Loading...
RES 2010-0764 - PO to Omaha Truck Center for chassis & cabs a .;, Public Works Department fi 5 r-IV t_r F.� — Omaha/Dow las Gvic Center )-%4 1819 Fa mam Street,Suite 601 Omaha®A'.r� June 29, 2010 10 UN 3 P Nebraska 68183-0601 o..._�.ya�=!: .. . JUN (402)444-5220 roFax(402)444-5248 47wo FEBR3�� r E Y City of Omaha 0 M A I k, '' C r'(, 'y x 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 Omaha Truck Center on the bid for the purchase of five 35,000 GVW Chassis & Cabs to be utilized by the Street Maintenance Division. The following bids were received on May 26, 2010. Contractor Total Bid OMAHA TRUCK CENTER $339,140.00 (LOW BID) Cornhusker International $346,750.00 The Contractor has on file a current Contract Compliance Report Form (CC-1). 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 five 35,000 GVW Chassis & Cabs 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 Omaha Truck Center in the amount of $339,140.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: d-3—'° 1171 I5Jut , t261O Ro ert G. Stubbe, P.E. Date Ma or' 0 ce Date Pu lic Works Director Approved as to Funding: Approved: ?-fo 014.dal)k 6114/jo am Spaccarotella Date Human Rights and Relations Date Finance Director Department 142510scp in a format compatible with Civil 3D, 2010. 2. Final Design Meeting: E&A will present final plans, special provisions and cost estimates to the City during this meeting and will provide supporting data such as technical memos of all project meetings, calculations, permits, etc... . 3. Conclusion of Final Design: E&A's design services cease after Final Design Documents have been approved by the City; however, we will provide specific Post-Final services under Phase IV as delineated below. PHASE IV, POST DESIGN: 1. Description of Services: This service phase provides for the review of shop drawings, the surveying of girders with shim shots and the actual calculations for deck shims to satisfy final deck profile requirements. 2. Scope of Services: The scope currently scheduled and budgeted includes the following: a. Top of girder elevations will be surveyed along girder centerlines at conventional locations (i.e. along all girder centerlines, at supports and at 10 foot increments longitudinally). b. Based on shim shot information and theoretical profile grade elevations, deck shim heights will be calculated and furnished to the Contractor so that forms can 3 of 4 of the project. c. Drawings, Special Provisions and Cost Estimates will be developed to a completion level and to standards as described above. Pre-Final Plans, Specifications and Estimates will be forwarded the City for review and comment. d. A plan-in-hand meeting will be scheduled and conducted by E&A with appropriate personnel from the City present. e. Comments from the City's review of the Pre-Final Documents and the City's plan-in-hand observations/conclusions will be provided to E&A. Once received, 2 of 4 BL1 i� x LL /�'S'S� ow a F a o w "' F z l,- w > 1 0� wo �� o�000wn oW i z a Fo Q J a K / o I ,_ ., _.. zo 1`L11 6 \ ac�io�.a&ZG o_�Jozw�a 3 /11 I. W nI \y/ ' < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ - - --.- z a ... _. _. _ ._. _ a I - W m a H w z a ,:: '2: k -cil- ~ W R t%1") Z � 4w.„I .: .-rilr- I li cc--2) 14 n A .. (s- .,... „, 0 • ai a�• z p 'Li 2 a O CI) Q . 0 O 00 C 2 0 . O c Z r at 0 0 I- 0 m 0 I I a. U ' 0 W CO ,� v) C Z o 0 0) O O 0 Q U o co U Y _c m = D 0 LL Y 0 . 0 0 - ao J H O N •c° z U COCV 4; >. O. N = L H CO a CU o u. CI tion, Generated by: admin for project OPW 51803 id Tabulation, Generated by: admin for project OPW 51740 P.M.B. DOUGLAS COUNTY • REQUEST FOR BID AND BID SHE_T • ON: CITY OF OMAHA TRUCK CHASSIS F.CAB -35,000 GVW FROM: P.M.Burke Published: May12,2010 Page 1 Asst.Douglas County Purchasing Agent 902 Omaha-Douglas Civic Center BID BOND OR CERT IF' .D CHECK REQUIRED IN THE AMOUNT 5% 1819 Farnam Street IF THE TOTAL AMOUt r FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0902 BID BOND OR CERTI IED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Closing Time&D-.e: 11:00 A.M.on Wednesday,May 26,2010 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 wit be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA TRUCK CHASSIS&CAB-35,000 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 00 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 at bids in their entirety and the bidders shag 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 ymw.douglascountvourchasino.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 5 each Truck chassis and cab- 35,000 GVW(per specifications, 9 pages)dated May 2010 Make & Model offered: c/i6"% NTLir✓Er/ M2fObV / _/7� g Q 020/1 BID/each: $ to�6 $ 33 % � ` 0 (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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ • DOUGLAS COUNTY • REQUEST FOR BID ON: CITY OF OMAHA TRUCK CHASSIS AND CAB -35,000 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: 7�5�goes Furnish descriptive information with bid (2 copies). Show any exceptions on the bid specification 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ • Yt, 1 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA TRUCK CHASSIS AND CAB -35,000 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 D AI Lawe CC-W[Gr By '4'44 Title 6kt 1142 e,1et CONTINUATION SHEET sed 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ May 2010 SPECIFICATIONS FOR TRUCK CHASSIS AND CAB (35,000 G.V.W.) GENERAL: The vehicle 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 of the National Traffic and Motor Vehicle Safety Act. A (12) twelve foot hydraulically operated dump body and snow plow will be installed on this unit. Yes No Other 1. GVW RATING PLATE ✓ A. Not less than 35,000 pounds. State GVWR 3SG1 f) Other or Comment Yes No Other 2. CAB ✓ A. Combination steel and fiberglass with ventilator and tilt type ✓ hood assembly with stationary grille. B. Dual exterior cab grab handles or single handle w/dual interior. C. Safety glass throughout. D. Heavy-duty adjustable seats with heavy duty vinyl trim, Driver side air ride type seat. There must be sufficient room (ten inches)between the seats to accommodate a floor mount ✓ switch control panel. E. Dual sun visors and door locks. F. Fresh air heavy-duty hot water heater with dual defrosters. G. Seat belts. H. Cab dimensions to be approximately: Shoulder room, 70.0 ✓ inches;and Floor to headliner, 56.6 inches. I. Shall be equipped with AM-FM radio. 