RES 2009-0858 - PO to Rueter's for rubber tire loader 1.--.k°
AAHA,�,�,
`, a� Public Woks Department
� � t E ' ;/fa' Omaba/Douglas Gvic Center
Ylt ,iv)r_ �d:. �.' ` r 1819 Farnam Street,Suite 601
z +�AtitC 't „^I 09 JUL Omaha,Nebraska 68183-0601
r+®. P � r a, August 1 1 , 2009 � r
o., t ;' . . (2: 1+3 (402)444 5220
oAo0 `' �^ �n i Fax(402)444 5248
�TED FE8RV�4 i. ( ,�, � ff'' r
eata t Robert G.Stubbe,P.E.
City of Omaha 1-p41.1.4 .F'o t t
Jim Suttle,Mayor
`' A 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 iueter's on the bid for the purchase of a rubber tire loader to be
utilized by the Street Maintenance Division.
The following bids were received on April 15, 2009.
Contractor Base Bid
RUE TER'S $148,900.00 (LOW BID)
Diesel Power $153,450.00
Murphy Tractor $197,751.00
•
The Street Maintenance Division has recommended acceptance of a ride control option in the
amount of$2,700.00 for a total bid price of$151,600.00.
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 a rubber tire loader with the acceptance
of a ride control option from the Street and Highway Allocation Fund 12131, Pavement
Maintenance Organization 116158, year 2009 expenditures.
The Public Works Department recommends acceptance of the bid from Rn-eter's in the amount of
$151,600.00, being the lowest and be bid received, and requests your consideration and approval
of this Resolution.
Res,- fully submitted, eferr o City ouncil for Consideration:
364S(Akila57
Roert G. Stubbe, P.E. Date Ma r Ole Late
Public Works Director
Approved as to Funding: Ap roved:
a -d,._ -1A1641 ‘1 ------ ill 7//7
Carol A. Ebdon Date Human Rightg and Relations Date
7t Finance Director Department
112709scp
ivered by mixer trucks to job sites throughout the City of
Omaha and outside Omaha city limits within the three mile limit. The supplier shall comply with all applicable
portions of Section 1002 of the City of Omaha Standard Specifications for Public Works Construction 1989
Edition. The central plant shall be certified by and currently be in conformance with the National Ready Mix
Concrete Association of Certified Product Facilities. Each bidder shall furnish a listing of prices on all types of
concrete available indicating the cost to the City of Omaha, which shall include multiple stops and winter rates.
The bids, however, will be evaluated on the basis of partial (estimated 300 cubic yards averaging 3 cubic yards)
and full loads (estimated 3000 cubic yards).
REQUIREMENTS FOR$1,000.00 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 fn the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
•
. jp cn v > v D ,
cu n M As 0 C 'i
3 K LaD N( O D
D. 7 O -0 --! Q i
0 o a m fi Cr D cn Z C1
Z o M CD CD m m X O
C m Ar
p c0p D o =' CO 03 y�.
o 0 o °w N O
a 0 - O
D •
m m z
0 n> Q �. D m n ,<
' O n) 3 'U m D _
a m o Z O
cu n O
� o o v a 3 coca
o c m 0 m �
I
R- p W D v .
p
• \ An, 0.1 v
''.---- ....„ k t\k, ,,c,
p. x,
_ z ....-,_ -'5,,,,:,,
m0 =,
....._.,, _._. ..4. ....-
0) --. 13 C cck:%cp
\'' Vb a \ m
, � = Z �\'
m
.S.--,
z_
Q rn �
$ C'
, ----------______ ,..t
'L Qt__
xi
• m C� 1
1
ce 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 a rubber tire loader with the acceptance
of a ride control option from the Street and Highway Allocation Fund 12131, Pavement
Maintenance Organization 116158, year 2009 expenditures.
The Public Works Department recommends acceptance of the bid from Rn-eter's in the amount of
$151,600.00, being the lowest and be bid received, and requests your consideration and approval
of this Resolution.
