RES 2009-0454 - PO to Fired Guard for fire pumper trucks and fire pumper tender Q 0,AAHA,i,4,,
A�`1 AU A,
� ► �, Fire Department
rl - "" 1516 Jackson Street
"i�'I�' t Q3 Pn J
®' �� i 22 Omaha,Nebraska 6810 Department
oy ►"� �: t� (402)444-5700
goy +�ro • �^ t FAX(402)444-6378
9TFD F t, L !~ r F r
May Jf;i2049-i, i �'fit C Michael F.McDonnell
City of Omaha y E "A:� #f Fire Chief
Mike Fahey,Mayor
Honorable President
and Members of the City Council:
Submitted herewith for your consideration is a Resolution authorizing the City of Omaha Fire
Department to purchase two (2) fire pumper trucks and one (1) pumper tender from Fire Guard,
Inc., with optional hose packages at$11,403.00 each for a total of$1,146,335.00.
Vendor Total Bid Each
Ed M. Feld $ 442,563,00 (pumper)
$ 462,758.00 (pumper tender)
Toyne $ 366,147.00 (pumper)
$ 383,567.00 (pumper tender)
Fire Guard $ 365,680.00 (pumper)
$ 380,666.00 (pumper tender)
Central States Fire Apparatus. $ 362,767.00 (pumper)
$ 378,511.00 (pumper tender)
The bid from Central States Fire Apparatus LLC for both the pumpers and the pumper tender
was lower, but the company did not meet several specifications, as outlined in a March 30, 2009,
letter to them and which is made part of this packet.
The Fire Department recommends acceptance of the bid by Fire Guard for both pumpers and one
pumper tender including optional hose packages in the total amount of $ 1,146,335.00 as the
lowest and best bid that meets specifications.
The purchase cost of this acquisition shall be expended from the 2006 Public Safety Bond Fund,
Fund No. 13297, 2009 Issuance, Organization 117414, Account Code 45215.
ce with new stainless steel sink, Moen or
equal faucet, and drain to code, ($250.00 allow.)
2. Remove existing tub and pipe for shower, adjusting for change in location due to shower.
3. Remove existing toilet and sink.
4. Install new fiberglass shower unit, Moen or equal shower faucet, toilet, and pedestal sink with
Moen or equal faucet, ( $1100.00 allowance).
5. Install new laundry box and drain, as well as laundry sink and stand. Install standard Moen or
equal faucet. Vent all to meet code.
6. Replace existing floor drain in basement floor with new to code.
7. Remove existing and install new basement toilet. Correctly vent to meet code.
5
with steps going
to existing concrete pad.
10. Remove existing and install new driveway to match existing in size but changing pitch to roll
away from garage.
Carpentry and Misc.
1 . Remove existing front iron hand railing and install new, painted black.
2. Remove all storm windows on front porch and install new white metal storm windows.
3
subcontractor is in violation of regulations
issued by the Secretary of Housing and Urban Development, 24 CFR Part 135.
The Contractor will not subcontract with any subcontractor where he/she has
- 10-
ing; and
e. arrange for blood lead level testing before construction for all children under age six residing in
or spending at least 12 hours per week at the premises; and,
f. participate in one-on-one training on lead safe maintenance practices provided by the Planning
Department or other approved training; and,
-2- Revised 12/5/07
Honorable President
and Members of the City Council
Page 2
The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is
City policy, the Human Rights and Relations Department will review the contract to ensure
compliance with the Contract Compliance Ordinance.
I respectfully request your approval of this Resolution.
Sincerely, Approved:
"241... .
/, ate-- -//.7
'I J�.O
Michael F. McDonnell `� Gail Kinsey Th pson, Human Rights Relations—Date
Fire Chief—Date
Approved as to funding: Referred to City Council for consideration:
k, 4-'1s ,,� e y-2/ 0?