7 J. Interior finished to exclude excessive noise and weather. ✓ K. Floor coverings will be rubber-matting type. ✓ L. Insulated headliner. ✓ M.To have dual electric or air type horns. N. Factory installed air conditioning REcoAr d A%12 cA 6- cost' ��-�= . (The(0,Gr) Other or Comment apr SiNsle I4;iE / rA-CoST I/O.pO Truck Chassis.Cab(35K GVW) Page 1 of 9 required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm D AI Lawe CC-W[Gr By '4'44 Title 6kt 1142 e,1et CONTINUATION SHEET sed 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ Yes No Other. 3. COLOR A. Cab,body and fenders will be standard City of Omaha orange. B. All paint will be base coat/clear coat acrylic,activator- hardened acrylic or polyurethane type. Other or Comment Yes No Other 4. MIRRORS ✓ A. Shall be equipped with right and left, outside mounted (West Coast or breakaway style)type 7.44"x 14.44" min. electrically heated, fully adjustable mirrors,mounted on extension type brackets. Shall have a 7.44"minimum round or square convex mirror mounted on right and left sides of vehicle. Mirrors to be stainless steel or plastic. Other or Comment Yes No Other 5. WHEEL BASE V A. Wheel base minimum 165 inches and maximum 172 inches. Other or Comment Yes No Other 6. FRAME ✓ A. Heavy-duty frame channel fabricated with 120,000 P.S.I. steel, 17.2 section modules, 1,800,000 R.B.M.minimum. B. Frame shall have a minimum of a twenty(20") inch integral front frame extension with frame extension to have same RBM and section modules for mounting of crankshaft driven ✓ hydraulic pump and plow frame. C. Must have clean frame from cab to front of left and right front rear driving wheels. D. Front cross member to meet specifications for SAE#C Hydraulic Pump. Other or Comment 2,037.60o Nc-s pctr Pa.:C. Yes No , Other 7. CAB TO AXLE V A. Cab to axle measurement minimum 96". This unit will be used to plow snow with a 10 foot plow. AF. minimum 63". Other or Comment Yes No Other 8. FRONT BUMPER Truck Chassis.Cab(35K GVW) Page 2 of 9 REcoAr d A%12 cA 6- cost' ��-�= . (The(0,Gr) Other or Comment apr SiNsle I4;iE / rA-CoST I/O.pO Truck Chassis.Cab(35K GVW) Page 1 of 9 required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm D AI Lawe CC-W[Gr By '4'44 Title 6kt 1142 e,1et CONTINUATION SHEET sed 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ v , • A. Delete front bumper. If it cannot be deleted furnish manufacturer's standard bumper. • Other or Comment CQ (et. 4 r9 NT a I9 E.X Yes No Other 9. FUEL TANK A. One 50 gallon safety type fuel tank, step type, frame mounted on rijghUide. Minimum of twenty-five gallons of fuel when unit is delivered. Fuel tank not to extend behind back of cab. Other or Comment 5Ay11ew'Gt'FYCcfierir)rilvrc,7 rsie Tire-Ad3dfir 75t441°. hW/1304. Yes No Other 10. LIGHTS A. Halogen high/low beam head lights with, parking,dome, tail, back-up and stop lights. ✓ B. To have audible electric back up alarm. C. Auxiliary front Plow light harness for headlights and turn signals. Harness must be easily accessible and wires must terminate at the front bumper mounting area. D. All clearance/marker lights, stop,turn,tail and backup lights turn signals to be LED type.. V E. Body builder wiring to rear of frame. F. A center of roof mounted strobe light is required. Must be a Target Tech 851 strobe light 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,protected 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. G. Trailer Connection Socket: 7 way; mounted at rear of frame. Must include trailer brake controller and connections. Other or Comment Yes No Other 11.CONTROLS AND INSTRUMENTS A. Key locking starter switch. B. Head,parking and dome light switch, headlight-beam control, J turn signal indicator light and high beam indicator light. C. Shall have speedometer. D. Voltmeter, fuel, oil pressure, air pressure, coolant — temperature, engine hour meter and R.P.M. gauges. V E. To have oil change indicator light. Truck Chassis.Cab (35K GVW) Page 3 of 9 ion 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ V F. All gauges shall be needle typ located in dash panel. Shall have an engine shutdov n device to protect against low oil pressure and high coolant temperatures. Other or Comment Yes No Other 12. WINDSHIELD WIPERS A. Dual, intermittent, 2-speed electric, windshield wipers with dual windshield washer; all factory installed. Other or Comment Yes No Other 13. STEERING A. Manufacturer's recommended power steering. B. This unit will be used primarily to clear snow in the City of Omaha. This unit must be able to turn within a 37.5 foot V Culdesac with al0 foot plow. C. Tilt steering column with self-canceling turnsignals. Other or Comment Y� No Other 14.ENGINE A. Diesel engine with S.A.E. J-816-B rating. Minimum net horsepower of 240 H.P. and a minimum net torque of 660 foot pounds. Any of the following diesel engines are acceptable: (1)International