Res,- fully submitted, eferr o City ouncil for Consideration:
364S(Akila57
Roert G. Stubbe, P.E. Date Ma r Ole Late
Public Works Director
Approved as to Funding: Ap roved:
a -d,._ -1A1641 ‘1 ------ ill 7//7
Carol A. Ebdon Date Human Rightg and Relations Date
7t Finance Director Department
112709scp
ivered by mixer trucks to job sites throughout the City of
Omaha and outside Omaha city limits within the three mile limit. The supplier shall comply with all applicable
portions of Section 1002 of the City of Omaha Standard Specifications for Public Works Construction 1989
Edition. The central plant shall be certified by and currently be in conformance with the National Ready Mix
Concrete Association of Certified Product Facilities. Each bidder shall furnish a listing of prices on all types of
concrete available indicating the cost to the City of Omaha, which shall include multiple stops and winter rates.
The bids, however, will be evaluated on the basis of partial (estimated 300 cubic yards averaging 3 cubic yards)
and full loads (estimated 3000 cubic yards).
REQUIREMENTS FOR$1,000.00 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 fn the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
•
A cn O D 0 -I
C cp' -a °r D +l
cD Al a, m - CD W ;,
C K q - -4, C
`< = o -o --I-I p
D O O
0 a v c v 5' Z a
0 O cD co (O
m c� C CD D C
Z ' O o = CO 03 Cl)
0 � � o
C o Q. m m o n
& o 0 0 0 73 CI) O
a = m z
N m
n `<a � D gik y r0 " ` O
Z
- DO 0 O "'C c o C
y 0) m
O N a vm
C m .r.N a •
'n m �o
CO
v 0
Q- P m D
0
•c> ..e. r
"0
4._ OZ1,
X
Cho \ n
m
8
73c
= z
mZi
-v C
7 z
m .71
•
• -v
• Xz
m74
7° c
Xz
m �-
"0 C
= z
n -
m
tor to ensure
compliance with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of a rubber tire loader with the acceptance
of a ride control option from the Street and Highway Allocation Fund 12131, Pavement
Maintenance Organization 116158, year 2009 expenditures.
The Public Works Department recommends acceptance of the bid from Rn-eter's in the amount of
$151,600.00, being the lowest and be bid received, and requests your consideration and approval
of this Resolution.
Res,- fully submitted, eferr o City ouncil for Consideration:
364S(Akila57
Roert G. Stubbe, P.E. Date Ma r Ole Late
Public Works Director
Approved as to Funding: Ap roved:
a -d,._ -1A1641 ‘1 ------ ill 7//7
Carol A. Ebdon Date Human Rightg and Relations Date
7t Finance Director Department
112709scp
ivered by mixer trucks to job sites throughout the City of
Omaha and outside Omaha city limits within the three mile limit. The supplier shall comply with all applicable
portions of Section 1002 of the City of Omaha Standard Specifications for Public Works Construction 1989
Edition. The central plant shall be certified by and currently be in conformance with the National Ready Mix
Concrete Association of Certified Product Facilities. Each bidder shall furnish a listing of prices on all types of
concrete available indicating the cost to the City of Omaha, which shall include multiple stops and winter rates.
The bids, however, will be evaluated on the basis of partial (estimated 300 cubic yards averaging 3 cubic yards)
and full loads (estimated 3000 cubic yards).
REQUIREMENTS FOR$1,000.00 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 fn the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
7
(•
DOUGLAS COUNTY P.M.B.
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA RUBBER TIRE LOADER
FROM: P.M.Burke Published: April 1,2009 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,April 15,2009
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 RUBBER TIRE LOADER 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.douglascountvourchasina,orq. DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
1 each Rubber tire loader, per seven (7) pages of specifications
dated 3/24/09.
MAKE & MODEL OFFERED:
BID: $ 1:4 gj $ /51),600.
(5%Bid Bond is to be based
upon this amount)
Ride control option (Item 26, page 7 $_ :100
Two copies of descriptive literature are required for each t
unit bid. Prompt delivery is an essential element of this
bid. Delivery may be made in 60 days following award
of order.
