RES 2008-0824 - PO to Omaha Standard Distribution for dump bodies and hydraulics OFo•AAHA•NF6 (" r \ l)
M
A.; �1 s� t L- Public Works Department
Tt` �"Y" �h, sag 1: { Omaha/Douglas Civic Center
- ri t
®aoti i at June 17, 2008 08 JG I e t 1819 Famam Street,Suite 601
o.E fir`.
Omaha,Nebraska G818�-0G01
�o se'
,: (402)444-5220°TFv�;eena�� t,'lT L 'i'� k Fax(402)444-5248
r
City of Omahas a t , )`� 'S' '¢ r` Robert G.Stubbe,P.E.
Mike Fahey,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 Distribution on the bid for the purchase of four dump
bodies and hydraulics to be utilized by the Street Maintenance Division.
The following bids were received on April 30, 2008.
Contractor Total Bid
OMAHA STANDARD DISTRIBUTION $39,596.00(LOW BID)
Badger Body $41,496.00
i- Northern Truck Equipment $43,792.00
The Contractor has on file a current Contract Compliance Report Form (CC-1). As is City
policy, the Human Rights and Relations Director will review the contractor to ensure compliance
with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of four dump bodies and hydraulics from
the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158,
year 2008 expenditures.
The Public Works Department recommends the acceptance of the bid from Omaha Standard
Distribution in the amount of$39,596.00, being the lowest and best bid received within the bid
specifications, and requests your consideration and approval of this Resolution.
, Respectfully submitted, Referred to City Council for Consideration:
Cil-esite..,
.-r..A.., 5/2,At d‘ii,r- i'-5-.-.6 i
Robert G. Stubbe, P.E Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
r
,,,„,,,AQ.).c‘A.,--- ,__ 04-1" ilat.e
Carol A. Ebdon 7np Date Gail Kinsey ThQQmpson Date
Finance Director Human Rights and Relations Director
1133scp
nt or arising from the files.
course of this project which shall cause loss of the
The Schemmer Associates' professional liability 13.3. The Owner shall be permitted to retain
insurance coverage for this project or any aspect of copies of the drawings and specifications prepared
it. in CADD format for the Owner's information.
Due to the potential that the information set forth
12. LIMITATION OF LIABILITY. To the fullest on the electronic media can be modified by the
extent permitted by law, the Client agrees to limit Owner, unintentionally or otherwise, The
The Schemmer Associates Inc.'s liability for the Schemmer Associates reserves the right to remove
Client's damages to the sum of $50,000 or The all indicia of its ownership and/or involvement
Schemmer Associates Inc.'s fee, whichever is from each electronic file.
greater. This limitation shall apply regardless of
the cause of action or legal theory pled or asserted. 13.4. Any use or reuse of altered files by the
Owner or others without written authorization or
13. COMPUTER AIDED DESIGN/DRAFTING CADD adaptation by The Schemmer Associates
(CADD). CADD may be utilized to prepare Inc. for the specific purpose intended will be at the
drawings, specifications, calculations, and other Owner's risk and full legal responsibility.
instruments of service prepared by The Schemmer Furthermore, the Owner will, to the fullest extent
Associates Inc. Submitted data files are intended permitted by law, indemnify and hold The
to work only as described in the agreement and are Schemmer Associates Inc. harmless from any and
compatible only with the original hardware and all claims, suits, liability, demands, or costs arising
software used to create the files. out of or resulting from such use. Any such
authorization or CADD adaptation by the Owner
13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
Date: May, 21, 2008
To: Pat Burke
From: Dave North
Subject: Additional Dump Box Bid for 19,500GVW Cab & Chassis
Pat,please be advised that we are going to be purchasing (4) four more dump
bodies for 19,500 GVW cab &chassis from Omaha Standard in accordance with the bid
dated April 16, 2008.
Omaha Standard was the low bidder for this purchase at$9,899.00 each, total of
cost $39,596.00. These units will be installed on 2008 Ford F550 19,500 GVW cab &
chassis.
Donna,please submit a requisition for the purchase. Sue, I need you to write a
Council resolution for the purchase and installation of the above,please.
