Loading...
RES 2009-1383 - PO to Omaha Standard for utility bodies •• 4,o�`1 "�, Public Works Department v�►`i c�� RECEIVED - p Omaha/Douglas Gvic Center aq v) , �+ ' f l 1819 Famam Street,Suite 601 ��;,r . ® ��C � N^ Omaha,Nebraska 68183-0601 o,. December 8,- 2Q0 . Q (402)444-5220 150 o ,try Fax(402)444-5248 'P4TBoFEB0: CITY CLERK CityofOmaha OMAHA, NEBRASKA 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 Standard on the bid for the purchase of two utility bodies with high top cover and compressors to be utilized by the Sewer Maintenance Division. The following bids were received on November 4, 2009. Contractor Total Bid OMAHA STANDARD $64,285.66 (LOW BID) Badger Body ' $65,130.00 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 the purchase of two utility bodies with high top cover and compressors from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, year 2009 expenditures. The Public Works Department recommends the acceptance of the bid from Omaha Standard in the amount of$64,285.66, 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: l/--io~°�' tx tt l i ' 1o '( ert G. tubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: //-'7-Cr Pam Spaccarotella Date Human Ri hts and elations Date Finance Director Department 6 120309scp Q J z C a, m O) a a) d � G O ) A .r d O O C . V C N M m d, 7 < in J a Relati ns Date '1)1. Finance Director Department 120109scp Heimes Corp. $13.44 per SF $17,472.00 L.G. Roloff Construction Company, Inc. $11.85 per SF $15,405.00 Hawkins Construction Co. $8.01 per SF $10,413.00 Cedar Construction $7.95 per SF $10,335.00 MFT Construction $5.90 per SF $7,670.00 • K-2 Construction $9.60 per SF $12,480.00 Luxa Construction Co., Inc. $7.76 per SF $10,088.00 M. E.Collins Contracting Co., Inc. $14.00 per SF $18,200.00 General Excavating $14.00 per SF $18,200.00 Page 33 of 34, 10/28/2009 2:09:01 PM, Bid Tabulation, Generated by:admin for project OPW 51497(CSO) • Page 32 of 34, 10/28/2009 2:09:00 PM, Bid Tabulation, Generated by: admin for project OPW 51497(CSO) Generated by: admin for project OPW 51497(CSO) ! 7 )- I ublic Heals ;Association of Nebraska(PHAN) j i' 1 1 6 ) programs and sociopolitical advocacy opportunities. • Created and maintained a local tobacco-related m• •ati licy resource center. May 2001 — I ebruary 2005 Chicano Awareness Center Tobacco C trot Outreach Specialist Omaha, NE • Develop community-based healthcare prevention i• -m focusing on Latinos. • Managed rant funds. • Organiz ell and executed programs and 1 1, ities relating to youth tobacco use I 0 C ) I 2226119.78 12131120255 1,845,239.56 0610112026 540,6013.60 540,608.80 -189,213.01 '16609.47 334,585.12 1210112028 275.000 540,608.60 1,515,808.80 -169,21301 18,802.47 1,309585.12 1213112026 1,844,172.24 0810112027 511,831.42 511,831..48 179,141.02 16,802.47 315,880.22 12/0/12027 1,015,000 511,831.48 1228,831.46 -172,141,02 18,802.47 1,330,880.29 12/31/2027 1,646,761.28 0610112028 481,873.75 421,873,.75 -168 655.81 18,809.47 226,408.47 1231/2028 1,050,000 481,873.75 '1,531,873.75 -188,65511 18,809.47 1,346,408.47 1213112028 1,642,816.24 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 P.M.B. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA UTILITY BOX WITH HIGH TOP COVER & COMPRESSOR (SEWER) FROM: P.M.Burke Published: October 21,2009 Page 1 Asst.Douglas County Purchasing Agent 902 Omaha-Douglas Civic Center BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% 1819 Farnam Street IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Closing Time&Date: 11:00 A.M.on Wednesday,November 04,2009 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 Farnam 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 Utility Box with High Top Cover&Compressor(Sewer) 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make Bid bond or certified check shall be made payable to"City of Omaha" suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountypurchasing.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 2 each Steel compartment type utility box with a high top cover and air compressor to be installed on two City of Omaha provided Ford F65O truck chassis. Units will be in accord with attached nine (9) pages of specifications. Manufacturer& Model offered: ./.,m nli;r({ BID/each: $ . ), jt1J. ,C73 $ Li. az T. A/ Two copies of descriptive literature are required for each unit (5%Bid Bond is to be based bid. Prompt delivery is an essential element of this bid. upon this amount) Delivery may be made in/da days following award of order. received. Any exceptions to the specifications must be so noted on the attached"Exceptions to Specifications"sheet. Questions regarding this bid should be directed to: Steve Ferris at(402)680-0827 or Marc McCoy(402)444-6191. REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State.of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 (0/5/2009 City Of Omaha TECHNICAL SPECIFICATIONS STEEL HIGH TOP UTILITY BOX UNDER BODY PTO DRIVEN AIR COMPRESSOR It is the intent of these specifications to describe the furnishing and installation of all equipment, accessories and incidentals for proper installation of a steel compartment type utility box with a high top cover,and an under body PTO driven air compressor on a 2010 Ford F-650 truck chassis. These specifications are intended to assure that all proposals submitted for consideration will cover bodies, and air compressors of similar design and capacity. Instructions to bidder: If the unit(s)being bid complies with or exceeds the City of Omaha requirements write"COMPLY"in the space provided.If the unit(s)varies from the requirement,write"EXCEPTION"in the space provided.All responses of"EXCEPTION"shall be fully explained and detailed on a separate sheet of paper labeled"Exceptions to Bid Specifications."Vendor shall state why,in their opinion,the item(s) offered will render equivalent reliability,coverage,and performance.Failure to comply with this bid evaluation requirement may render the proposal"Non Responsive"and eliminate it from consideration. The City of Omaha has the right to determine the best bid at its discretion for reasons of (but not limited to)past experience of equipment quality,and or availability of parts and service. Vendor to Respond "Comply or Exception" 1. GENERAL: 1.1 All equipment,components and attachments supplied under these specifications shall be new,unused for any rental,demonstration or other purpose. //)n i )% 1.2 Unit(s)shall be equal to in every respect to the manufacturers specifications and shall include all standard equipment normally offered • and installed at the factory. n I-,O 0 y 1.3 The installation must be certifiable for highway use. r -/i A r-.) 1.4 The cost of installation and all additional components,supplies and materials is to be included in this bid. (74/7,,0.1 Vehicle to be picked up and deliver to City of Omaha Fleet Management 2606 N.26th Street Omaha,NE 68111 Page 1 of 9 N 2 each Steel compartment type utility box with a high top cover and air compressor to be installed on two City of Omaha provided Ford F65O truck chassis. Units will be in accord with attached nine (9) pages of specifications. Manufacturer& Model offered: ./.,m nli;r({ BID/each: $ . ), jt1J. ,C73 $ Li. az T. A/ Two copies of descriptive literature are required for each unit (5%Bid Bond is to be based bid. Prompt delivery is an essential element of this bid. upon this amount) Delivery may be made in/da days following award of order. received. Any exceptions to the specifications must be so noted on the attached"Exceptions to Specifications"sheet. Questions regarding this bid should be directed to: Steve Ferris at(402)680-0827 or Marc McCoy(402)444-6191. REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State.of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 2. UTILITY BODY 2.1 Utility body is to be constructed of steel. (().01 0/,� 2.2 The body is to be 168" in length. ff,, 7)// 2,3 The compartments are to be 20"deep. eii '),r f` 2.4 Curb side(right side)will be 40"in height. (6/)1L/y 2.5 Curb side compartments: Front:32"wide. Second: 32"wide. Third:29"wide. Over the wheel well extending to the rear of box:75"wide. Bottom rear corner:29"wide. 7diald/l 2.6 Street side(left side)will be 60"in height. (Deal A IV 2.7 Street side compartments: Front:33"wide. Second: 60"wide with double overlapping doors. Over the wheel well:46"wide. Rear full height:29"wide. ( lra, Ai% 2.8 All shelving to be galvanized steel.All shelves to be adjustable and removable. 