Questions regarding this bid should be directed to:
Marc McCoy at (402)444-6191 or
Gordon Andersen at (402)444-3911 ext. 230
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
DOUGLAS COUNTY
REQUEST FOR BID & BID SHEET
ON: CITY OF OMAHA RUBBER TIRE LOADER
NOT AN ORDER Page 2
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Bidder to enclose literature and specifications on each item bid, and
submit any exception to specification on the attached"Exceptions to
Specifications"sheet.
REQUIREMENTS FOR BID BOND
The surety company issuing the bid bond or the performance bond V
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
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.
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.
SIGN ALL COPIES Firm
By
Title tt, ,
CONTINUATION SHEET
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
EXCEPTIONS TO SPECIFICATIONS
Check One
The equipment offered meets all specifications as set forth in the bid.
Name (print)
Signed
Title
The equipment offered meets all specifications with the following exceptions:
(Use separate attached sheet if more room is needed.)
V V`e- La_ C+ P Ine\c 5 Cr e.e_V\ d v. v-a o--c-
,,�, e VN e r- 1 i ct\e.i- C-ow+A�y v,c vv� `4��_rerAs%-.
c20 E Loc./AL-v.- ors '-o`#- eve_ 4 Le_ v\ 4-0 ecz.v-r%.‘
V
t E nsor Appl t&alte
a!p L v.: 4 4o A )( 3 3 OOO tivo mac- -c•Lk (AA
d U.,&c.;- �c6 `PP0� . A-\--‘,• 30,00o IsTIL
Failure to list exceptions may be cause for equipment to be rejected at time of delivery
Name (print) v\ tte.r— S
Signed
Title g 1e S ,
Rubber Tire Loader Specs
SPECIFICATIONS FOR RUBBER TIRE LOADER
GENERAL: The loader bid is to be the latest current model of standard deign manufactured, complete with
all standard equipment,tools and warranty. Bidders are to supply a full description and any relevant
descriptive materials on the unit bid with the proposal. Vehicle must comply with current provision of the
National Traffic and Motor Safety Act. Loader bid requests an 821E Case Loader or equivalent
`YES NO OTHER= 1} LOADER _
be a rubber tire,4-wheelarticulated
A Unit bid shall drive,art frame
loader.
B) Operating weight minimum of 37,000 lbs. Bidder must state
loader weight with bid. 3 9,Li too Pounds.
Comments
YES • NO` OTHER, 2} CAB
A) Cab shall be all weath
er type and enclosed with an integral
XR.O.P.S. approved by O.S.H.A. regulations.
B) Cab shall be sound suppressed and enclosed with safety plate
glass windows permitting a full view of the work area. Front,rear
and sides.
C) Windows to be full ventilated.
D) Cab to have heavy-duty fully adjustable air ride seat with
backrest, arm rests, seat belts and automatic retractors.
E) Cab to have a heavy-duty 40,000 BTU high capacity water heater
5 EE EXC -O to and window defroster.
X F) Cab shall be located on rear of machine.
G) There must be a rear view mirror located in the cab with a
day/night selector and(2)two outside rear view mirrors. Right and
lift outside mirrors must be adjustable,minimum 5"x8"swing away
EE. Iap-c'i o west coast type.
H) If cab is equipped with(2)doors, it must have dual access
ladders.
I) Cab doors are to be full frame lockable type.
J) The loader is to have factory air conditioning.
K) There must be a cab front window sun visor.
L) Cab must come with a manufacture AM/FM radio with clock
M) Manufactures standard horn is required.
X N) Cab must have a 12 volt outlet designed to connect to City radio.
Comments
Page 1 of 7 3/27/2009
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.
SIGN ALL COPIES Firm
By
Title tt, ,
CONTINUATION SHEET
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
•
Rubber Tire Loader Specs
•
YES NO OTHER 3) WEIGHTS AND WHEEL BASE
A) Minimum weight with general purpose bucket 37,000 lbs
excluding the weight of cab roll over protection, liquid filled tires
X and counter weights,other than standard manufacturer built in.