Model MaxxForceDT,245 HP at 2600 R.P.M, 660 ft. lb. torque (2) Cumming ISC 240 HP at 2400 RPM,660 ft. lb.torque 6 0, (3) MBE 900 250 HP @ 2500 RPM, 660 ft. lb.torque V C. Engine shall be equipped with cold weather starting aid. V D. Engine noise levels must be within Federal O.S.H.A. ✓ Regulations. E. Engine shall be equipped with crankshaft adapter for attaching a ✓ drive. F. Ifshaft unit has cruise control as part of a package, it is to be disconnected and switches on dash to be replaced with blank 4/ covers. G. Unit must have fast idle switch. Other or Comment CSC A60 NP Gv4tleti41S ems/ (660 465, %ory vC" Truck Chassis.Cab(35K GVW) Page 4 of 9 switch. B. Head,parking and dome light switch, headlight-beam control, J turn signal indicator light and high beam indicator light. C. Shall have speedometer. D. Voltmeter, fuel, oil pressure, air pressure, coolant — temperature, engine hour meter and R.P.M. gauges. V E. To have oil change indicator light. Truck Chassis.Cab (35K GVW) Page 3 of 9 ion 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ Yes No Other 15.AIR CLEANER/FUEL FILTER V A. Shall be equipped with a heavy duty two-stage dry type air cleaner with inside-outside air control. V B. To have a heated fuel/water separator with water in fuel sensor. Other or Comment Yes No Other 16. BATTERY A. (3)-Twelve-volt batteries must deliver a total of at least 1950 CCA system. B. Battery jump-start stud shall be provided. Other or Comment 2' 12 VD 1% /• alet 1�.3/ Grp. 31 A4/` 2 'dCA 5' /7(fit; • Yes No Other 17. EXHAUST A. Frame mounted right side horizontal ATD SYSTEM vertical tailpipe. Other or Comment Yes No Other 18. ALTERNATOR A. 12 volt 130 amp. Minimum(Delco-Remy) o_r approved equal. State amps and type /6 0 4As4O4 d Go-/ems L4/ Other or Comment ZS 4 teewe e eelel. 1iv1?'5014SE. I Yes No Other 19. OIL FILTER ✓ A. Full flow throwaway spin on filter. Other or Comment Yes No Other 20. FRONT AXLE A. 12,000 lb. minimum capacity, I-beam constructed. Truck Chassis.Cab(35K GVW) Page 5 of 9 V D. Engine noise levels must be within Federal O.S.H.A. ✓ Regulations. E. Engine shall be equipped with crankshaft adapter for attaching a ✓ drive. F. Ifshaft unit has cruise control as part of a package, it is to be disconnected and switches on dash to be replaced with blank 4/ covers. G. Unit must have fast idle switch. Other or Comment CSC A60 NP Gv4tleti41S ems/ (660 465, %ory vC" Truck Chassis.Cab(35K GVW) Page 4 of 9 switch. B. Head,parking and dome light switch, headlight-beam control, J turn signal indicator light and high beam indicator light. C. Shall have speedometer. D. Voltmeter, fuel, oil pressure, air pressure, coolant — temperature, engine hour meter and R.P.M. gauges. V E. To have oil change indicator light. Truck Chassis.Cab (35K GVW) Page 3 of 9 ion 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ Other or Comment Yes No Other 21. COOLING ✓ A. Manufacturer's heaviest duty, cooling capacity system must be furnished.✓ B. Coolant recovery system and coolant filter required. ✓ C. Ethylene glycol-base antifreeze protection to -35 degrees ✓ below zero Fahrenheit for all trucks delivered. D. Engine Oil Cooler. E. Radiator shall have P.T.O cutout included,if necessary. Other or Comment /2 as '. .7.'qck e4d0:010"r' Yes No Other 22. TRANSMISSION A. Allison Model 3500 RDS five-speed, automatic transmission, with PTO opening or approved equal. _ B. To have auxiliary input and output package. C. Shifter push button. Other or Comment 31:4=1 - 1b ..#L t€AO. T t c/d5 %r-045. Pali/di; • Yes No Other 23.REAR AXLE A. 23,000 pound minimum capacity, spiral bevel, single reduction type(Rockwell RS 23-160)for on-off highway use, equipped with driver controlled traction differential. Air controls shall be mounted within easy reach of operator. Must be able to maintain 65 mph. Other or Comment Yes„. No Other 24. DRIVE LINE AND U-JOINTS A. Heavy duty drive line tube, main drive line U-joints, 1710 Spicer, minimum. Other or Comment Yes No Other 25. FRONT SPRINGS A. Minimum of 6,000 lbs. capacity at ground on each side of front. Other or Comment Yes No Other 26. REAR SPRINGS ✓ A. Minimum of 11,500 pound capacity at ground at each side of Truck Chassis.Cab(35K GVW) Page 6 of 9 A60 NP Gv4tleti41S ems/ (660 465, %ory vC" Truck Chassis.Cab(35K GVW) Page 4 of 9 switch. B. Head,parking and dome light switch, headlight-beam control, J turn signal indicator light and high beam indicator light. C. Shall have speedometer. D. Voltmeter, fuel, oil pressure, air pressure, coolant — temperature, engine hour meter and R.P.M. gauges. V E. To have oil change indicator light. Truck Chassis.Cab (35K GVW) Page 3 of 9 ion 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ rear, plus leaf type auxiliary springs, minimum 2,250 pound capacity on each side of rear, minimum total 23,000 lbs. Other or Comment Yes No Other 27. BRAKES-SERVICE ✓ A. Full air brakes with low air warning device. Air compressor minimum of thirteen point two (13.2) C.FM pressure oiled from truck engine. B. Front brakes 15"x 4", "S"cam double anchor type minimum. Shall be equipped with Wabco System Saver 1200 ✓ air dryer with electric heater. • C. Rear brakes 16-1/2" x 7", "S" cam double anchor type minimum. ✓ D. To have automatic adjusting Slack adjusters. E. To have out board brakes. Other or Comment /C 7 CFI( tvrrl. lviv fire5sor �rcp ee,-od riR 2 ae-t-s ;etd �=' A% drF64-.K M" ,Le Frfocster , re.