The contact person for this bid is:
Bret Taylor, General Manager
Omaha Standard Distribution
2109 South 35th Street
Council Bluffs, Iowa 51501
Ph# 7.12- 323-7116
Fax # 712-325-1771
"E"mail address: btaylor@fontaine.com
Cc: Scott McIntyre
Donna Kaluza
Sue Preiner
Fred Thole
Marc McCoy
Joe Nissen
6.00(LOW BID)
Badger Body $41,496.00
i- Northern Truck Equipment $43,792.00
The Contractor has on file a current Contract Compliance Report Form (CC-1). As is City
policy, the Human Rights and Relations Director will review the contractor to ensure compliance
with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of four dump bodies and hydraulics from
the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158,
year 2008 expenditures.
The Public Works Department recommends the acceptance of the bid from Omaha Standard
Distribution in the amount of$39,596.00, being the lowest and best bid received within the bid
specifications, and requests your consideration and approval of this Resolution.
, Respectfully submitted, Referred to City Council for Consideration:
Cil-esite..,
.-r..A.., 5/2,At d‘ii,r- i'-5-.-.6 i
Robert G. Stubbe, P.E Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
r
,,,„,,,AQ.).c‘A.,--- ,__ 04-1" ilat.e
Carol A. Ebdon 7np Date Gail Kinsey ThQQmpson Date
Finance Director Human Rights and Relations Director
1133scp
nt or arising from the files.
course of this project which shall cause loss of the
The Schemmer Associates' professional liability 13.3. The Owner shall be permitted to retain
insurance coverage for this project or any aspect of copies of the drawings and specifications prepared
it. in CADD format for the Owner's information.
Due to the potential that the information set forth
12. LIMITATION OF LIABILITY. To the fullest on the electronic media can be modified by the
extent permitted by law, the Client agrees to limit Owner, unintentionally or otherwise, The
The Schemmer Associates Inc.'s liability for the Schemmer Associates reserves the right to remove
Client's damages to the sum of $50,000 or The all indicia of its ownership and/or involvement
Schemmer Associates Inc.'s fee, whichever is from each electronic file.
greater. This limitation shall apply regardless of
the cause of action or legal theory pled or asserted. 13.4. Any use or reuse of altered files by the
Owner or others without written authorization or
13. COMPUTER AIDED DESIGN/DRAFTING CADD adaptation by The Schemmer Associates
(CADD). CADD may be utilized to prepare Inc. for the specific purpose intended will be at the
drawings, specifications, calculations, and other Owner's risk and full legal responsibility.
instruments of service prepared by The Schemmer Furthermore, the Owner will, to the fullest extent
Associates Inc. Submitted data files are intended permitted by law, indemnify and hold The
to work only as described in the agreement and are Schemmer Associates Inc. harmless from any and
compatible only with the original hardware and all claims, suits, liability, demands, or costs arising
software used to create the files. out of or resulting from such use. Any such
authorization or CADD adaptation by the Owner
13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
,: Z U
a-
•
Z E
D
f— W -
D CC
d
i W
Z E
I— w v
Z .
D CC
a.
'%
L W 1
' 4' --t,_____.---141.N.4:4 — C:(1 ..‘.'
_doh � w $
Q
t U
t T a m
a)
MV C.) elay�i Q -J
Q .
U al m
03
s = O c
C
fx N • c
.CZ O 0 u) �m I. Z 0
- i >. 0 Z w F- > 0 0
a. Z o. • >' cc U
U Q c� v
w c5 u o
C Z p o - Li •In • .
= 0 0 2 0 rn ui
U cn0° °' °
a a 1- CI
cn m * 0
CI 00 p o 0 tL co a
= Z N
�
o> aci 0 a
E .
a. a) as - c
mo r 2 cas
Q Ti _a aai d = cV
H 0 < 0 u 0
J
As is City
policy, the Human Rights and Relations Director will review the contractor to ensure compliance
with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of four dump bodies and hydraulics from
the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158,
year 2008 expenditures.
The Public Works Department recommends the acceptance of the bid from Omaha Standard
Distribution in the amount of$39,596.00, being the lowest and best bid received within the bid
specifications, and requests your consideration and approval of this Resolution.