X B) Wheel base shall be a minimum of 125 inches.
Comments
YES NO OTHER 4) COLOR
?( A) Cab,body and fenders shall be standard factory color.
B) All paint will be base coat/clear coat acrylic,activator hardened
acrylic or polyurethane.
Comments
YES NO OTHER 5) EXHAUST
A) Unit shall have manufactures standard muffler.
B) Unit shall be equipped with a rain cap or angled exhaust designed
Xto keep foreign material including water out of the exhaust system.
Comments
YES NO OTHER 6) FUEL TANK
(A) Minimum 70 gallon capacity fuel tank with locking cap.
delivered.
Comments
YES NO OTHER 7) LIGHTS AND ELECTRICAL
'>( A) Key locking starter switch.
B) Dash panel lights.
C) Torque converter temperature gauge.
D)Engine coolant temperature gauge.
E) Oil pressure gauge.
F) Ammeter and/or volt gauge.
G) Hour meter.
H) Fuel gauge.
NOT Gip\y er.„11e, I) Air pressure gauge(if equipped with an air compressor)
X J) Air filter service indicator
K) Gauges shall be equipped with automatic engine shutdown
devices to protect against low oil pressure or high engine coolant
temperature.
X L) Loader is to be equipped with a slow moving vehicle sign.
•
Page 2 of 7 3/27/2009
I) Cab doors are to be full frame lockable type.
J) The loader is to have factory air conditioning.
K) There must be a cab front window sun visor.
L) Cab must come with a manufacture AM/FM radio with clock
M) Manufactures standard horn is required.
X N) Cab must have a 12 volt outlet designed to connect to City radio.
Comments
Page 1 of 7 3/27/2009
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.
SIGN ALL COPIES Firm
By
Title tt, ,
CONTINUATION SHEET
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
Rubber Tire Loader Specs
YES NO OTHER 7) LIGHTS AND ELECTRICAL(CONT)
M) Engine to have a electrically activated cold weather starting aid.
Comments
YES NO OTHER 9) WINDSHIELD WIPERS
A) Must be equipped with dual,2 speed intermittent electric
windshield wipers with dual windshield washer assembly on the front
cab window.
B) Must be equipped with a rear window windshield wiper and
washer assembly.
Comments
YES NO OTHER 10) Steering
A) Fully hydraulic power steering shall be accomplished with the use
Xof two double acting hydraulic cylinders.
Comments
YES NO OTHER 11) ENGINE
A) Minimum six(6)cylinders, 180 net flywheel horsepower,6.7
X Liter or larger.Tier 3 emission-certified
B) Engine to be equipped with a 110 volt AC block heater with male
Xreceptacle with cover,sturdily mounted on the machine.
C) Loader to have easy access engine compartment doors or hood
• X assembly.
Comments
YES' NO. OTHER 11) AIR CLEANER
A) Air cleaner to be of the two stage dry,replaceable type.
B) Unit must have a centrifugal type intake air pre-cleaner
Comments
YES NO OTHER 12) BATTERIES _
�( A) Dual batteries with 300-min. reserve capacity and 1,500 CCA
•
Comments
YES NO _OTHER 14)ALTERNATOR
I C)Must have a minimum 70 amp alternator.
Comments
Page 3of7
3/27/2009
ices to protect against low oil pressure or high engine coolant
temperature.
X L) Loader is to be equipped with a slow moving vehicle sign.
•
Page 2 of 7 3/27/2009
I) Cab doors are to be full frame lockable type.
J) The loader is to have factory air conditioning.
K) There must be a cab front window sun visor.
L) Cab must come with a manufacture AM/FM radio with clock
M) Manufactures standard horn is required.
X N) Cab must have a 12 volt outlet designed to connect to City radio.
Comments
Page 1 of 7 3/27/2009
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.