6<%i�!V a 2.9 Shelving requirements are as follows. Curb side front compartment:2 shelves. Curb side third compartment:2 shelves. Street side front compartment: 1 shelve. Street side rear compartment: 1 shelve. �l mp(V 2.10 Five material hooks will be provided in the curb side second compartment. 4)// 2.11 Rear bumper will be grip punch type with a recess for a class V receiver hitch.A cable stirrup on each side of bumper will be required. /21,-71 r 2.12 Receiver type class V trailer hitch with a pintel type tow hitch and a seven pole round pin light plug is required. / Lr,Ay( 2.13 Furnish and install an electronic brake controller,Tekunsha Pilot. Page 2 of 9 or other purpose. //)n i )% 1.2 Unit(s)shall be equal to in every respect to the manufacturers specifications and shall include all standard equipment normally offered • and installed at the factory. n I-,O 0 y 1.3 The installation must be certifiable for highway use. r -/i A r-.) 1.4 The cost of installation and all additional components,supplies and materials is to be included in this bid. (74/7,,0.1 Vehicle to be picked up and deliver to City of Omaha Fleet Management 2606 N.26th Street Omaha,NE 68111 Page 1 of 9 N 2 each Steel compartment type utility box with a high top cover and air compressor to be installed on two City of Omaha provided Ford F65O truck chassis. Units will be in accord with attached nine (9) pages of specifications. Manufacturer& Model offered: ./.,m nli;r({ BID/each: $ . ), jt1J. ,C73 $ Li. az T. A/ Two copies of descriptive literature are required for each unit (5%Bid Bond is to be based bid. Prompt delivery is an essential element of this bid. upon this amount) Delivery may be made in/da days following award of order. received. Any exceptions to the specifications must be so noted on the attached"Exceptions to Specifications"sheet. Questions regarding this bid should be directed to: Steve Ferris at(402)680-0827 or Marc McCoy(402)444-6191. REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State.of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 • 2.14 Two grab handles at rear of body will be required. (location to be determined) _ ( ii///__ 2.15 Floor is to be steel no less than 3/16"thick. 01Trip c 2.16 Additional cross member and reinforcing shall be provided where necessary. 6.1 p-e 2.17 A high roof system to provide 72"floor to ceiling shall be included. , 2.18 The high roof is to be constructed of steel. 62/=; 2.19 A fold down door measuring 36"wide by 12"tall is to be included at the front curb side.(See picture.) 72)/77.49j<r 2.20 Full opening rear doors. ///3.0 i 2.21 A 12"by 12"access door near the bottom of the left rear door �O.r''7'Of l 2.22 Flush mount door handles and key locks are required on all doors. 6,i DI`✓ h 2.23 A master locking system is to be included if possible. 2.24 All doors shall be weather and water tight with weather strip sealing. /'/.gym ix/y 2.25 Body shall fit cab and chassis as specified.2010 Ford F-650 6)41/-1/ / 2.26 Body shall be built to conform to applicable Federal Motor Vehicle safety Standards and shall be certified for all requirements at time of manufacture. 61�7/ 3. PAINTING 3.1 All welding slag and spatter shall be cleaned from metal surface before painting. ( ,„, 1/‘/ a f 3.2 Sealing of seems shall be done before painting. Ain 4V/ 3.3 All metal shall be primed before painting. V i 3.4 Color shall be white to match the cab. j�,,,.. 3.5 Finished painted surface shall be no less than 4.4 mils dry film thickness. j,6,-14}a Page 3 of 9 al to in every respect to the manufacturers specifications and shall include all standard equipment normally offered • and installed at the factory. n I-,O 0 y 1.3 The installation must be certifiable for highway use. r -/i A r-.) 