-«u6 /e a:l: Yes No Other 28. BRAKES-PARKING A. Piggy-back mounted spring actuated,with air operated dash mounted control. Other or Comment Yes No Other 29.WHEELS AND TIRES 1/ A. Disc Hub Pilot wheels front and rear. Rear tires: 11R 22x5 heavy-duty truck type 11 R-22x5, G rating minimum mounted on 8.25 inch rims. Mud and snow tread design. Front tires: Two heavy duty truck type 11 R 22x5, H rating minimum mounted on 8.25 inch rims. Highway tread design B. To have one front and one rear mounted spare tire and rim. Other or Comment GD lfeGr Yes No Other 34. ADDITIONAL ✓ A. 120 volt, standard manufactures engine heater or approved equal with three prong plug and weather tight ✓ receptacle mounted outside of engine compartment. B. No dealer decals. C. Auxiliary step right and left side for easy access into truck cab. D. Successful bidder shall install, Insta-Chain 6-strand automatic V tire snow chains, or approved equal system. E. Fused 20 amp battery feed power wire, ground wire and fused Truck Chassis.Cab(35K GVW) Page 7 of 9 perature, engine hour meter and R.P.M. gauges. V E. To have oil change indicator light. Truck Chassis.Cab (35K GVW) Page 3 of 9 ion 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ 5 amp ignition feed two-way radio.The three wires to be located in the center of the header console in the cab. V F. Bidder shall provide diagnostic software sets for the engine and emissions, transmission,chassis electrical systems, and ABS brakes, including all necessary cables and interface devices. If software requires upgrade or licensing, it shall be included for four(4) years as part of this bid. Other or Comment Yes No Other 31. WARRANTY Y A. Regular manufacturer's standard warranty, manufacturer's statement of origin, and completed pre-delivery inspection ✓ certificates required with each unit delivered. B. The manufacturer's standard warranty shall be stated in the bid. A minimum warranty of Two years,24,000 Miles bumper to bumper or other manufacturer's standard warranty,whichever is greater, is required. C. Manufacturer's written warranty including engine, and dr must comp d V D. The vendtransmissionor will be responsible us for ac providing any all warrantyelivered unites. work within twenty-five drive-able miles from 72' &Dodge. if warranty work is not available within the above described, the vendor will be responsible for any cost including V transportation. E. The vendor must be able to provide warranty work within 24 hours of 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 break down. If shipping by air is needed,the dealer will be responsible for any additional cost. Other or Comment Yes No Other 32. MANUALS V A. Operators manuals must be furnished and accompany each unit delivered. B. All manuals must be furnished prior to payment and delivered failure to deliver all manuals that are ordered may result in Truck Chassis.Cab(35K GVW) Page 8 of 9 Truck Chassis.Cab (35K GVW) Page 3 of 9 ion 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ non-payment often percent of purchase order total until all / manuals are delivered. lr C. Manuals, P.C., Software must be current year for vehicle. D. The following books and manuals will be required. Two(2) -Complete parts books. Two (2) - Service/maintenance manuals on all components of unit. Two(2) -Engine Emissions Diagnostic Testing manuals or software. Other or Comment Yes No Other 33. SERVICE V A. Dealer's decals, stickers or other signs shall not be put on units;manufacturer's nameplates, stampings and other signs are acceptable. Other or Comment Yes No Other 34. DELIVERY A. Unit shall be delivered to the City of Omaha, Fleet Management Facility, at 2606 No. 26'h St.,Omaha,NE. within a 120 calendar day delivery time frame,complete and ready to operate. To be completely serviced, greased and oil levels at manufacturer's recommended capacity. B. Bidder shall delivery time on bid sheet. Bid will not be considered if time frame is deleted. Other or Comment 75-90�A{,5 fQoar brdti • Truck Chassis.Cab(35K GVW) Page 9 of 9 • work is not available within the above described, the vendor will be responsible for any cost including V transportation. E. The vendor must be able to provide warranty work within 24 hours of 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 break down. If shipping by air is needed,the dealer will be responsible for any additional cost. Other or Comment Yes No Other 32. MANUALS V A. Operators manuals must be furnished and accompany each unit delivered. B. All manuals must be furnished prior to payment and delivered failure to deliver all manuals that are ordered may result in Truck Chassis.Cab(35K GVW) Page 8 of 9 Truck Chassis.Cab (35K GVW) Page 3 of 9 ion 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 Firmocr�e By G�� K ketvir Title .l CONTINUATION SHEET ing 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$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. "Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155 or as shown on bid, I� (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms)yd% (c Firm:0144I-I4 rniex(ef€TEr- Incorporated Iris(, d Afe • Deli ((or completion) Name: j/t$ �8L 4L•A(c. 7A Signatur `�,,�' calendar days following await Title:Skies IPhoner102 592,040 Fax fQJ-592 x..0 Address:4,577 Se> /E 3 5r. r9�44.4064, Afe. b 137 Street/P.O.Box City State Zip I 1 Email Address: /704$261,/e ©j.,(4 .4 Ce).“ Air JPç/.t) v < Z Q p S w w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered meets all specifications as set forth in the bid./ Name (print) iCHta_ I- floc C ,� � Signed 1J zn�tL/' Q Title t- The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) �1 _ rot .0 oad/cc( LeFr_ss;de(driut r) L Ld Ri Gtt'? /� - ,3ru -r y • (2� !2�l Zcocc- 4 J s Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name(print) ni0f7/4 1-7G- /7OU47 Signed 7/fLe_�tC p Title •c° z U COCV 4; >. O. N = L H CO a CU o u. CI tion, Generated by: admin for project OPW 51803 id Tabulation, Generated by: admin for project OPW 51740 • • P.M.B. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA TRUCK CHASSIS &CAB-35,000 GVW FROM: P.M.Burke Published: May 12,2010 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,May 26,2010 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-35,000 GVW 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond d 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 at 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 matting fist.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless othemise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT ywyw.douolascountvourchasina.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 5 each Truck chassis and cab-35,000 GVW (per specifications, 9 pages)dated May 2010 .in4.errick_Ho�q( Make& Model offered: ,zol( 730o gfah 4K2. BID/each: $ (o% 650 $ 3 4(P)75O (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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA TRUCK CHASSIS AND CAB- 35,000 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: 7 5—9 0 AniS AT eirya,W S Furnish descriptive information with bid(2 copies). Show any exceptions on the bid specification sheet. The bidder, by signing this bid sheet, certifies that all other specifications are being fulfilled. City will retain 10%on invoipes 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA TRUCK CHASSIS AND CAB-36,000 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 BY oq r1� Title siTeS pn • CONTINUATION SHEET 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ fi i' a May 2010 SPECIFICATIONS FOR TRUCK CHASSIS AND CAB (35,000 G.V.W.) GENERAL: The vehicle 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 of the National Traffic and.Motor Vehicle Safety Act. A (12) twelve foot hydraulically operated dump body and snow plow will be installed on this unit. Yes No Other 1. GVW RATING PLATE A. Not less than 35,000 pounds. State GVWR 35,000 Other or Comment Yes No Other 2. CAB A. Combination steel and fiberglass with ventilator and tilt type hood assembly with stationary grille. ✓ B. Dual exterior cab grab handles or single handle w/dual interior. C. Safety glass throughout. D. Heavy-duty adjustable seats with heavy duty vinyl trim, Driver side air ride type seat.There must be sufficient room (ten inches) between the seats to accommodate a floor mount • switch control panel. E. Dual sun visors and door locks. �-- F. Fresh air heavy-duty hot water heater with dual defrosters. G. Seat belts. H. Cab dimensions to be approximately: Shoulder room, 70.0 inches;and Floor to headliner, 56.6 inches. I. Shall be equipped with AM-FM radio. J. Interior finished to exclude excessive noise and weather. K. Floor coverings will be rubber-matting type. +-� L. Insulated headliner. M.To have dual electric or air type horns. N. Factory installed air conditioning Other or Comment Truck Chassis.Cab(35K GVW) Page 1 of 9 or 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 BY oq r1� Title siTeS pn • CONTINUATION SHEET 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ Yes No Other 3. COLOR A. Cab, body and fenders will be standard City of Omaha orange. V B. All paint will be base coat/clear coat acrylic,activator- hardened acrylic or polyurethane type. Other or Comment Yes No Other 4. MIRRORS ✓ A. Shall be equipped with right and left,outside mounted(West Coast or breakaway style)type 7.44"x 14.44" • min. electrically heated, fully adjustable mirrors, mounted on extension type brackets. Shall have a 7.44"minimum round or square convex mirror mounted on right and left sides of vehicle. Mirrors to be stainless steel or plastic. Other or Comment Yes No Other 5. WHEEL BASE ✓ A. Wheel base minimum 165 inches and maximum 172 inches. Other or Comment Yes No Other 6. FRAME A. Heavy-duty frame channel fabricated with 120,000 P.S.I. steel, 17.2 section modules, 1,800,000 R.B.M.minimum. B. Frame shall have a minimum of a twenty(20") inch integral front frame extension with frame extension to have same RBM and section modules for mounting of crankshaft driven hydraulic pump and plow frame. C. Must have clean frame from cab to front of left and right front rear driving wheels. D. Front cross member to meet specifications for SAE#C Hydraulic Pump. Other or Comment Yes No Other 7. CAB TO AXLE A. Cab to axle measurement minimum 96". This unit will be used to plow snow with a 10 foot plow. AF. minimum 63". Other or Comment Yes No Other 8. FRONT BUMPER Truck Chassis.Cab(35K GVW) Page 2 of 9 N. Factory installed air conditioning Other or Comment Truck Chassis.Cab(35K GVW) Page 1 of 9 or 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 BY oq r1� Title siTeS pn • CONTINUATION SHEET 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ !/- A. Delete front bumper. If it cannot be deleted furnish manufacturer's standard bumper. Other or Comment Yes No Other 9. FUEL TANK A. One 50 gallon safety type fuel tank, step type, frame mounted on right side. Minimum of twenty-five gallons of fuel when unit is delivered. Fuel tank not to extend behind back of cab. Other or Comment Yes No Other 10. LIGHTS A. Halogen high/low beam head lights with,parking,dome, tail, back-up and stop lights. B. To have audible electric back up alarm. C. Auxiliary front Plow light harness for headlights and turn signals. Harness must be easily accessible and wires must terminate at the front bumper mounting area. v D. All clearance/marker lights,stop,turn, tail and backup lights turn signals to be LED type.. E. Body builder wiring to rear of frame. F.A center of roof mounted strobe light is required. Must be a Target Tech 851 