SIGN ALL COPIES Firm
By
Title tt, ,
CONTINUATION SHEET
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
Rubber Tire Loader Specs
YES N O OTHER 15) OIL AND FUEL FILTERS
X A) Oil filters to be full flow,throw away, spin on type.
�( B) Must be equipped with manufacturer standard fuel filters.
Comments
YES NO OTHER 16) COOLING SYSTEM
X A) Manufactures heavy duty cooling system.
B) Coolant recovery system is required.
C) Ethylene glycol based antifreeze protection to-30 degrees
Fahrenheit is required.
X D) Must be equipped with an engine oil cooler.
E) As referred to in#11,ENGINE, a 120 volt, 1500 watt Kim Hot
Start Model BV-110 or approved equal engine heater with a three
prong weather tight receptacle mounted outside the engine
compartment must be provided.
F) Unit shall be equipped with and electrical or hydraulic reversing
fan so it can be reversed to "blow"out the radiator.
Comments
YES NO OTHER 17) TRANSMISSION
A) Unit must be equipped with a torque converter with full power
shift transmission which has at least four forward speeds and three
reverse speeds,forward speed range of 0-18 MPH or higher.
Comments
YES NO OTHER- 18) BUCKET
A) 4 in 1 multi-purpose purpose heavy duty bucket with struck
capacity of 3.5 cubic yards. Bucket to be at least two inches wider
than the widest dimension of the loader including the wheels,hubs
X and the tires.
X B) Bucket shall have a bolt on cutting edge.
X C) Minimum height of hinge pin to be 12'9".
D) Minimum static tipping 21,000 lbs with machine at a full turn
X with a general purpose bucket.
X E) SAE Breakout force of 27,000 lbs with at five yard bucket.
F) Top of bucket at corner shall be tapered for better visibility. For
information concerning this call,Anthony Velasquez at 444-3915
X ext.225
E) Bucket to have a bolt-on reversible cutting edge.
Comments
Page 4 of 7 3/27/2009
N) Cab must have a 12 volt outlet designed to connect to City radio.
Comments
Page 1 of 7 3/27/2009
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.
SIGN ALL COPIES Firm
By
Title tt, ,
CONTINUATION SHEET
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
Rubber Tire Loader Specs
•
YES NO OTHER 19) AXLES
A) Planetary final drive. Torque proportioning differential both front
and rear drive axle or limited slip type front and rear differentials
Xrequired.
•
Comments
YES NO OTHER 20)HYDRAULIC SYSTEM
A) Hydraulic system shall have the capacity to handle all hydraulic
operations with ease.
B) Hydraulic system shall be a completely sealed type with full flow
filters and equipped with a heavy duty oil cooler.
X. C) Lift and dump cylinder shall be double acting with relief valves.
D) Lift circuit, position roll back,hold and dump with visual
X indicator showing bucket position.
E) Must have automatic adjustable height control,return to carry and
k-XGeip4 0 \ return to dig.
F) Hydraulic control to be one(1)lever for lift and bucket operations
and one(1)lever for bucket clam operations.
Comments
YES NO OTHER 21) BRAKES
A) Brakes shall be 4-wheel hydraulic with a mechanical parking
Xbrake.
B) If compressed air assisted, include a Bendix Air Guard ADII with
LoT App\tec kc, and electric heater.
Comments
YES NO _ OTHER 22) TIRES AND WHEELS
A) Tires shall be at minimum 23.5x25 (20)ply,non-directional tread
design. Goodyear,Firestone or Michelin Hard Rock Loader L-3. All
wheels and tires to be interchangeable. One additional mounted
wheel and tire assembly shall be furnished with unit. Tires are not to
be liquid filled.
Comments
Page 5 of 7 3/27/2009
se bucket.
X E) SAE Breakout force of 27,000 lbs with at five yard bucket.
F) Top of bucket at corner shall be tapered for better visibility. For
information concerning this call,Anthony Velasquez at 444-3915
X ext.225
E) Bucket to have a bolt-on reversible cutting edge.