1.4 The cost of installation and all additional components,supplies and materials is to be included in this bid. (74/7,,0.1 Vehicle to be picked up and deliver to City of Omaha Fleet Management 2606 N.26th Street Omaha,NE 68111 Page 1 of 9 N 2 each Steel compartment type utility box with a high top cover and air compressor to be installed on two City of Omaha provided Ford F65O truck chassis. Units will be in accord with attached nine (9) pages of specifications. Manufacturer& Model offered: ./.,m nli;r({ BID/each: $ . ), jt1J. ,C73 $ Li. az T. A/ Two copies of descriptive literature are required for each unit (5%Bid Bond is to be based bid. Prompt delivery is an essential element of this bid. upon this amount) Delivery may be made in/da days following award of order. received. Any exceptions to the specifications must be so noted on the attached"Exceptions to Specifications"sheet. Questions regarding this bid should be directed to: Steve Ferris at(402)680-0827 or Marc McCoy(402)444-6191. REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State.of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 1 ' 4. LIGHTS AND ELECTRICAL 4.1 The body shall be equipped with all the necessary lights and reflectors to conform to Federal Safety Standards for lighting and reflectors applicable at the time of manufacture and installation of the body. f !,p; 4.2 Body lighting should include,but not limited to the following. Two flush mount LED tail,stop,turn combination lights. Two flush mount LED back up lights. Two Red LED side marker lights at rear of body. Two amber LED side marker lights at front of body. One license plate bracket and light. They all should be corrosion resistant and water tight. n7/0/c� 4.3 Two LED dome lights shall be installed in the high top roof with on/off switches on the lights. e-75),,� /l' 4.4 Two flush mount LED strobes shall be mounted at the rear of the body. Two flush mount LED strobes shall be mounted at the front of the high top body. Federal Signal part#607101-02 amber and#607101-03 blue required. /-j41/p/y 4.5 One Federal Signal part#420400-02 amber strobe with#210846 base shall be mounted to roof of cab. 7:l ;,44f 4.6 A single switch for all strobes shall be mounted inside cab within easy reach of the driver. 4.7 Strobes will be wired using Frigette relay part#244-167,fuse holder part#239-229and harness part#239-281. / r'ir+ ' y 4.8 One Federal Signal part#320772 LED arrow stick shall be mounted to rear of body and the control part#331105 shall be mounted in the cab. 7.3% 4.9 Wire shall not be less than#14 gauge,electrical splices shall be covered with heat shrink.No scotch locks allowed. 4.10 All wires inside compartments and where wires pass through the body shall be loomed and clamped. (()i-P)f Page 4 of 9 d installed at the factory. n I-,O 0 y 1.3 The installation must be certifiable for highway use. r -/i A r-.) 1.4 The cost of installation and all additional components,supplies and materials is to be included in this bid. (74/7,,0.1 Vehicle to be picked up and deliver to City of Omaha Fleet Management 2606 N.26th Street Omaha,NE 68111 Page 1 of 9 N 2 each Steel compartment type utility box with a high top cover and air compressor to be installed on two City of Omaha provided Ford F65O truck chassis. Units will be in accord with attached nine (9) pages of specifications. Manufacturer& Model offered: ./.,m nli;r({ BID/each: $ . ), jt1J. ,C73 $ Li. az T. A/ Two copies of descriptive literature are required for each unit (5%Bid Bond is to be based bid. Prompt delivery is an essential element of this bid. upon this amount) Delivery may be made in/da days following award of order. received. Any exceptions to the specifications must be so noted on the attached"Exceptions to Specifications"sheet. Questions regarding this bid should be directed to: Steve Ferris at(402)680-0827 or Marc McCoy(402)444-6191. REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State.of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 5. AIR COMPRESSOR • 5.1 Compressor shall be capable of 160 CF1v1 minimum free air delivery. 5.2 Compressor shall be capable of producing 100 PSI operating and 125 PSI rated minimum. /�fr f!f V 5.3 Compressor shall be single stage rotary screw or vane type and oil cooled. { f :12// • 5.4 Compressor shall be under body mount and PTO driven from a transmission mounted PTO. Shaft and PTO is to be included in bid. (PTO to fit Allison 2500 RDS transmission) (/J,n,,fit! 5.5 Air compressor and PTO shall be wired so the will engage only when the Transmission is in the neutral position. 5.6 Automatic truck engine controls for smooth stepless speed modulation required. ("0„?;,,G)%;, 5.7 Automatic blow down device with muffler required. _ f 5.8 Automatic high temperature shutdown or disconnect required. 