, Respectfully submitted, Referred to City Council for Consideration:
Cil-esite..,
.-r..A.., 5/2,At d‘ii,r- i'-5-.-.6 i
Robert G. Stubbe, P.E Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
r
,,,„,,,AQ.).c‘A.,--- ,__ 04-1" ilat.e
Carol A. Ebdon 7np Date Gail Kinsey ThQQmpson Date
Finance Director Human Rights and Relations Director
1133scp
nt or arising from the files.
course of this project which shall cause loss of the
The Schemmer Associates' professional liability 13.3. The Owner shall be permitted to retain
insurance coverage for this project or any aspect of copies of the drawings and specifications prepared
it. in CADD format for the Owner's information.
Due to the potential that the information set forth
12. LIMITATION OF LIABILITY. To the fullest on the electronic media can be modified by the
extent permitted by law, the Client agrees to limit Owner, unintentionally or otherwise, The
The Schemmer Associates Inc.'s liability for the Schemmer Associates reserves the right to remove
Client's damages to the sum of $50,000 or The all indicia of its ownership and/or involvement
Schemmer Associates Inc.'s fee, whichever is from each electronic file.
greater. This limitation shall apply regardless of
the cause of action or legal theory pled or asserted. 13.4. Any use or reuse of altered files by the
Owner or others without written authorization or
13. COMPUTER AIDED DESIGN/DRAFTING CADD adaptation by The Schemmer Associates
(CADD). CADD may be utilized to prepare Inc. for the specific purpose intended will be at the
drawings, specifications, calculations, and other Owner's risk and full legal responsibility.
instruments of service prepared by The Schemmer Furthermore, the Owner will, to the fullest extent
Associates Inc. Submitted data files are intended permitted by law, indemnify and hold The
to work only as described in the agreement and are Schemmer Associates Inc. harmless from any and
compatible only with the original hardware and all claims, suits, liability, demands, or costs arising
software used to create the files. out of or resulting from such use. Any such
authorization or CADD adaptation by the Owner
13.1. Because data stored on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
•
DOUGLAS COUNTY P.M.B.
s.
REQUEST FOR BID AND BID SHEE1
ON: CITY OF OMAHA DUMP BODIES AND HYDRAULICS FOR 19,500 GVW CHASSIS&CAI
:ROM: P.M. Burke Published April 16,2008
Asst. Douglas County Purchasing Agen NOT AN ORDER Page 1
902 Omaha-Douglas Civic Cente BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5%II
1819 Farnam Stree THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE.
Omaha,Nebraska 68183-090:. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TC
THE"CITY OF OMAHA."
Bid Closing Date
11:00 A.M. April 30,2008
IMPORTANT 4. If Federal Excise Tax applies,show amount of same and dedur
I.Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, Exemption certificates will be furnished. Do not include tax in bi
1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated.
in a sealed envelop marked BID ON: 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
CITY OF OMAHA DUMP BODIES AND HYDRAULICS FOF
19,500 GVW CHASSIS&CAB 6. When submitting bid on items listed,bidder may on a separate sheet,make
3.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through •
Bid bond or certified check shall be made payable to the"City of Omaha." redesign,change of material or utilization of standard items or quantity change.
FAILURE TO DO SO IS CAUSE FOR REJECTION.
7. If you do not bid,return sheets with reason for declining.Failure to do so will indicate
3.Right is reserved to accept or reject any or all bids in their entirety and the bidders shall your desire to be removed from our mailing list TABULATION SHEETS FOR THE BIDS
have the right to appeal any decision to the City Council. Right is also reserved to SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT
accept or reject any part of your bid unless otherwise indicated by you. • www.aougiascounrypurcnasmg.org. uu Nu I t:ALL r•ur<I nw lNFUNMA I ION.
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 Dump Body for 19,500 GVW vehicle per 4 pages of
specifications, two drawings and three photographs
attached.
ae co
BID/each $ 1f V I ?
TOTAL BID 7747g 7 i oe $ C9gy Vie`
(5% Bid Bond to •
Two copies of descriptive literature are required for each be based on this
unit bid. amount.)
Prompt delivery is an essential element of this bid.
Delivery may be made in (AO days following award
of order.
The City will retain 10% on invoices until all manuals are .
received.