Comments
Page 4 of 7 3/27/2009
N) Cab must have a 12 volt outlet designed to connect to City radio.
Comments
Page 1 of 7 3/27/2009
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.
SIGN ALL COPIES Firm
By
Title tt, ,
CONTINUATION SHEET
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
Rubber Tire Loader Specs
ES`• I o . OTHER 23) WARRANTY
A) The manufacture standard warranty shall apply and be in effect
for a 1-year period form the date of satisfactory delivery.
B) The vendor is responsible for providing all warranty work
WITHIN the City of Omaha and its facilities. This includes the Papio
Waste Treatment Plant at 15705 Harlan Lewis Drive . If unit must be
transported to a repair facility,vendor is responsible costs associated
with the transport. If unit cannot be repaired within 30 days a
comparable loaner machine will be furnished to the City of Omaha at
no cost during the warranty period.
C) Vendor must be able to provide warranty work within 24 hours of
X a breakdown.
D) The vendor must be able to provide need parts within 24 hours
of a breakdown. If shipping by air is needed,the dealer will be
X responsible for any additional costs.
�( E) Dealer decals, stickers or other signs shall not be put on unit.
Comments
YES OTHER 3J 64mr.0
X A) Two(2)Operators manuals will be furnished.
B) One(1)Complete parts book required.
C) One(1)Engine/Maintenance manual on all components of the
unit.
X D) One(1)Engine Emission Diagnostic Testing manual required.
X E) All manuals must be furnished prior to payment.
Comments _
YES NO OTHER 25) lc EH
A) To have a pintle hitch installed. Height must be approximately
34"+or-2"from the ground. Must have a minimum vertical load
capacity of 3,200 lbs.
X B) Pintle hitch cannot be welded to the counter weight.
Comments
Page 6 of 7 3/27/2009
d for better visibility. For
information concerning this call,Anthony Velasquez at 444-3915
X ext.225
E) Bucket to have a bolt-on reversible cutting edge.
Comments
Page 4 of 7 3/27/2009
N) Cab must have a 12 volt outlet designed to connect to City radio.
Comments
Page 1 of 7 3/27/2009
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.
SIGN ALL COPIES Firm
By
Title tt, ,
CONTINUATION SHEET
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
Rubber Tire Loader Specs
YES NO OTHER 26) RIDE CONTROL***OPTION***
A) Must have ride control to control ..d position when roading the
machine. OPTION PRICE$
.)< B) Optional extended reach loader linkage
C) Optional 2 year additional warranty. Additional warranty to
X include all transportation charges. --ro-k-o t 5 `AR 5000 4(r ut3a-`r 0-41
Comments
YES NO OTHER 27) DELIVERY
A) Unit must be delivered to the City of Omaha Fleet Management
Facility at 2606 N. 26 Street,Omaha,NE,fully serviced and ready for
use. The City of Omaha will not be responsible for any costs
associated with the pick up or delivery of the unit bid or any
mounted/unmounted equipment.
Comments
YES NO OTHER 28) TRAINING
A) Successful vendor will provide a minimum training class going
over the servicing aspects with both the operators and the mechanics.
The class will also provide operator familiarization. Class to be a
Xminimum of(4)four hours.
B) If the low bid brand is not presently used by the City of Omaha
the City reserves the right to be provided with a like unit for the
purpose of familiarization testing.
Comments
Page 7 of 7 3/27/2009
X D) One(1)Engine Emission Diagnostic Testing manual required.
X E) All manuals must be furnished prior to payment.
Comments _
YES NO OTHER 25) lc EH
A) To have a pintle hitch installed. Height must be approximately
34"+or-2"from the ground. Must have a minimum vertical load
capacity of 3,200 lbs.
X B) Pintle hitch cannot be welded to the counter weight.
Comments
Page 6 of 7 3/27/2009
d for better visibility. For
information concerning this call,Anthony Velasquez at 444-3915
X ext.225
E) Bucket to have a bolt-on reversible cutting edge.