5.9 Automatic moisture trap required. 1;v21 :E t"/ 5.10 Reservoir tank(air receiver)is to be suitable for remote mounting °;-. ;: % • 5.11 Dash mounted switch and on/off indicator lights required. 5.12 Pressure regulating valve required. :``.r,e;; 5.13 Minimum pressure device required. 5.14 Spin on oil filter required. Oil is to be filtered before entering compressor. (c,AV)i 5.15 Oil cooler to be roof mounted on cab behind strobe. /f/Y?,4 P., 5.16 Intake air filter required. (-n.,/3i E/ 5.17 Air receiver pressure gauge required. (),7_ ?1 5.18 Hour meter required. C-,.,:•, 6 y f � 5.19 Air compressor gauges,hour meter and an air discharge quick open ball valve is to be located curb side front compartment. Page 5 of 9 ires pass through the body shall be loomed and clamped. (()i-P)f Page 4 of 9 d installed at the factory. n I-,O 0 y 1.3 The installation must be certifiable for highway use. r -/i A r-.) 1.4 The cost of installation and all additional components,supplies and materials is to be included in this bid. (74/7,,0.1 Vehicle to be picked up and deliver to City of Omaha Fleet Management 2606 N.26th Street Omaha,NE 68111 Page 1 of 9 N 2 each Steel compartment type utility box with a high top cover and air compressor to be installed on two City of Omaha provided Ford F65O truck chassis. Units will be in accord with attached nine (9) pages of specifications. Manufacturer& Model offered: ./.,m nli;r({ BID/each: $ . ), jt1J. ,C73 $ Li. az T. A/ Two copies of descriptive literature are required for each unit (5%Bid Bond is to be based bid. Prompt delivery is an essential element of this bid. upon this amount) Delivery may be made in/da days following award of order. received. Any exceptions to the specifications must be so noted on the attached"Exceptions to Specifications"sheet. Questions regarding this bid should be directed to: Steve Ferris at(402)680-0827 or Marc McCoy(402)444-6191. REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State.of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 5.20 An air operated power hose reel equipped with 100'of/4"textile braid air hose is to be installed on the curb side shelf inside the high top compartment door.(See Picture.) ,!tA� !: 5.21 A hose guide roller set is to be mounted in the 36"X 12"opening.(See picture.) _ljLin 4 Y 5.22 The following manuals are required. Operators manual. Service and maintenance manual. Parts manual. r, . 6. SUSPENSION 6.1 Truck springs and frame reinforcement is to be added as required so the body sits level. . ,.:xi4/;` 6.2 Additional springs and reinforcement,if needed are to be furnished and installed by bidder. tr)/-,.,;;9/7 7. WARRANY 7.1 The body manufacturer's warranty shall apply and be in effect for at least one year from the date of delivery to the City of Omaha. �Or?,,O/y 7.2 The air compressor manufacturer's warranty shall apply and be in effect for at least two years from the date of delivery to the City of Omaha. 7.3 The vendor will be responsible for providing all warranty work within a twenty five mile radius from 72nd and Dodge street in Omaha,NE. if warranty work is not available within the described area,the vendor will be responsible for any cost including transportation. (6/)-W/y 7.4 The vendor must be able to provide warranty work within twenty four hours of a break down. If there is no local dealer the vendor must locate and/or provide the work within the twenty four hour time frame. (/;,,., ,j/v - 7.5 The vendor must be able to provide needed parts within twenty four hours of a breakdown.If shipping by air is needed the dealer will be responsible for any additional cost. 7O; — r Page 6 of 9 alled at the factory. n I-,O 0 y 1.3 The installation must be certifiable for highway use. r -/i A r-.) 