strobe light 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,protected 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. G. Trailer Connection Socket: 7 way;mounted at rear of frame. Must include trailer brake controller and connections. Other or Comment Yes No Other 11.CONTROLS AND INSTRUMENTS A. Key locking starter switch. B. Head,parking and dome light switch,headlight-beam control, turn signal indicator light and high beam indicator light. Sr' C. Shall have speedometer. D. Voltmeter,fuel,oil pressure,air pressure, coolant temperature, engine hour meter and R.P.M. gauges. L- E. To have oil change indicator light. Truck Chassis.Cab(35K GVW) Page 3 of 9 e siTeS pn • CONTINUATION SHEET 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ F. All gauges shall be needle type located in dash panel. Shall have an engine shutdown device to protect against low oil pressure and high coolant temperatures. Other or Comment Yes No Other 12. WINDSHIELD WIPERS ✓ A. Dual, intermittent, 2-speed electric,windshield wipers with dual windshield washer;all factory installed. Other or Comment Yes No Other 13. STEERING A. Manufacturer's recommended power steering. B. This unit will be used primarily to clear snow in the City of Omaha. This unit must be able to turn within a 37.5 foot Culdesac with a10 foot plow. y C. Tilt steering column with self-canceling turnsignals. Other or Comment Yes No Other • 14.ENGINE A. Diesel engine with S.A.E. J-816-B rating. Minimum net horsepower of 240 H.P. and a minimum net torque of 660 foot pounds. Any of the following diesel engines are acceptable: L— (1)International Model MaxxForceDT,245 HP at 2600 R.P.M, 660 ft. lb.torque (2) Cumming ISC 240 HP at 2400 RPM,660 it. lb.torque (3)MBE 900 250 HP @ 2500 RPM, 660 ft. lb.torque C. Engine shall be equipped with cold weather starting aid. D. Engine noise levels must be within Federal O.S.H.A. Regulations. 1— E. Engine shall be equipped with crankshaft adapter for attaching a shaft drive. F. If unit has cruise control as part of a package, it is to be disconnected and switches on dash to be replaced with blank covers. G. Unit must have fast idle switch. Other or Comment Truck Chassis.Cab(35K GVW) Page 4 of 9 switch,headlight-beam control, turn signal indicator light and high beam indicator light. Sr' C. Shall have speedometer. D. Voltmeter,fuel,oil pressure,air pressure, coolant temperature, engine hour meter and R.P.M. gauges. L- E. To have oil change indicator light. Truck Chassis.Cab(35K GVW) Page 3 of 9 e siTeS pn • CONTINUATION SHEET 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ • Yes No Other 15.AIR CLEANER/FUEL FILTER A. Shall be equipped with a heavy duty two-stage dry type air cleaner with inside-outside air control. B. To have a heated fuel/water separator with water in fuel sensor. Other or Comment Yes No Other 16. BATTERY A. (3)-Twelve-volt batteries must deliver a total of at least 1950 CCA system. B. Battery jump-start stud shall be provided. Other or Comment Yes No Other 17. EXHAUST • y A. Frame mounted right side horizontal ATD SYSTEM vertical tailpipe. Other or Comment Yes No Other 18. ALTERNATOR A. 12 volt 130 amp. Minimum(Delco-Remy)or approved equal. State amps and type l(o0 ) taSc H Other or Comment Yes No Other 19. OIL FILTER ✓ A. Full flow throwaway spin on filter. Other or Comment Yes No Other 20. FRONT AXLE A. 12,000 Ib. minimum capacity, I-beam constructed. Truck Chassis.Cab(35K GVW) Page 5 of 9 400 RPM,660 it. lb.torque (3)MBE 900 250 HP @ 2500 RPM, 660 ft. lb.torque C. Engine shall be equipped with cold weather starting aid. D. Engine noise levels must be within Federal O.S.H.A. Regulations. 1— E. Engine shall be equipped with crankshaft adapter for attaching a shaft drive. F. If unit has cruise control as part of a package, it is to be disconnected and switches on dash to be replaced with blank covers. G. Unit must have fast idle switch. Other or Comment Truck Chassis.Cab(35K GVW) Page 4 of 9 switch,headlight-beam control, turn signal indicator light and high beam indicator light. Sr' C. Shall have speedometer. D. Voltmeter,fuel,oil pressure,air pressure, coolant temperature, engine hour meter and R.P.M. gauges. L- E. To have oil change indicator light. Truck Chassis.Cab(35K GVW) Page 3 of 9 e siTeS pn • CONTINUATION SHEET 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ • Other or Comment Yes No Other 21. COOLING ✓ A. Manufacturer's heaviest duty, cooling capacity system must be furnished. YES lto p.tvT R'i-i). ✓ v B. Coolant recovery system anc(coolant filter required.) N/ti' C. Ethylene glycol-base antifreeze protection to -35 degrees j below zero Fahrenheit for all trucks delivered. 7cIleteiGiec9 40/V. - D. Engine Oil Cooler. E. Radiator shall have P.T.O cutout included, if necessary. Other or Comment Yes No Other 22. TRANSMISSION A. Allison Model 3500 RDS five-speed, automatic transmission, with PTO opening or approved equal. B. To have auxiliary input and output package. t� C. Shifter push button. Other or Comment • Yes No Other 23.REAR AXLE A. 23,000 pound minimum capacity, spiral bevel, single reduction type(Rockwell RS 23-160) for on-off highway use, equipped with driver controlled traction differential. Air controls shall be mounted within easy reach of operator. Must be able to maintain 65 mph. Other or Comment (.!4 Rq4-tb 6 3.2►e)pk\ 5.63 f -1-1\0 = (o 8,9 ri ph Yes No Other 24. DRIVE LINE AND U-JOINTS A. Heavy duty drive line tube, main drive line U-joints, 1710 Spicer, minimum. Other or Comment Yes No Other 25. FRONT SPRINGS A. Minimum of 6,000 lbs. capacity at ground on each side of front. Other or Comment Yes No Other 26. REAR SPRINGS v A. Minimum of 