Questions regarding this bid may be directed to Joe Nissen
at(402)444-4934.
kll contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE) listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on'HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY".
kll 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055.
t Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department 14023441 7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/tea % C' Firm 06na../a S:a.io,e ev pis.-e t3ie r-/cA✓_ f4- S corpora din / Tz I '
L IIDelivery(or completion Name ''eEr rRVC.' .C.C./Signature -i !i
aG) calendar days following awar Title E44 Phone 7/Z-3Z3- 7r7 L Fax 7Z- 3Z5-/77i
Address ,77G l S. S'`� S-_ Lcuwcig. ai-ce s 734 j/5-0
Street/P.O.Boy
City State Zip 04,, 4
Email Address/ fcr e. co 0-1
,„
d on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
DOUGLAS COUNTY
REQUEST FOR BIDS
ON: DUMP BODIES AND HYDRAULICS FOR 19,500 GVW CHASSIS &CAB
NOT AN ORDER Page 2
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
NOTE: REQUIREMENTS FOR BID BOND
The surety company issuing the bid 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 cashier's checks 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 Government Bond(negotiable)are acceptable
substitutes for bond requirements.
•
SIGN ALL COPIES Firm 0M,7a,4 5-.,4Aza, fe a Tom.sre1 g u,-,c - et_u.-F_
By r3 mot- i 7 /C C z
Title Ai
CONTINUATION SHEET
PH-8C (91)
in a sealed envelop marked BID ON: 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
CITY OF OMAHA DUMP BODIES AND HYDRAULICS FOF
19,500 GVW CHASSIS&CAB 6. When submitting bid on items listed,bidder may on a separate sheet,make
3.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through •
Bid bond or certified check shall be made payable to the"City of Omaha." redesign,change of material or utilization of standard items or quantity change.
FAILURE TO DO SO IS CAUSE FOR REJECTION.
7. If you do not bid,return sheets with reason for declining.Failure to do so will indicate
3.Right is reserved to accept or reject any or all bids in their entirety and the bidders shall your desire to be removed from our mailing list TABULATION SHEETS FOR THE BIDS
have the right to appeal any decision to the City Council. Right is also reserved to SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT
accept or reject any part of your bid unless otherwise indicated by you. • www.aougiascounrypurcnasmg.org. uu Nu I t:ALL r•ur<I nw lNFUNMA I ION.
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 Dump Body for 19,500 GVW vehicle per 4 pages of
specifications, two drawings and three photographs
attached.
ae co
BID/each $ 1f V I ?
TOTAL BID 7747g 7 i oe $ C9gy Vie`
(5% Bid Bond to •
Two copies of descriptive literature are required for each be based on this
unit bid. amount.)
Prompt delivery is an essential element of this bid.
Delivery may be made in (AO days following award
of order.
The City will retain 10% on invoices until all manuals are .
received.
Questions regarding this bid may be directed to Joe Nissen
at(402)444-4934.
kll contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE) listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on'HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY".
kll 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055.
t Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department 14023441 7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/tea % C' Firm 06na../a S:a.io,e ev pis.-e t3ie r-/cA✓_ f4- S corpora din / Tz I '
L IIDelivery(or completion Name ''eEr rRVC.' .C.C./Signature -i !i
aG) calendar days following awar Title E44 Phone 7/Z-3Z3- 7r7 L Fax 7Z- 3Z5-/77i
Address ,77G l S. S'`� S-_ Lcuwcig. ai-ce s 734 j/5-0
Street/P.O.Boy
City State Zip 04,, 4
Email Address/ fcr e. co 0-1
,„
d on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
. • •
•
• • .
•
January
SPECIFICATIONS
FOR
• DUMP BODY •
(19,500 G.V.W,) •
GENERAL:
• The body to be the latest current model of standard desigit manufactured,complete with all
standard equipment,tools and warranty.Bidders are to supply full description and descriptive
materials on unit bid with the proposal.Truck must,comply with current provisions of the National
Traffic and Motor Vehicle Safety ACL.
Dump Body shall be designed for use with a single axle with dual rear wheels, 19.500 G.V.W.
chassis and cab.Dump body,hoist,hydraulic pump,hydraulic power drive controls and plow to he
of thc lest current models manufactured.The dump body will he mounted on a 2008 Ford F550
cab and chassis. •
•
It is the successful bidder's responsibility to provide and install this,type of unit.Unit furnished
shall have the capability to lower box without enttine running.