1.4 The cost of installation and all additional components,supplies and materials is to be included in this bid. (74/7,,0.1 Vehicle to be picked up and deliver to City of Omaha Fleet Management 2606 N.26th Street Omaha,NE 68111 Page 1 of 9 N 2 each Steel compartment type utility box with a high top cover and air compressor to be installed on two City of Omaha provided Ford F65O truck chassis. Units will be in accord with attached nine (9) pages of specifications. Manufacturer& Model offered: ./.,m nli;r({ BID/each: $ . ), jt1J. ,C73 $ Li. az T. A/ Two copies of descriptive literature are required for each unit (5%Bid Bond is to be based bid. Prompt delivery is an essential element of this bid. upon this amount) Delivery may be made in/da days following award of order. received. Any exceptions to the specifications must be so noted on the attached"Exceptions to Specifications"sheet. Questions regarding this bid should be directed to: Steve Ferris at(402)680-0827 or Marc McCoy(402)444-6191. REQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State.of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 8. DATA Body: Make /i,,r,.A : `+�?i?d Model / 6 lJ. 0 Warranty ype,r t 3 trpti i Air compressor: Make Vc,•i , i r Model (/ Id_ /''r!q c Warranty I YpG r Page 7 of 9 CD in a. CD m a �. �'.� z 1 ,- 0 1=1 • '71 P .tt o o \ ••• ,-t cr' ,, • � Nrn0 a, : bdn4 • C) �, w con ,.0 .� o � p n -t tv k ,-t .- C . N ,,, -t - c• i • • j _ J Q C') _ R° o o �t Q b cu o Q• CD .--, QQ 0 w `-C � J CD i • (s ttached. Revised 03/99 s1w.doc EXCEPTION TO BID SPECIFICATION SHEET Line Number Exception to bid specification Page 8 of 9 Make copies of this page if you need more space. r Model (/ Id_ /''r!q c Warranty I YpG r Page 7 of 9 CD in a. CD m a �. �'.� z 1 ,- 0 1=1 • '71 P .tt o o \ ••• ,-t cr' ,, • � Nrn0 a, : bdn4 • C) �, w con ,.0 .� o � p n -t tv k ,-t .- C . N ,,, -t - c• i • • j _ J Q C') _ R° o o �t Q b cu o Q• CD .--, QQ 0 w `-C � J CD i • (s ttached. Revised 03/99 s1w.doc • • ,. . . . . • '.••••:*ilT:!'....• ' ..i.';',....,;• .• . • . • .. . . ' • • . • "• • • • ,......F,9,..I'''.': ..:,•:.::„:, . .• . . . • • . . ..• • • "• • • • . . •..'• • ••. •..:•....:.. .....--........ . ,: ........ . •• _......,- . ... . ....... ....... .. .. . -. .: ..••-• •. • .::. ..::-' :-Tr.,t,'.---.:' 1"'40:1 d#°• ' '''•:‘;:A4:4 '-'1'.":A.1% ....'''''' ..r. ',"'..•. : ..: :.:--.'.."..*:',.:' ..:.• ,ik,iiiiiO1,:.•• ;•.,:'.0,i$7"1-.,',1,, -i'f..!!;';'-'•-•-',''.2-!;:"'',..i•Ir--:.',:- :,.-...t.ti,.47 ; ..-•:;-.Le• ‘- ,...;•:-p,'' -- ' '-,-.:'• ,. '.. :;.. .,•::..!.,.::•...-..r' ? ''.'.;:1:-?5...-q.-:.11:' • :=•• f::..:......'s•;:::::' „S.!":„ei,:,-'.-,'..:'!,'4:'f'-:. '.. .- :,:1,7:•:.;.:;,r;i::::.;",,:•-•:''...:i,.. fri.,3- •-,•• - . ::;'i,','::;•:...f.,Ii:.-.' :.:..-::;ti: ''''' •,,i ..„.. . •.•.:• „ . .. .t.4 • :!;.;,.•;.,,Iii!.',1,...;:•It.:2,1s....i.,...,..,.,.:,:.,;,•:J..,::...„.!.,:,4::.,...,.:...0.R ;;..:•'...,:,-. : .,.. . F :,,,:.,., ;i ,.gi ....A14h..1.1:ii,..;:.",;141,,,,,,z163 " . -'iri;1404.7',.-ti*'-'..-','-'-;i3O.3=ht;f:ilf-',.1* :_•::— - .--••-„.......•:.•,--.• ii".'IY:qiii4KiT'A'-4: •'';ii.f!--.17;. 1'.i...:::':.;;;:::;:t!i-:5:',..:.....:::::':.:.:!-:?.i.ii:: ::11,::;',,ti."ill.,.;...:IT,si.k.i'''''f.!'"''.'.:.-f_k.,p..-,F04.7a)...Ft....alti.,,51-7.,k,:,:hqrq,:it..--a-..-T,.,,.i.,..,,-;,:-SiN:!!::,''.1..-:-:•;•,!'-:.!i;, ,...!•:...........v.:-.,:l.fftf!.'it;,:•-•::,....;...:,.....-,,,,- i-Tiiii,:. •LATits4t-itgroc*re.-,--..-...q. 1"''''""';""'-4^igiR,'-'ii;-': ":,t;,--;,-i ' 1::".,":.,:!:'-,.J:i:.:F.-'•i:;1?.:i.:::),::11.r;F: I.,..L:1- ..,-fi•;:.2.M?ai ?IA; Or 1,,,7 tY2.0-.:...t:,-,;.',1.4 ,6,_IP71'44011k.illf,#i'41-4jii -fggg i'F.it•IC.r.,:.',T;i111:71;igli','Ji.:1.:-Wli!i*Pi?il.!';';14.igi.r, K--'... Y-4,.,ZiiNV'T.:1,42.1.4,1,:: .''''•i4W;•°-F.47'.4.45,4!' ' .1'..Y. .!i!Tiiit,,,:,:.,15iTi,ii'.'i. ..:re:lipl.,,;....411 , ,,... ) „.]:,4.1,-...i.V,,,4,. .t..v.,,,,r I -t.T.:-44a -Pv-;:i;Y k1-flii;i,...,,iii7.Egg,g. ;÷...i -pt., DiviLi-A:41.IT,.*$:'.;-. ......*;14-45:ii4'.1Vii-S.1717t-f'm ..qiniii .,:', 4:igk-,,i- ;1.11RN•ZiflitTlieii; t1t,:i2i'i.',,.,.i.,.,•,;:::..zia.,:iilw:,- rt,---4.- ,..-•-,,,-, : • • .,... ,.;.1..;,.,..:-.: :.',......:r.. .. . •., ., ...• -. N.. .1..,. •ly,. •....,,-,..;,...;:.....,-. ..; :.: .14';:fe'r 4411iii., '' "•i•: :•:.•-. . . . .. • :4 • . .i'• ...•:......•- , - •....,...1-7, ,... •', ,; •, - ..•.. "• •-°.1:',,-eb,,. •'.•!.'...!"..•in' , A.1 .. '''''',.,1,.•=::- ' • • • • ..1 ''' :Z • - ... • • . .......•?,, ,..,. ;. ...... .4, • 1, '•if , 44.":, :, .i.ri :f. • :.44 1.s.t.• , , . , . .,,, -.• j.5: / • •. . . • ;13 .1.- /• ip- .t., i. ,.!?:*1.:,..,..'i,,.•,,,,, • . h:-...:! •,..,..-•,..-t.;-.:,.. . '' •-T.',,-_.,'..';$•:;;...iit,t9i',. .-.S-;.,7-i=,,,.. ;;.„.:::0*;-::.,'... .. - 40,,,,,,••,!,,,,,..!