11,500 pound capacity at ground at each side of Truck Chassis.Cab(35K GVW) Page 6 of 9 turn signal indicator light and high beam indicator light. Sr' C. Shall have speedometer. D. Voltmeter,fuel,oil pressure,air pressure, coolant temperature, engine hour meter and R.P.M. gauges. L- E. To have oil change indicator light. Truck Chassis.Cab(35K GVW) Page 3 of 9 e siTeS pn • CONTINUATION SHEET 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ rear,plus leaf type auxiliary springs, minimum 2,250 pound capacity on each side of rear,minimum total 23,000 lbs. Other or Comment Yes No Other 27. BRAKES -SERVICE t/ A. Full air brakes with low air warning device. Air compressor minimum of thirteen point two (13.2) C.FM pressure oiled • from truck engine. V B. Front brakes 15"x 4", "S"cam double anchor type minimum. Shall be equipped with Wabco System Saver 1200 air dryer with electric heater. C. Rear brakes 16-1/2"x 7", "S" cam double anchor type minimum. v D. To have automatic adjusting Slack adjusters. E. To have out board brakes. Other or Comment Yes No Other 28. BRAKES-PARKING v A. Piggy-back mounted spring actuated,with air operated dash mounted control. Other or Comment Yes No Other 29.WHEELS AND TIRES A. Disc Hub Pilot wheels front and rear. Rear tires: 11R 22x5 heavy-duty truck type 11R-22x5, G rating minimum mounted on 8.25 inch rims. Mud and snow tread design. Front tires: Two heavy duty truck type 1 IR 22x5, H rating minimum mounted on 8.25 inch rims. Highway tread design B. To have one front and one rear mounted spare tire and rim. Other or Comment • Yes No Other 30. ADDITIONAL A. 120 volt, standard manufactures engine heater or approved equal with three prong plug and weather tight receptacle mounted outside of engine compartment. B. No dealer decals. C. Auxiliary step right and left side for easy access into truck cab. D. Successful bidder shall install, Insta-Chain 6-strand automatic tire snow chains, or approved equal system. s E. Fused 20 amp battery feed power wire, ground wire and fused Truck Chassis.Cab(35K GVW) Page 7 of 9 air pressure, coolant temperature, engine hour meter and R.P.M. gauges. L- E. To have oil change indicator light. Truck Chassis.Cab(35K GVW) Page 3 of 9 e siTeS pn • CONTINUATION SHEET 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ 5 amp ignition feed two-way radio.The three wires to be located in the center of the header console in the cab. t/ F. Bidder shall provide diagnostic software sets for the engine and emissions,transmission,chassis electrical systems,and ABS brakes, including all necessary cables and interface devices. If software requires upgrade or licensing, it shall be included for four(4) years as part of this bid. Other or Comment Yes No Other 31. WARRANTY V A. Regular manufacturer's standard warranty, manufacturer's statement of origin, and completed pre-delivery inspection certificates required with each unit delivered. B. The manufacturer's standard warranty shall be stated in the bid.A minimum warranty of Two years,24,000 Miles bumper to bumper or other manufacturer's standard warranty,whichever is greater,is required. C. Manufacturer's written warranty including engine, transmission and differential must accompany delivered unites. D. The vendor will be responsible for providing all warranty work within twenty-five drive-able miles from 72' &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 break down. If there is no local dealer the vendor must locate and/or provide the work within the 24-hour time frame. ti F. 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 any additional cost. Other or Comment Yes No Other 32. MANUALS A. Operators manuals must be furnished and accompany each • v unit delivered. B. All manuals must be furnished prior to payment and delivered failure to deliver all manuals that are ordered may result in Truck Chassis.Cab(35K GVW) Page 8 of 9 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ non-payment of ten percent of purchase order total until all manuals are delivered. 1/ C. Manuals, P.C., Software must be current year for vehicle. D. The following books and manuals will be required. Two (2)-Complete parts books. Two(2)-Service/maintenance manuals on all components of unit. Two (2)-Engine Emissions Diagnostic Testing manuals or software. Other or Continent Pt 1 t Books at.45- O la �=.n� ke S) C Tra i % � --} Sho <1 4-Ni$h+-Vnet- tlttisr> tilt C -to • Yes No Other 33. SERVICE A. Dealer's decals,stickers or other signs shall not be put on units; manufacturer's nameplates, stampings and other signs are acceptable. Other or Comment Yes No Other 34. DELIVERY _1L A. Unit shall be delivered to the City of Omaha,Fleet Management Facility,at 2606 No. 261 St., Omaha,NE. within a 120 calendar day delivery time frame, complete and ready to operate. To be completely serviced,greased and oil levels at manufacturer's recommended capacity. B. Bidder shall delivery time on bid sheet. Bid will not be considered if time frame is deleted. Other or Comment Truck Chassis.Cab(35K GVW) Page 9 of 9 cluding transportation. ✓ E. The vendor must be able to provide warranty work within 24 hours of break down. If there is no local dealer the vendor must locate and/or provide the work within the 24-hour time frame. ti F. 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 any additional cost. Other or Comment Yes No Other 32. MANUALS A. Operators manuals must be furnished and accompany each • v unit delivered. B. All manuals must be furnished prior to payment and delivered failure to deliver all manuals that are ordered may result in Truck Chassis.Cab(35K GVW) Page 8 of 9 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 CQr-nhi sKey r � E t � By v oct eevidL) Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ l EXCEPTIONS TO SPECIFICATIONS Check One li The equipment offered meets all specifications as set forth in the bid. Name (print) r'-` Ro _ e Signed 61! ,� 3- 812,►uQ,,, Title • ks `P rpuk-,\re.