Meet Speci fiction-Please indicate-(if other explain on comment line).
Yes No Other 1: TYPE
A. Dump Body shall be powered by Double acting Electric
hydraulic,pump and shall be designed to dump to rear of vehicle •
with Heavy Duly fold down sides.
•
Other or Comment
. _
Yes No Other 2. BODY
A. Length to he at least 108"inches
B. Width inside not less thanyerc incites 8 7"
C. Front Bulkhead: 10 gauge high tensile steel'construction.
D. Floort1-36--itin with Hi Tensile abrasion resisting steel
minimum. 7 ,(7,
-/ E. Sides: 10 aauge Hi Tensile smooth steel 18,"inches tall
with 2"side board pockets.
F. Cab Protector thinitinuk2e.
G. Heavy drop side Contractor Body for case or loading.
FL Must have 24"tall double acting design tailaato with long.chains . •
and two sets of banjo eyes.
1. Tailgate control to be on left front corner ofbox.
Other or Comment
•
•
•
•
•
•
•
•
• •
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
oe $ C9gy Vie`
(5% Bid Bond to •
Two copies of descriptive literature are required for each be based on this
unit bid. amount.)
Prompt delivery is an essential element of this bid.
Delivery may be made in (AO days following award
of order.
The City will retain 10% on invoices until all manuals are .
received.
Questions regarding this bid may be directed to Joe Nissen
at(402)444-4934.
kll contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE) listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on'HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY".
kll 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055.
t Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department 14023441 7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/tea % C' Firm 06na../a S:a.io,e ev pis.-e t3ie r-/cA✓_ f4- S corpora din / Tz I '
L IIDelivery(or completion Name ''eEr rRVC.' .C.C./Signature -i !i
aG) calendar days following awar Title E44 Phone 7/Z-3Z3- 7r7 L Fax 7Z- 3Z5-/77i
Address ,77G l S. S'`� S-_ Lcuwcig. ai-ce s 734 j/5-0
Street/P.O.Boy
City State Zip 04,, 4
Email Address/ fcr e. co 0-1
,„
d on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
•
•
9.500 CV tV.Dump Body
Page 2 o_4
l.'es No Other 3. SUB-FRAME, UNDERSTUCITURE AND TTOTST
✓ A.Ail steel constructed sub-frame shall be fastened to truck frame
at minimum of tour(4)locations on each side. Note.:wood sills
between sub-frame and truck frame not acceptable.
✓__ B. Outer floor supports-4"Structural on 12"center,welded
directly to rub rails.
C. Gussets reinforcing floor supports to longitudinal,
D. Longitudinal- 14"formed channel members spaced 34"apart
on 15"stnucrural.
•
Other or Comment
Yes No Other 4. CYLINDER
A. llnderbody:single cylinder with multiple lift nun hoists,in
accordance with Class 30 T..I3.L.A.(LB510 NTEA class 30 or
equal.Dump angle minimum.0
decrees.,hoisting mechanism to be Double acting electric and
protected against corrosion_
• •/ 13. Shall have built in Hydraulic Reservoir.
C. Hoist to be electrically Operated by Rush button controls
mounted in cab.
Other or Comment
Yes No Other 5. WELDING
L� A. All joints and seams shall be fully welded inside,outside of
dump body,sub-frame anti tailgate.Minimal skip welding
acceptable.
Other or Comment
Yes No Other 6. MOUNTING
_,_ A. Mounting of hydraulic pump,reservoir,dump hoist;dump body,
and all hydraulic components to the City of Omaha furnished
•
truck chassis shall be accomplished by the successful bidder.
Unit shall be mounted locally,within(30)thirty days front
deliver date
of the truck chassis.
' B. All mounting bolts shall be heat-treated grade eight(8)
minimum.
tf C. All bolts used for manufacture and mountintt shall nicer S.A.E..'
429 specifications.
F D.all mounting bolt holes shall be drilled,
B. Truckframe ilang_eS shall not be drilled or welded for mounting
dump body components to truck frame.
Other or Comment •
•
•
•
•
•
•
• •
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
oe $ C9gy Vie`
(5% Bid Bond to •
Two copies of descriptive literature are required for each be based on this
unit bid. amount.)