„.ftvfAL(..,,,;!,..t.4.:...,...-; ', ',...:, ...- ... --..,4:ovat.:;t:•:; 1-i,;,.. , • . . • • '. : .. .. •. .. f:.!..1. , ' : ,•...., ..:•,:lTi..;,..:..•:;;.,,;.[.,4`:. • • ',1'.}.;.,:alfAt...4.:4‹:••••::: - ' m:4.•-•....:...,karinitedgkft• T;17.',..•.> ,.. i .::.`!'.;, ....,,!1...'''... • Page 9 of 9 • _ _ eceived by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 w • - U Z a L. ¢, U _ _ -D__ ,— 7 ..r '/' r, J`'z'4 `sib Ill e • 4. �� Z .zzr ..... : cPV ` = a m ill° ~ 0 � a :� o '1�. A i_ a) °° H Cr) _c Q a) J 0 06 cs) < iy '�� Z N c V 05 O 0_ W �. `• O .J a all L O OW d CC — ° vO 6 • Z = 0 W a a O ° • O ° 6 O N — W d Z E ° ° '2 as m V W O o CO O m 0 rn 2 U = Z >- U E o 0 a) N o O O J v Z cn L .c U a d Q 1 45 � .n E CO > d J N H o Z o LI_ 0 ;i::::.;",,:•-•:''...:i,.. fri.,3- •-,•• - . ::;'i,','::;•:...f.,Ii:.-.' :.:..-::;ti: ''''' •,,i ..„.. . •.•.:• „ . .. .t.4 • :!;.;,.•;.,,Iii!.',1,...;:•It.:2,1s....i.,...,..,.,.:,:.,;,•:J..,::...„.!.,:,4::.,...,.:...0.R ;;..:•'...,:,-. : .,.. . F :,,,:.,., ;i ,.gi ....A14h..1.1:ii,..;:.",;141,,,,,,z163 " . -'iri;1404.7',.-ti*'-'..-','-'-;i3O.3=ht;f:ilf-',.1* :_•::— - .--••-„.......•:.•,--.• ii".'IY:qiii4KiT'A'-4: •'';ii.f!--.17;. 1'.i...:::':.;;;:::;:t!i-:5:',..:.....:::::':.:.:!-:?.i.ii:: ::11,::;',,ti."ill.,.;...:IT,si.k.i'''''f.!'"''.'.:.-f_k.,p..-,F04.7a)...Ft....alti.,,51-7.,k,:,:hqrq,:it..--a-..-T,.,,.i.,..,,-;,:-SiN:!!::,''.1..-:-:•;•,!'-:.!i;, ,...!•:...........v.:-.,:l.fftf!.'it;,:•-•::,....;...:,.....-,,,,- i-Tiiii,:. •LATits4t-itgroc*re.-,--..-...q. 1"''''""';""'-4^igiR,'-'ii;-': ":,t;,--;,-i ' 1::".,":.,:!:'-,.J:i:.:F.-'•i:;1?.:i.:::),::11.r;F: I.,..L:1- ..,-fi•;:.2.M?ai ?IA; Or 1,,,7 tY2.0-.:...t:,-,;.',1.4 ,6,_IP71'44011k.illf,#i'41-4jii -fggg i'F.it•IC.r.,:.',T;i111:71;igli','Ji.:1.:-Wli!i*Pi?il.!';';14.igi.r, K--'... Y-4,.,ZiiNV'T.:1,42.1.4,1,:: .''''•i4W;•°-F.47'.4.45,4!' ' .1'..Y. .!i!Tiiit,,,:,:.,15iTi,ii'.'i. ..:re:lipl.,,;....411 , ,,... ) „.]:,4.1,-...i.V,,,4,. .t..v.,,,,r I -t.T.:-44a -Pv-;:i;Y k1-flii;i,...,,iii7.Egg,g. ;÷...i -pt., DiviLi-A:41.IT,.*$:'.;-. ......*;14-45:ii4'.1Vii-S.1717t-f'm ..qiniii .,:', 4:igk-,,i- ;1.11RN•ZiflitTlieii; t1t,:i2i'i.',,.,.i.,.,•,;:::..zia.,:iilw:,- rt,---4.- ,..-•-,,,-, : • • .,... ,.;.1..;,.,..:-.: :.',......:r.. .. . •., ., ...• -. N.. .1..,. •ly,. •....,,-,..;,...;:.....,-. ..; :.: .14';:fe'r 4411iii., '' "•i•: :•:.•-. . . . .. • :4 • . .i'• ...•:......•- , - •....,...1-7, ,... •', ,; •, - ..•.. "• •-°.1:',,-eb,,. •'.•!.'...!"..•in' , A.1 .. '''''',.,1,.•=::- ' • • • • ..1 ''' :Z • - ... • • . .......•?,, ,..,. ;. ...... .4, • 1, '•if , 44.":, :, .i.ri :f. • :.44 1.s.t.• , , . , . .,,, -.• j.5: / • •. . . • ;13 .1.- /• ip- .t., i. ,.!?:*1.:,..,..'i,,.•,,,,, • . h:-...:! •,..,..-•,..-t.;-.:,.. . '' •-T.',,-_.,'..';$•:;;...iit,t9i',. .-.S-;.,7-i=,,,.. ;;.„.:::0*;-::.,'... .. - 40,,,,,,••,!,,,,,..!„.ftvfAL(..,,,;!,..t.4.:...,...-; ', ',...:, ...- ... --..,4:ovat.:;t:•:; 1-i,;,.. , • . . • • '. : .. .. •. .. f:.!..1. , ' : ,•...., ..:•,:lTi..;,..:..•:;;.,,;.[.,4`:. • • ',1'.}.;.,:alfAt...4.:4‹:••••::: - ' m:4.•-•....:...,karinitedgkft• T;17.',..•.> ,.. i .::.`!'.;, ....,,!1...'''... • Page 9 of 9 • _ _ eceived by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on November 4, 2009 for the purchase of two utility bodies with high top cover and compressors to be utilized by the Sewer Maintenance Division; and, s_e. WHEREAS, Omaha Standard submitted a bid of$64,285.66, being the lowest and best bid received within the bid specifications, for the purchase of two utility bodies with high top cover and compressors. 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 Standard for the purchase of two utility bodies with high top cover and compressors to be utilized by the Sewer Maintenance Division in the amount of$64,285.66; and that the Finance Department is authorized to pay this cost from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, year 2009 expenditures. 120409scp APPROVED AS TO FORM: s '2 C /fr/3'i f,CITY ATTORNEY DATE 0/47 c2(4444.44444. By Councilmember Adopted EC - 8 2809 4 „„.._ 7 . '. Ci lerly.00A, Approved �® Tr . /�1= 1, Mayor lf-',.1* :_•::— - .--••-„.......•:.•,--.• ii".'IY:qiii4KiT'A'-4: •'';ii.f!--.17;. 1'.i...:::':.;;;:::;:t!i-:5:',..:.....:::::':.:.:!