Carol Ebdon, Finance Director ate May 's Offi e Date
/Phyllis/Departmt/CityCoun/.../04082009pap
.. . C ,! �'i
, 20 ,
-4-
p 1noK0 -1
- N C ro n m W
ocu v = co 3 o C
a. ry O -n >
`6 r=► N ( 0 '4 r"
Co P -0 m � so -, cosCI -0z o
(D CD
ma C
m = -I N D) C A) Q ea
z N Q° 13 "�C3 "Tl
C 0 in m c 07 u)
0_ O w a cn
5�i 3i 0 N N CCD c --0Q
IV — ino ' O i 0 O
C
6> D D O a- 2 -4, -0 m D r«
n n n r" N m '3 ci 3 > c� n
n S. Z Z 0 Q- 3 Q m Q" rn 73 i Q0 4 -13
o • 0 • 0 X C v -, -. `II C
3 m
-a Fri z `� -+ �` 3 m n
Ft-) C) m m CD °- 0 T -o m O
o C� C rn a - Z a w -, E y
rn m -� @ (D I 3
C 0 0 D 03 0J \ ' m D co
1 � 0 co l��
m
? \ �/i
& R----
E Z.) k -u r-
V. � k
„!r. ... .
„.
, _
_ _, 1 -0 c _...,
4:• .1116. ;_ m
Vb. Vor-
tiv I ,u, 1 330 c
o -(-*--ccE:=:).
` W ' m
;
a $
n
6 ` .. '')e I( c �Y
eJ m -'1
f .
P .13 i -\B
— Z
Mc q
y E t c (-_-_ _,N.
= _z
m `-
emove existing tub and pipe for shower, adjusting for change in location due to shower.
3. Remove existing toilet and sink.
4. Install new fiberglass shower unit, Moen or equal shower faucet, toilet, and pedestal sink with
Moen or equal faucet, ( $1100.00 allowance).
5. Install new laundry box and drain, as well as laundry sink and stand. Install standard Moen or
equal faucet. Vent all to meet code.
6. Replace existing floor drain in basement floor with new to code.
7. Remove existing and install new basement toilet. Correctly vent to meet code.
5
with steps going
to existing concrete pad.
10. Remove existing and install new driveway to match existing in size but changing pitch to roll
away from garage.
Carpentry and Misc.
1 . Remove existing front iron hand railing and install new, painted black.
2. Remove all storm windows on front porch and install new white metal storm windows.
3
subcontractor is in violation of regulations
issued by the Secretary of Housing and Urban Development, 24 CFR Part 135.
The Contractor will not subcontract with any subcontractor where he/she has
- 10-
ing; and
e. arrange for blood lead level testing before construction for all children under age six residing in
or spending at least 12 hours per week at the premises; and,
f. participate in one-on-one training on lead safe maintenance practices provided by the Planning
Department or other approved training; and,
-2- Revised 12/5/07
PMB
•
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA FIRE APPARATUS - PUMPER& PUMPER TENDER
• FROM: P.M.Burke Published: February 4,2009 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,March 11,2009
• 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 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated Exemption certificates will be furnished. Do not include tax in bid.
in a sealed envelope marked:
BID ON:CITY OF OMAHA Fire Apparatus-Pumper&Pumper Tender 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 ow 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.douotascountvourchasing.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 Fire apparatus-pumper, per 34 pages of specifications.
f Make & Model offered f,�i y-I titre ``sE - BID/each: $,tea),�uO'�J $93I 2*9b-�~
4 each Fire apparatus - pumper tender, per 36 pages of
specifications.
Make & Model offered:Cr i m,SOn >re "S F" BID/each: $J2 ,�� ,00 $ lo1QLo`o�
OPTION: If a 2nd pumper tender unit is to be purchased,
cost of 2nd unit: $,3 PO,
On
• ALL OR NONE TOTAL BID: $ $ I, 1 12)O 2,19
(5%Bid Bond is to be based
Any and all exceptions to specifications must be noted on t . upon this amount)
• attached "Exceptions to Specifications" sheet.
Questions regarding this bid should be directed to:
•
B/C Scott Baughman at(402)444-5737.
* Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155or es shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Termsj00 % 0C rW.Firm: rice, (Doa J '��(, Incorporated In: 19eitp
Delivery(or completion) Name:tnav u y 12i.Yennt ynck_ l
"2)LQ ) calendar days following aware Title: AKA.V-1XVL‘ x\e c lPhone:yn2-C L- 1CC11 Fax:y() ..C)C 2-
Address: Lai Oil S r 1 e41
Street/P.O.Box City(}inOina State t4E Zip(J16j r1
Email Address: rro r,L.$t-ky'1Y1e xYla i (J 1 iftC-\m.rri0f.: t* Corn
•
•
d NA
DOUGLAS COUNTY
REQUEST FOR BID & BID SHEET
ON: CITY OF OMAHA FIRE APPARATUS -PUMPER& PUMPER TENDER
NOT AN ORDER Page 2
• QUANTITY DESCRIPTION UNIT PRICE EXTENSION
PERFORMANCE BOND
The contractor shall provide a performance bond or certified or cashier's
check equal to his bid within ten(10)calendar days from award of the
contract.