Prompt delivery is an essential element of this bid.
Delivery may be made in (AO days following award
of order.
The City will retain 10% on invoices until all manuals are .
received.
Questions regarding this bid may be directed to Joe Nissen
at(402)444-4934.
kll contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE) listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on'HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY".
kll 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055.
t Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department 14023441 7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/tea % C' Firm 06na../a S:a.io,e ev pis.-e t3ie r-/cA✓_ f4- S corpora din / Tz I '
L IIDelivery(or completion Name ''eEr rRVC.' .C.C./Signature -i !i
aG) calendar days following awar Title E44 Phone 7/Z-3Z3- 7r7 L Fax 7Z- 3Z5-/77i
Address ,77G l S. S'`� S-_ Lcuwcig. ai-ce s 734 j/5-0
Street/P.O.Boy
City State Zip 04,, 4
Email Address/ fcr e. co 0-1
,„
d on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
•
19.50('G\'i'•;. f)io-up Body
Pa...-.;e=of a
Yes No Other 7. PAINTING
ING
J A. Painted Polyurethane White
B. Paint should have a minimum of 4.0 dry film thickness
Other or Comment
Yes No Other 8. MANUALS
✓� A. The foliowing sets of manuals shall be provided with each unit
on all components of unit.
Two( .)copies of maintenance and operation Manuals.
Two f2)copies of parts lists on all components of unit.
wo(2)copies of hydraulic circuits.
Tv.-0(2)collies of electrical circuits.
Other or Comment
Yes No 0115 9. ADDITIONAT..REQUIREMENTS
r A. Built in>ert safety dual bar to support dump body in up-
position while making repairs.
1.3. Must have adequate clearance between body and tires for tire
chains.
C. Body to be equipped with flexible-type mud-guards on rear.
1). To have"Body up"warning light.
o-` E. To furnish rear bumper and hitch as per attached drawing.
F. Top of bed not to exceed 48".
v` G. To have a Knapheid Knap-Pack Model l(P-SSE(or equal)
tool box mounted behind cab and in front of dump box.
Painted White.
Other or Comment
frame anti tailgate.Minimal skip welding
acceptable.
Other or Comment
Yes No Other 6. MOUNTING
_,_ A. Mounting of hydraulic pump,reservoir,dump hoist;dump body,
and all hydraulic components to the City of Omaha furnished
•
truck chassis shall be accomplished by the successful bidder.
Unit shall be mounted locally,within(30)thirty days front
deliver date
of the truck chassis.
' B. All mounting bolts shall be heat-treated grade eight(8)
minimum.
tf C. All bolts used for manufacture and mountintt shall nicer S.A.E..'
429 specifications.
F D.all mounting bolt holes shall be drilled,
B. Truckframe ilang_eS shall not be drilled or welded for mounting
dump body components to truck frame.
Other or Comment •
•
•
•
•
•
•
• •
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
oe $ C9gy Vie`
(5% Bid Bond to •
Two copies of descriptive literature are required for each be based on this
unit bid. amount.)
Prompt delivery is an essential element of this bid.
Delivery may be made in (AO days following award
of order.
The City will retain 10% on invoices until all manuals are .
received.
Questions regarding this bid may be directed to Joe Nissen
at(402)444-4934.
kll contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE) listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on'HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY".
kll 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055.
t Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department 14023441 7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/tea % C' Firm 06na../a S:a.io,e ev pis.-e t3ie r-/cA✓_ f4- S corpora din / Tz I '
L IIDelivery(or completion Name ''eEr rRVC.' .C.C./Signature -i !i
aG) calendar days following awar Title E44 Phone 7/Z-3Z3- 7r7 L Fax 7Z- 3Z5-/77i
Address ,77G l S. S'`� S-_ Lcuwcig. ai-ce s 734 j/5-0
Street/P.O.Boy
City State Zip 04,, 4
Email Address/ fcr e. co 0-1
,„
d on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
•
•
•
19,500 GVW,Dump Body
Y4�e 4of4
Yes No Other 10. ELECTRICAL •
A All tail,stop and turn signals to he LED and visible from
behind,
• B. Co have one Blue and one Amber 6"oval Strobe light mounted
on rear of dump box.Amber on the left,bloc on the right.