— The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) ' ©be.rf 42•ogrti-f._ Signed 613Oa �_ Title -J�e.Sf4\31 r .&-en 4-A/t { OU47 Signed 7/fLe_�tC p Title •c° z U COCV 4; >. O. N = L H CO a CU o u. CI tion, Generated by: admin for project OPW 51803 id Tabulation, Generated by: admin for project OPW 51740 • ~} ' Al r • ,_..I O C,...4 N ,--I O N. N N N N N e-1 Cl r) N 0 bb 0 ad 0 1-, a 1-1 0 O N N z]I N O 0 O I N • N 0 0 • N a) . N i.) a) a) 0') it 0) ro q m • m a a 0) a.) u .0 0 Ya a o a) a a a) a V) •11 N N --, " O a) q a) m 00 (=I a) , I S' M 'd O 'ti .1...1 N Qr N W 0 P.. ai w m k 0 4] • U H a 0 , �_►�� � m 0 0 U V 0 H N N H PI 0 0 • U 0 QI 0) 0 > O • O U 0 O H 0 00 0 .t-) 0 a 0 0 -.- 0 • 0 w m 'd n• al >, 0 o O a) . N } J-) - , O l- O a) V] W •I-, O - N N > i N U •• a) a) . O J 0 0 s O PO N $4 � Y•, a • J1 al Ea n• U 0) fa a) ,!a) U 0 a) O U E 'ti M_ O a) •• 0 E E E a) ro E f-I >, a) .0 0 ,--I w 1 E u 0 m a a •• 0 0)) •• m �, H x v, az z C..) E .0H z z w H c) 0 a) 'ti a) 0 •• u) .0 ca u ca >. art ) a)a -.I .-I0 ~w m h a, >, .0 0 0 'ti a) al 0) it Z Z >, sa '0 ,0 o 0 P] Y•, a) a) •• p �0 J-I O )a o ,a w a) a)-n •n 0 aao00 0a -n •n .0 a a • .0 a X x rI ti a) rI E 0 0 N a a 3 01 0l co co Di 0 a a) O CO i H I-I P O c p .. Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: - WHEREAS, bids were received on May 26, 2010 for the purchase of five,35,00 0tGVW. Chassis & Cabs to be utilized by the Street Maintenance Division; and, WHEREAS, Omaha Truck Center submitted a bid of$339,140.00, being the lowest and best bid received within the bid specifications, for the purchase of five 35,000 GVW Chassis & Cabs. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Omaha Truck Center for the purchase of five 35,000 GVW Chassis & Cabs to be utilized by the Street Maintenance Division in the amount of $339,140.00; 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. 142610scp APPROVED AS TO FORM: -/0 CI ATTORNEY DATE By sgir:"17 Pg44471444 Councilmember Adopted U.N...2..9..2O1. Ci Jerk 7A e /, Approved Mayor QI 0) 0 > O • O U 0 O H 0 00 0 .t-) 0 a 0 0 -.- 0 • 0 w m 'd n• al >, 0 o O a) . N } J-) - , O l- O a) V] W •I-, O - N N > i N U •• a) a) . O J 0 0 s O PO N $4 � Y•, a • J1 al Ea n• U 0) fa a) ,!a) U 0 a) O U E 'ti M_ O a) •• 0 E E E a) ro E f-I >, a) .0 0 ,--I w 1 E u 0 m a a •• 0 0)) •• m �, H x v, az z C..) E .0H z z w H c) 0 a) 'ti a) 0 •• u) .0 ca u ca >. art ) a)a -.I .-I0 ~w m h a, >, .0 0 0 'ti a) al 0) it Z Z >, sa '0 ,0 o 0 P] Y•, a) a) •• p �0 J-I O )a o ,a w a) a)-n •n 0 aao00 0a -n •n .0 a a • .0 a X x rI ti a) rI E 0 0 N a a 3 01 0l co co Di 0 a a) O CO i H I-I P O c p .. Title -fq-Ave_ CONTINUATION SHEET e 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 P Y tY� 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 Comptance 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 Deoartment(4021444-7155 or es shown on bid, (PLEASE PRINT LEGIBLY OR TYPE) f PaymentTerms� r/of��"1S •Firm:fl LOC()h"uskerTr erne ionak tnAc 5 Incorporated In:bcIgWQY-e Delivery(or completion) Name: 'R o ber+ 'ROgni Signature: •� 75" ct 0 calendar days following award Title: gq r�� .�,�V a Phone: 35 j., 8 Sp Fax 33 _ _1 v r 610.4S i S Address:4 502 41- (1 al.& Z rr -- e_.!! Street/P.O.Box Citypy10.ha State j�}E Zip to® 137 Email Address: rplo..r oct n-tQ ao rnh 4s kcr; nt t• eo w-v_ • w N °'w a w UO Z Z p0 U dp tt Z w U U S U LL a a Q -� W18a.L6*LZZ- -- -, , i 4 0 1 0 ;\, I 5 3 1 V 1 5 3 n' 3 0 N I l \ Z • m s-0 0 0. ®® 0,1®{} c £ 9 l 0 1 w ' i 1\ (? I O I J ' I \ ,. 4 ,„..1,,,,; ' ---- or' -'.7 iiiihitiv-4,.. f--3---.-4:-.F.:„.--__I;014.,.., .14. 1,,,,.,., , ,. Q,,.,., ,, .,,,' ,;:, ,-.-'2-'‘'''.'4: -;. . 1 It- 1 Iteili k P ,414454 artiVi7•• ••,, .-__, !:,,e1 % y., • VE•rn .. .....St* ZI . • 'c.......:. .8 .• Alp.., 4140,4110ii 4.4.7.,/ • . ,' .,,..... '1,C.1,2 •' 'f't ei, ..„,„,,C3-. `1,./ .• , J '4.4) - , .-A",- ,47.404 . 1,9.'.' t;:,„.!-1, ., intw.;?,...„1„.0,..., ‘,..,• 404i/ .,,i 1 b+*I.,,oie.40 4,v..0,.* 4 ,A;ry #4.11gLe, ' Al• /If , ,;.,, ,. _;:t# e ---4-S, ..!_!1,..- ii.r•A*.s. Mt.... -,pi!-i-,)_,i \' / -e,Akeoi..,7-5-7 .•=2•.:_„ ...: kt.1,,kir;I: 'Mho' A.,;-----::-,,.41t,.. irlr:.."cil.„ 47,;("/ , •' ,:,., ....... , ,, , .., w,,„ ",,• . _ .,., .. tt, _-v. -.,-„.-,.. t 2 .".-- •teefitt; .••k •Affs,,....- ,--,-t--.- -,-c-------:-.- ''"-- " ',7-4 .!;!„.„... .??,,..9:--,....,z..4, ,./4;4,, , mai_ ! ; . • ffigtt„.-",-,..•11 .,---"--- 4 Ati..,'.• ,f t ir ir ,,... , ,,,,, ..„,„ ,,t -ft; ,5__ „as.leriket.1......: • ..........,4,,..,..,6,..., . • • ,. _ , „....,...,,,,.„,-.-.9"_ ,..-_.7.,_____.,,,,•7:„ _.t...v-.., .„._, , .,• , : _ • .,..,- ,,/ , ,,____ '''-- ---7-IP..'.-.7.i•--z—fr -;=-;----,=-. .-„E:,__-1..$°--,_11 _.i'..,.-•.-.rcr1, 1 -- ---i I:- - .-_tx,A7wl-0i\- - . 1 i •".-,r.A'51-N,,,.,,.t.:I --4.V.,A•O'77\ ---.. r .4'W • ..././, / ..,[ 1 -,______ ---- •• .i•----: // ••S. ''' . 1...g.'• • fgfg 90 -i . 'Iola ' • lilt 3":7V5'HY,701" ' '3`"=It;ff,r2;3' 8M • _.. ...... . ... _ ____ \ ' t, 7 ƒ n \ n cn. o . § \' E § P \® I . / m \ .2 » ii !jj . . § § ± n e • " © n a . � < / \ . ? .° i , p • N k g2 \ � wOCe % jj. Po 6:14 v,00 . p — A 9 4 ' i . m 9 ^ 7 0 A §' k & E k # o � A § ƒ / \ \. Q \ 2 . ¢ o / � E ƒ k � e � ` \d2©< z - ?}\\ < \ t#1 , < -y .y �� - - - •c° z U COCV 4; >. O. N = L H CO a CU o u. CI tion, Generated by: admin for project OPW 51803 id Tabulation, Generated by: admin for project OPW 51740