Y
accompanied Each bid shall be NOTE: b : (1 proof that the bidder
O )
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.
REQUIREMENTS FOR BID BOND or PERFORMANCE 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.
SIGN ALL COPIES Firm/reG e. '1
Title ,ems . '' .
CONTINUATION SHEET
pt or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT
www.douotascountvourchasing.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 Fire apparatus-pumper, per 34 pages of specifications.
f Make & Model offered f,�i y-I titre ``sE - BID/each: $,tea),�uO'�J $93I 2*9b-�~
4 each Fire apparatus - pumper tender, per 36 pages of
specifications.
Make & Model offered:Cr i m,SOn >re "S F" BID/each: $J2 ,�� ,00 $ lo1QLo`o�
OPTION: If a 2nd pumper tender unit is to be purchased,
cost of 2nd unit: $,3 PO,
On
• ALL OR NONE TOTAL BID: $ $ I, 1 12)O 2,19
(5%Bid Bond is to be based
Any and all exceptions to specifications must be noted on t . upon this amount)
• attached "Exceptions to Specifications" sheet.
Questions regarding this bid should be directed to:
•
B/C Scott Baughman at(402)444-5737.
* Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(4021444-7155or es shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Termsj00 % 0C rW.Firm: rice, (Doa J '��(, Incorporated In: 19eitp
Delivery(or completion) Name:tnav u y 12i.Yennt ynck_ l
"2)LQ ) calendar days following aware Title: AKA.V-1XVL‘ x\e c lPhone:yn2-C L- 1CC11 Fax:y() ..C)C 2-
Address: Lai Oil S r 1 e41
Street/P.O.Box City(}inOina State t4E Zip(J16j r1
Email Address: rro r,L.$t-ky'1Y1e xYla i (J 1 iftC-\m.rri0f.: t* Corn
•
•
PMB
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA FIRE APPARATUS - PUMPER & PUMPER TENDER
FROM: P.M,Burke Published: February 4,2009 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,March 11,2009
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 riot include tax in bid.
in a sealed envelope marked:
BID ON:CITY OF OMAHA Fire Apparatus-Pumper&Pumper Tender 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.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
• 2 each Fire apparatus - pumper, per 34 pages of specifications. c
Make & Model offered:( /s41,,(,,1_,..„ BID/each: $36,,?, $ 702S .5-3'/
•
1 each Fire apparatus -pumper tender, per 36 pages of
specifications. vo
Make & Model offered: BID/each: $378 t 57 I $ 3 725 sit
OPTION: If a 2nd pumper tender unit is to be purchased,
cost of 2nd unit: $ 37E3,57/
•
ALL OR NONE TOTAL BID: $ N/4- $ 4 /0e./,O vs
(5%Bid Bond is to be based
Any and all exceptions to specifications must be noted on t upon this amount)
attached "Exceptions to Specifications" sheet. •
Questions regarding this bid should be directed to:
B/C Scott Baughman at (402)444-5737.
* 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 % Firm:� I :54, -s ,Q..,,p G,k,,-c GLG Incorporated In: 1
Jelivery(or completion) Name: "ii Signature:
r2?s calendar days following awarc Phone jS Sv3_3-54 ) Fax: (cl3 —Ss93
Address:(c).3 `]`L ,^foL i�" L4,- 3"-‘) 5 70 t-f/
Street/P.O.Box City State Zip
Email Address: ,,a,p2012,f,'ch.-so v -gr. r 0.c¢.-. am,~ G4'.4A
.rri0f.: t* Corn
'
s.
DOUGLAS COUNTY
REQUEST FOR BID & BID SHEET
ON: CITY OF OMAHA FIRE APPARATUS - PUMPER & PUMPER TENDER
NOT AN ORDER Page 2
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
PERFORMANCE BOND
The contractor shall provide a performance bond or certified or cashier's
check equal to his bid within ten (10) calendar days from award of the
contract.
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.
REQUIREMENTS FOR BID BOND or PERFORMANCE 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.
SIGN ALL COPIES Flrm —'ial�-S � a/a LL--C.