Comments
Page 4 of 7 3/27/2009
N) Cab must have a 12 volt outlet designed to connect to City radio.
Comments
Page 1 of 7 3/27/2009
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.
SIGN ALL COPIES Firm
By
Title tt, ,
CONTINUATION SHEET
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
C-25A
CITY OF, OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
.. i
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on April 15, 2009 for the purchase of a rubber tire loader
with the acceptance of a ride control option to be utilized by the Street Maintenance Division;
and,
WHEREAS, Rueter's submitted a bid of $151,600.00, being the lowest and best bid
received for the purchase a rubber tire loader with the acceptance of a ride control option.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT, as recommended by Mayor,Ma or, the Purchasing Agent ent be authorized to issue a
purchase order to Rueter's for the purchase of a rubber tire loader with the acceptance of a ride
control option to be utilized by the Street Maintenance Division in the amount of$151,000 100;
and, that the Finance Department is authorized to pay this cost from the Street and Highway
Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2009 expenditures.
112809scp APPROVED AS TO FORM:
O� �Q
CITY ATTO
RNEY ORNEY DAT
#4 y j
By
Councilmember
Adopted AUG 1.. 1 2009 p
Clerk /
Approve ..
Mayor
D) One(1)Engine Emission Diagnostic Testing manual required.
X E) All manuals must be furnished prior to payment.
Comments _
YES NO OTHER 25) lc EH
A) To have a pintle hitch installed. Height must be approximately
34"+or-2"from the ground. Must have a minimum vertical load
capacity of 3,200 lbs.
X B) Pintle hitch cannot be welded to the counter weight.
Comments
Page 6 of 7 3/27/2009
d for better visibility. For
information concerning this call,Anthony Velasquez at 444-3915
X ext.225
E) Bucket to have a bolt-on reversible cutting edge.
Comments
Page 4 of 7 3/27/2009
N) Cab must have a 12 volt outlet designed to connect to City radio.
Comments
Page 1 of 7 3/27/2009
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.
SIGN ALL COPIES Firm
By
Title tt, ,
CONTINUATION SHEET
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
*Refer any Questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/et" % /d i'AeA•P irm: Incorporated In:
Delivery(or completion) . wecI Name: bc:.v„ Signa•
60 calendar days following award Title: Phone: 7a k.(_ °-'?�J�-1 Fax: 7� ' 3 t.(
Address: /13 L 3 IS 't1c' rlE' eot2 etc.-'I B1 Q- /s , .17 A c r
Street/P.O.Box City State Zip
Email Address: W Ltd Li. t 'i e 1Gr co • Cc ► 1
Q'i
is report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
•Refer_anv ouestions ragarrxna the BI p a SPECIFICATIO_NS_diredM(Qlhe Purchasing Department(402)444-7155 or as shown on bid,
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 1 QQ % p Firm: Consolidated Concrete LLC 'Incorporated In: NE
Delivery(or completion) Name: Aaron Loth (Signature:
calendar days following award Title: Sales 'Phone:891-9355 Fax: 891-9358
Address: 9555 South 147th Street, Omaha NE 68138 G I
Street/P.O.Box City State Zip
Email Address: aluth@consolidatedconcrete.com
mark.deetz@lymanrichey.com
X kk 00
•
eD qo
D CCD N CT '—' C V �. CD c„n
U ~ I] ^ p CD O CAD cc„ c 'S' O
C0p . O
-t C p ...,,0.
CD O CD R.
l� cr
`d N . R v) '0_ ,-t 't
cr
N Cr
f �. at' CD CD CD r po p f�vJtl�1�
N e-t- ta, a ,,,..
I. �� O
, p, p�
• Oi CD n ..., N•
n N - 5 , CD p' T. O
`� ca. ' 0 ►" p. ..., p. N
oD,
_
j
a
Failure to list exceptions may be cause for equipment to be rejected at time of delivery
Name (print) v\ tte.r— S
Signed
Title g 1e S ,