vehicle specifications. If the vendor is no in the City of Omaha area,the City will not be responsible for any cost from pickup or the delivery any vehicle or mounted equipment. Other or Comments 2 h deflectors and baffles are hand adjustable without tools. • 4.5 Spread range if 4'to 40' 1-� 4.6 Frame mount chute extends approximatela'below sills. aA " Other or Comments 1 the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 f � DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA NEBR 68183 PHONE(402)444-7155 FAX(402)444-4992 September 27,2010 NOTICE TO BIDDERS: REQUEST FOR BID ON Dump Bodies/Hydraulics/Plow for 19,500 GVW Chassis& Cab BID OPENING DATE: OCTOBER 6, 2010 at 11:00 A.M. ADDENDUM NO. 1: Replace page one of bid sheet with the attached page one. NOTE: there are no options on this bid. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. Patrick Burke,Douglas County Assistant Purchasing Agent PG/ FIPP f r�Zic,t f9 ,./0frteil7L Name of Firm igned By ccie$ Title ;``�C Mayor 1 - 1 C-25A 1CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on October 6, 2010 for the purchase of two dump bodies/hydraulics/plows for 19,500 GVW cab & chassis to be utilized by the Street Maintenance Division; and, WHEREAS, Pal Fleet submitted a bid of $60,776.00, being the lowest and best bid received within the bid specifications, for the purchase of two dump bodies/hydraulics/plows for 19,500 GVW cab & chassis. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Pal Fleet for the purchase of two dump bodies/hydraulics/plows for 19,500 GVW cab & chassis to be utilized by the Street Maintenance Division in the amount of $60,776.00; and that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Snow and Ice Control Organization 116154 in the amount of $30,388.00 and Pavement Maintenance Organization 116158 in the amount of$30,388.00, year 2010 expenditures. 153810scp APPROVED AS TO FORM: t /f-,/,‘--i filf-l& iITY ATTORNEY DATE ''''' AV :4- trilif4"' , 7 _ Councilmember Adopted DEC 0 7 20.1Qt' ' & _ 0 • ����'�_. � -` V Ci Jerk /'� ApproveVip 4' ;- `-+A TIN Mayor i enclosure. 8.5 Spreader and spinner will each be driven by one hydraulic motor. One motor will directly couple to the gear case shaft with the second motor directly coupled to the spinner disc. Other or Comments Yes::'.. No Other9.0.:WARRANTY 9.1 The vendor must be able to provide warranty work within 24 hours of the break down. If there Is no local dealer,the vendor must located and/or provide the work within the 24 hour time frame. 9.2 The vendor must be able to provide needed parts within 24 hours of break down. If shipping by air is needed,the dealer will be responsible for an additional cost. i / 9.3 Manufacturer's standard warranty to apply and to include one year total parts and !/ labors warranty after satisfactory acceptance of the vehicle. 9.4 The vender will be responsibility for providing all warrant work within twenty five drivable miles from 72 and Dodge. If warranty work is not available within the above described,The vendor will be responsible for any cQstinctuding transportation Other or Comments Yes':. No Other 10.0 DELIVERY 10.1 Unit to be delivered to the City of Omaha,Fleet Management Facility,2606 North 26th Street,fully serviced to recommended no vehicle specifications. If the vendor is no in the City of Omaha area,the City will not be responsible for any cost from pickup or the delivery any vehicle or mounted equipment. Other or Comments 2 h deflectors and baffles are hand adjustable without tools. • 4.5 Spread range if 4'to 40' 1-� 4.6 Frame mount chute extends approximatela'below sills. aA " Other or Comments 1 the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms Inn % 30 DR y( Firm: a I fled. Trl,iic F l/,•pr,P n f CO. Incorporated in: Delivery(or completion) Name: ).?;1, g-nn ,,(L (Signature: So calendar days following Title: cQ1 i e S' J Phone:-24. 3 ")3- //�/6 Fax: ')44. 3 js- /'77 award Address: 1i'90fi .�- /lD14 4/-rp,.f 100,i./ /J/U{,(s / TA 5/co/ Street/P.O.Box City State Zip Email Address: g poi F/PP.f. (6i'-t Y A - ZO IS I CZa�ONDn m� Fm 2-Zi ZZ 2 D M °' ' nm fon n v I O OA al' 'g �\ v m a,9, .," Z\NO �D y S o 0 0^ 99 o iz \ 'ARM A94 yA u o oog� H z o N3 m fa- iz- Q1_ omgoz o�^o _ �N m �- m o N� ��g 0' =mom eA = N N m o 0 o a'^�g_NTP img o Am ply OAOZOO SOn ��D \�' m � - o _ Ao s o m 46 �Ken3g`n `F"nf; NZ ��oai}�1 �czia o P S m A. �" z /n 4. GENERAL NOTARY-Sta'.,of N a aze),,,,,,- yl ` ,- m°o�a Q ji BONNIE L ,• CHA (�1 /� $ � 3 �m y o f ..F N 0 g o I My Comm.Exp.Oct.25,2011 ;f-( )I o a g. g= N D m T dam:. S ' igio C(-0 Ent Fo ;oA I 4 2 PEARSON'S FIRST ADDITION el < m CI sg o* 71 LOT 1 cc ,,, . ru $ EXHIBIT A .a LOT 1 0 O O O O U) CD U) 01 U) 0 $ U) U) Mto W a ZO O c) OtN, OaozOEOU) 0 70HOHMUsrEd' cr d' rO r >+ r3 W r >+ W O N z W H co • co U) a a a a Cr) H r1 PI N ol M W d• H U) O t0 1 r 44 O 0) o O c ri ri r1 I3 N log W M ra W .4, (C Ul (Y l0 'z, r - El CO = >+ U o PI o pq o EA o v) o U o k o 44 o H o H m H rl PC ri g4 d' H o ff to H H En H H H W O O O 0 O O 0 O o 0 o O O O O O O 0 0 H V) O O O O O O o O O O O O 0 O O O O 0 ra 0wCP o �. i , � . .ccn O aN tz N 0 , ' O0 P5. o\ 0 CD O cD .n cD '.-s' 0. r 0 O C 01- En 0 n CD • IILI!IIi! It1• CYn . O O n � NO\ P � ►,) y p,CD cilcil "� O CD LA 0 'O• 0 OO c0i E' Cr O cn 0-' O 00 i=1- 0 P. R CD CD "C 1-t CD P CD t I 1 • i I Il I Il I I. ,;I V it I I I I ' 1 � i, s County Assistant Purchasing Agent PG/ FIPP f r�Zic,t f9 ,./0frteil7L Name of Firm igned By ccie$ Title ;``�C Mayor 1 -