By
Title
CONTINUATION SHEET
ON 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.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
• 2 each Fire apparatus - pumper, per 34 pages of specifications. c
Make & Model offered:( /s41,,(,,1_,..„ BID/each: $36,,?, $ 702S .5-3'/
•
1 each Fire apparatus -pumper tender, per 36 pages of
specifications. vo
Make & Model offered: BID/each: $378 t 57 I $ 3 725 sit
OPTION: If a 2nd pumper tender unit is to be purchased,
cost of 2nd unit: $ 37E3,57/
•
ALL OR NONE TOTAL BID: $ N/4- $ 4 /0e./,O vs
(5%Bid Bond is to be based
Any and all exceptions to specifications must be noted on t upon this amount)
attached "Exceptions to Specifications" sheet. •
Questions regarding this bid should be directed to:
B/C Scott Baughman at (402)444-5737.
* 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 % Firm:� I :54, -s ,Q..,,p G,k,,-c GLG Incorporated In: 1
Jelivery(or completion) Name: "ii Signature:
r2?s calendar days following awarc Phone jS Sv3_3-54 ) Fax: (cl3 —Ss93
Address:(c).3 `]`L ,^foL i�" L4,- 3"-‘) 5 70 t-f/
Street/P.O.Box City State Zip
Email Address: ,,a,p2012,f,'ch.-so v -gr. r 0.c¢.-. am,~ G4'.4A
.rri0f.: t* Corn
1
March 30, 2009
Members of the City Council,
Please consider the following as justification for not accepting the Fire Apparatus
— Pumper bid submitted by Rosenbauer/Central States as the lowest and best
bid:
- The Request For Bid and Bid Sheet clearly states "Any and all exceptions to
specifications must be noted on the attached "Exceptions to Specifications"
sheet" Central States provided the attached exceptions.
- Umbrella Liability Specification $25,000,000 (pg 6 item #1 & pg 7 item #3)
exception Central States submitted $15,000.00.
- Diesel Particulate Filter controls (pg 13 item #6) specified two (2) controls —
exception Central States — no switches provided.
- Gauges (pg23) specified 2-1/2" Class 1 0-600 PSI -exception Central States
IC Brand — not as specified.
- Portable Tank Liner (pg26) specified shall be manufactured by Syntex
Industries — specified 2202 hypalon liner exception Central States PVC
coated liner— actual proposal lists correct tank.
- Air Horns (pg 28 item #2) specified Dual Grover#1501 Stuttertone 24" —
exception Central States Hadley Brand.
Crossfire Light (pg 28 item #2) specified Federal Crossfire Meteor Clear—
exception Central States Delta-Ray TLC — not available in clear.
Upon review of the submitted Central States Construction Specifications the
following exceptions / contradictions were noted but, not identified by the
Central States bid;
- Hose Compartments (pg 25 item #3) specified two adjustable dividers —
proposal Central States / 1 adjustable divider and 1 permanent center divider.
(negotiable) are acceptable substitutes for bond
requirements.
SIGN ALL COPIES Flrm —'ial�-S � a/a LL--C.
By
Title
CONTINUATION SHEET
ON 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.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
• 2 each Fire apparatus - pumper, per 34 pages of specifications. c
Make & Model offered:( /s41,,(,,1_,..„ BID/each: $36,,?, $ 702S .5-3'/
•
1 each Fire apparatus -pumper tender, per 36 pages of
specifications. vo
Make & Model offered: BID/each: $378 t 57 I $ 3 725 sit
OPTION: If a 2nd pumper tender unit is to be purchased,
cost of 2nd unit: $ 37E3,57/
•
ALL OR NONE TOTAL BID: $ N/4- $ 4 /0e./,O vs
(5%Bid Bond is to be based
Any and all exceptions to specifications must be noted on t upon this amount)
attached "Exceptions to Specifications" sheet. •
Questions regarding this bid should be directed to:
B/C Scott Baughman at (402)444-5737.
* 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 % Firm:� I :54, -s ,Q..,,p G,k,,-c GLG Incorporated In: 1
Jelivery(or completion) Name: "ii Signature:
r2?s calendar days following awarc Phone jS Sv3_3-54 ) Fax: (cl3 —Ss93
Address:(c).3 `]`L ,^foL i�" L4,- 3"-‘) 5 70 t-f/
Street/P.O.Box City State Zip
Email Address: ,,a,p2012,f,'ch.-so v -gr. r 0.c¢.-. am,~ G4'.4A
.rri0f.: t* Corn
p
•
ok `;Y
- Pump Control Panel (pg 21 item #4) specified both pump panels shall be all
or partially removable using a latch system — proposal Central States pump
panels to the pump enclosure with 1/4" stainless steel bolts and nutserts.