•
Other or Comment
Yes No - Other 11. WARRANTY
F/ A. The sucocss ul bidder shall wan-anty all components of the
Dump Body for one full year from date of satisfactory
delivery. The warranty shall cover dcfectivo materials and
workmanship.
R B. Regular manufacturer's standard warranty,manufacturer's
• statement of origin,and completed pre-delivery inspection
certificates required with each Unit delivered.
• . C. The manufacturers standard warranty shall be stated in the bid.
D. The vendor wilt be responsible for providing all y rraniy
work within twenty-five driveable miles from 72nd&DOd'ee.
If warranty work is not available within the above described.
The vendor will be responsible for any cost including
transportation.
l. The vendor must be able to provide warranty work within_4
hours of the break down. If there is no local dealer the
vendor must locate and/or provide the work within the 24-
hour time frame.
/ F. The vendor must be able to provide needed parts within 24
hours of the break down_ If shipping by air is needed,the
dealer will he responsible for any additional cost.
Other or Comment •
Yes No Other J 2.DELIVERY
/. . A: The completed units shall be delivered to tile.
FIeet Management Division,
2606 North r 26th Street,
Omaha Nebraska.,fi8l 1 1 •
•
Other nr Comment
CODS t4.513 G`:'V,'Dun T.%Euh',,
ng_eS shall not be drilled or welded for mounting
dump body components to truck frame.
Other or Comment •
•
•
•
•
•
•
• •
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
oe $ C9gy Vie`
(5% Bid Bond to •
Two copies of descriptive literature are required for each be based on this
unit bid. amount.)
Prompt delivery is an essential element of this bid.
Delivery may be made in (AO days following award
of order.
The City will retain 10% on invoices until all manuals are .
received.
Questions regarding this bid may be directed to Joe Nissen
at(402)444-4934.
kll contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE) listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on'HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY".
kll 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055.
t Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department 14023441 7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/tea % C' Firm 06na../a S:a.io,e ev pis.-e t3ie r-/cA✓_ f4- S corpora din / Tz I '
L IIDelivery(or completion Name ''eEr rRVC.' .C.C./Signature -i !i
aG) calendar days following awar Title E44 Phone 7/Z-3Z3- 7r7 L Fax 7Z- 3Z5-/77i
Address ,77G l S. S'`� S-_ Lcuwcig. ai-ce s 734 j/5-0
Street/P.O.Boy
City State Zip 04,, 4
Email Address/ fcr e. co 0-1
,„
d on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
C-z5A CITY"^OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
. RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: .,
WHEREAS, bids were received on April 30, 2008 for the purchase of four dump;bodies
and hydraulics be utilized by the Street Maintenance Division; and,
WHEREAS, Omaha Standard Distribution submitted a bid of $39596.00, being the
lowest and best bid received within the bid specifications, for the purchase of four dump bodies
and hydraulics. r
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 Distribution for the purchase of four dump bodies and
hydraulics to be utilized by the Street Maintenance Division in the amount of$39,596.00; and
that the Finance Depaitaaient is authorized to pay this cost from the Street and Highway
Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2008 expenditures.
l 134scp APPROVED AS TO FORM:
5:7, ,?,__ e
iti:i, CITY ATTORNEY DATE
By /011410/C;? Ildt•
Councilmember
Adopted JUN 1 7 2008 _U
-. _ City Clerk
Approved I�Z /y - *411
_ -• Mayor
1
the
vendor must locate and/or provide the work within the 24-
hour time frame.
/ F. The vendor must be able to provide needed parts within 24
hours of the break down_ If shipping by air is needed,the
dealer will he responsible for any additional cost.
Other or Comment •
Yes No Other J 2.DELIVERY
/. . A: The completed units shall be delivered to tile.
FIeet Management Division,
2606 North r 26th Street,
Omaha Nebraska.,fi8l 1 1 •
•
Other nr Comment
CODS t4.513 G`:'V,'Dun T.%Euh',,
ng_eS shall not be drilled or welded for mounting
dump body components to truck frame.
Other or Comment •
•
•
•
•
•
•
• •
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
oe $ C9gy Vie`
(5% Bid Bond to •
Two copies of descriptive literature are required for each be based on this
unit bid. amount.)