-:?.i.ii:: ::11,::;',,ti."ill.,.;...:IT,si.k.i'''''f.!'"''.'.:.-f_k.,p..-,F04.7a)...Ft....alti.,,51-7.,k,:,:hqrq,:it..--a-..-T,.,,.i.,..,,-;,:-SiN:!!::,''.1..-:-:•;•,!'-:.!i;, ,...!•:...........v.:-.,:l.fftf!.'it;,:•-•::,....;...:,.....-,,,,- i-Tiiii,:. •LATits4t-itgroc*re.-,--..-...q. 1"''''""';""'-4^igiR,'-'ii;-': ":,t;,--;,-i ' 1::".,":.,:!:'-,.J:i:.:F.-'•i:;1?.:i.:::),::11.r;F: I.,..L:1- ..,-fi•;:.2.M?ai ?IA; Or 1,,,7 tY2.0-.:...t:,-,;.',1.4 ,6,_IP71'44011k.illf,#i'41-4jii -fggg i'F.it•IC.r.,:.',T;i111:71;igli','Ji.:1.:-Wli!i*Pi?il.!';';14.igi.r, K--'... Y-4,.,ZiiNV'T.:1,42.1.4,1,:: .''''•i4W;•°-F.47'.4.45,4!' ' .1'..Y. .!i!Tiiit,,,:,:.,15iTi,ii'.'i. ..:re:lipl.,,;....411 , ,,... ) „.]:,4.1,-...i.V,,,4,. .t..v.,,,,r I -t.T.:-44a -Pv-;:i;Y k1-flii;i,...,,iii7.Egg,g. ;÷...i -pt., DiviLi-A:41.IT,.*$:'.;-. ......*;14-45:ii4'.1Vii-S.1717t-f'm ..qiniii .,:', 4:igk-,,i- ;1.11RN•ZiflitTlieii; t1t,:i2i'i.',,.,.i.,.,•,;:::..zia.,:iilw:,- rt,---4.- ,..-•-,,,-, : • • .,... ,.;.1..;,.,..:-.: :.',......:r.. .. . •., ., ...• -. N.. .1..,. •ly,. •....,,-,..;,...;:.....,-. ..; :.: .14';:fe'r 4411iii., '' "•i•: :•:.•-. . . . .. • :4 • . .i'• ...•:......•- , - •....,...1-7, ,... •', ,; •, - ..•.. "• •-°.1:',,-eb,,. •'.•!.'...!"..•in' , A.1 .. '''''',.,1,.•=::- ' • • • • ..1 ''' :Z • - ... • • . .......•?,, ,..,. ;. ...... .4, • 1, '•if , 44.":, :, .i.ri :f. • :.44 1.s.t.• , , . , . .,,, -.• j.5: / • •. . . • ;13 .1.- /• ip- .t., i. ,.!?:*1.:,..,..'i,,.•,,,,, • . h:-...:! •,..,..-•,..-t.;-.:,.. . '' •-T.',,-_.,'..';$•:;;...iit,t9i',. .-.S-;.,7-i=,,,.. ;;.„.:::0*;-::.,'... .. - 40,,,,,,••,!,,,,,..!„.ftvfAL(..,,,;!,..t.4.:...,...-; ', ',...:, ...- ... --..,4:ovat.:;t:•:; 1-i,;,.. , • . . • • '. : .. .. •. .. f:.!..1. , ' : ,•...., ..:•,:lTi..;,..:..•:;;.,,;.[.,4`:. • • ',1'.}.;.,:alfAt...4.:4‹:••••::: - ' m:4.•-•....:...,karinitedgkft• T;17.',..•.> ,.. i .::.`!'.;, ....,,!1...'''... • Page 9 of 9 • _ _ eceived by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. *Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) I Payment Terms/60 % 36 Firm: am^ Ft 9„4,/,/.4, /),' f5'i>i4( Incorporated In: 1120,) ii\64)? Delivery(or completion) Name: k Signature:( 'P �"n n ,Cc --- �� 191 calendar days following award Title: /P < Phone: / �7I Fax: Address:()ID q S Z<-14 !1 1 / p r / Street/P.O.Box City Slate Zip Email Address: )0 r 06101.2022 450,883.00 450,263.00 -157 09.05 16,80947 278,284.48 1201/2029 1,020,000 450,893.00 1,640,883.03 -1.57,809115 18.90247 1,366,264.48 /213112022 1,642,528.96 06101/2030 41€,711.65 418,711.65 -146,542.08 16.80,47 255,353.10 12101/2039 1,135,000 418,711.65 1,553,711.;65 -148,54908 16,802,47 1,300,353.10 1213112030 1645,796.20 • 06/01/2031 383,793.3E 3883,793.38 -134;327.68 16.802,47 232,655.23 121,31/2031 1.180,500 383,723.33 1.563,793.38 -134.327,68 16.90947 1 412,8516.23 1213112031 1,E45,312.46 0610112032 347,42.0.08 347,490.68 -121,521.74 16,809.47 202,05,.47 12,0112032 1,21'5,000 347,49+25 1,572,420.68 -121,621.74 16,802.47 1,434,054.47 12131.12032 1643,11224 06101/2033 309,803,55 302,233.55 -108,43124 16,804.47 184,562.84 12/0112033 1,275,000 309,803.55 1,584,803.55 -108,43124 16.802.47 1,459,562.84 12/31/2033 1,644,125.68 0610112034 270,578.18 270 578..18 -94,702.36 18,809:47 159,066.35 1201/2034 1,325,000 270,572.18 1,595,578.18 -94,702.36 16,809.47 1,484,066.35 12"31/2034 1,643,132.70 06/01.,2035 229,814.55• 229,614.55 -80,43502 16,802:47 132,502.99 12101.2035 1,380,000 229,814.55 1,602614.55 -50,435.09 16,809.47 1,512,589.92 12'3112035 1,345,1.3928 06701/2036 187,358.24 187 35815 -65,575,80 18.802,47 104;273.78 1210112038 1,435,000 '197,358.85 1,622,35865 435,57560 16,1309.47 1,532,973.78 1213112036 1,844,947.56 0/310112037 143,211.03 143,211.08 -50,12368 18,802.47 78,2.77.73 12/0112037 1,420,000 143,211.63 1,633,211.08 -50,123.88 16,80,2.47 1,668,277.73 12/3112037 1,642,555.46 081011203E 97 371.23 97,371,23 .34,079.93 16602.47 46,481.83 opci ri).• Ls 1 C) bh`j � a aacr,04' < 88 � . Cn 0 •C) C - O . T .x . N ch - (n '3 O r1 CD 0 0• rh O O c _ 0N d -' CD Cp Z I CAD ~ •n CAD A, C1 : 0, : : . : : : 1,-) 0 0 E. 8 o" r.:.',: P 8- cr '-le.Xl.N 4 CD p� _a N r Aa o sy .C ‘ a0V) o " 'oG Z- 0 .M 0N • , - C J Q C') _ R° o o �t Q b cu o Q• CD .--, QQ 0 w `-C � J CD i • (s ttached. Revised 03/99 s1w.doc