- Optional Equipment: Hose is being purchased — 5" Combat Attack green —
300 PSI service. Exception Central States providing 5" yellow LDH 200 psi
service.
Respectfully Submitted
Michael McDonnell
Fire Chief
el F. McDonnell `� Gail Kinsey Th pson, Human Rights Relations—Date
Fire Chief—Date
Approved as to funding: Referred to City Council for consideration:
k, 4-'1s ,,� e y-2/ 0?
Carol Ebdon, Finance Director ate May 's Offi e Date
/Phyllis/Departmt/CityCoun/.../04082009pap
.. . C ,! �'i
, 20 ,
-4-
•
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: r
WHEREAS, bids were received and opened on March 11,2009, for the purchase
of two (2) fire pumper trucks, one (1) fire pumper tender and optional hose packages for the
Omaha Fire Department's use; and, .
WHEREAS, the bid of Fire Guard, Inc., in the total amount of $1,146,335.00, is
the lowest and best bid which meets specifications, is attached hereto and by this reference made
a part hereof; and,
WHEREAS, the contractor has on file a current Annual Contract Compliance
Report Form(CC-1), and the Human Rights and Relations Department will monitor the contract
to ensure compliance with the contract compliance ordinance.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA;
THAT, the bid of Fire Guard, Inc., in the total amount of $1,146,335.00 is
accepted as the lowest and best bid meeting the specifications, and the Purchasing Agent is
directed to issue a Purchase Order for the purchase of two (2) Crimson Fire SE fire pumper
trucks and one (1) Crimson Fire SE fire pumper tender with three (3) hose packages in
accordance with specifications, from Fire Guard, Inc The purchase cost of this acquisition shall
be expended from the 2006 Public Safety Bond Fund, Fund No. 13297, 2009 Issuance,
Organization 117414, Account Code 45215.
Z:/Phyllis/Departmt/CityCoun/R04082009pap APPROVED AS TO FORM:
(C7of
CITY ATTORNEY A E
By 11044.411 dir
4i1.44
Councilmember
Adopted 4 .. 5 2009 7-0
--- City Clerk 9
Approved/
. . Mayor 1
Flrm —'ial�-S � a/a LL--C.
By
Title
CONTINUATION SHEET
ON 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.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
• 2 each Fire apparatus - pumper, per 34 pages of specifications. c
Make & Model offered:( /s41,,(,,1_,..„ BID/each: $36,,?, $ 702S .5-3'/
•
1 each Fire apparatus -pumper tender, per 36 pages of
specifications. vo
Make & Model offered: BID/each: $378 t 57 I $ 3 725 sit
OPTION: If a 2nd pumper tender unit is to be purchased,
cost of 2nd unit: $ 37E3,57/
•
ALL OR NONE TOTAL BID: $ N/4- $ 4 /0e./,O vs
(5%Bid Bond is to be based
Any and all exceptions to specifications must be noted on t upon this amount)
attached "Exceptions to Specifications" sheet. •
Questions regarding this bid should be directed to:
B/C Scott Baughman at (402)444-5737.
* 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 % Firm:� I :54, -s ,Q..,,p G,k,,-c GLG Incorporated In: 1
Jelivery(or completion) Name: "ii Signature:
r2?s calendar days following awarc Phone jS Sv3_3-54 ) Fax: (cl3 —Ss93
Address:(c).3 `]`L ,^foL i�" L4,- 3"-‘) 5 70 t-f/
Street/P.O.Box City State Zip
Email Address: ,,a,p2012,f,'ch.-so v -gr. r 0.c¢.-. am,~ G4'.4A
.rri0f.: t* Corn
N. rr N '10 ."..'Z3 "� Q.. .-' 6
„ti 0 W.p _. 0 p, , .. O cp O C .
Bn `11 `dC ° • O
Q t s
" co A r
O0E, c> s • O 6- O. 2
O i _ ` up
n O n , CD
� '
6
(
0 0 o •
n Cam °; •
O I ° co O = BCD )- � �. 0 '7 -� (.,, cD
o n� n o . va s- � -,- ._... LA 0
.45 .0 11) f:,.., c:I., 0 '-cI r 1 b-1 '7 1 °-1 5v). 7' 9- -•••.. .....\
7J *�r. O ,,. 00
CT
CD 1-n ., cn Ci7 cu 0 cn co co
tx
�'i
, 20 ,
-4-