Prompt delivery is an essential element of this bid.
Delivery may be made in (AO days following award
of order.
The City will retain 10% on invoices until all manuals are .
received.
Questions regarding this bid may be directed to Joe Nissen
at(402)444-4934.
kll contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE) listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on'HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY".
kll 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055.
t Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department 14023441 7155 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms/tea % C' Firm 06na../a S:a.io,e ev pis.-e t3ie r-/cA✓_ f4- S corpora din / Tz I '
L IIDelivery(or completion Name ''eEr rRVC.' .C.C./Signature -i !i
aG) calendar days following awar Title E44 Phone 7/Z-3Z3- 7r7 L Fax 7Z- 3Z5-/77i
Address ,77G l S. S'`� S-_ Lcuwcig. ai-ce s 734 j/5-0
Street/P.O.Boy
City State Zip 04,, 4
Email Address/ fcr e. co 0-1
,„
d on electronic media can will entitle The Schemmer Associates Inc. to
deteriorate undetected or be modified without the additional compensation at the rates established as
knowledge of The Schemmer Associates Inc., the part of this agreement.
Owner agrees to accept responsibility for the
completeness, correctness, and readability of the 14. GEOTECHNICAL MATERIALS TESTING
electronic media after an acceptance period of 30 SERVICE. In the case that geotechnical and/or
days after delivery of the electronic files, and that materials testing services are provided by The
upon the expiration of this acceptance period, the Schemmer Associates Inc., our supplementary
Owner will indemnify and save harmless The General Conditions for Geotechnical and
Schemmer Associates Inc. for any and all claims, Materials Testing shall be considered a part of this
losses, costs, damages, awards, or judgments document.
arising from use of the electronic media files or
TSA Form 7 12/06
I
C311 I: =o I ➢ .:ram z = Fm F 8om mrD,a' to', 9 r� N iz oy
— .. .i-i p C� c m L�➢n 0 ,5] A a c m O '2,-, = ON
"vim .Z -.0: ? Wzrr, _. m PI z °T.�F> 22 8 v Do o 0 o
9.• �c,r ;•tia r�0 y
k Z rNn ➢A< Sy2 F. — 10 y A go, O
, ••''•• •'•, r o A p o m sac r^ D c= v 1
• N. *....Ow o o Do F o 0 (,`" 8
M
Q .._ s .xA Y U.S. Cellular
N 1 o ¢f 5 m a 5 S �s MEET o na RAll
3� Z mwu'rs.uata�tmW
MEE ue,sne!Ai um verse
\ D y m x D 0
oo
o 0„
yoo mo
Ko n \ ►�,� fr* Lice„"....._ gN 9 0mn °z > -z? 6<Dg V CO
\lO _N N�
m <v mD m m mN Iifco
••••�fOA ODom CO M DO m rto0
A A8°M r0n fN+lm � •••�i Z nC 2A O �m f DZO oo ZVIZ ZDIC •1 N: 0 Om-NI Zm •n z 0r ?; ��.
m O c 0 n Zy O D D O r O
y0am A PS t•.a,L .O� r.a: C "Ay >o o� n �m y Q
m rNnA m mC ! Th•'•. :•• } 3 -io y O AZ m Dm D
•.......... f m O< A P A A m Z o
0 N f Z A rn rn O O m O 0 0
o n 9 +/
o m r_I. •-k-. * 1,)W: 0 n v z n s n o
r •
CD �Ye
D as a \\`
s e SHIVEMATTERY *U.S. Cellular
9 Oalr Rii L 0N•loos 00,M•DM MoroiN
C) ii e 8 Holm L•BbmnolcA L•Mem L 10311MWTALYROAD
P � j � "� g mH/+ LUDO im OMAN•4NE 68134
03 DIM Or/,P.M r03 0011411
• t< m #' � vi 7 m ,
w § 7 ƒ P / / , j j 7 *
. CD
c ) 7 (T \ CI) 0 U
' ° \ .
ƒ E.AD § / ,< "cim j /
j \ A § , n• e n o
/ / k k - CD -. �. k °
p $ o o - - -• ) 2 C /
% o cn CD .
2 ' fiiIJ: dI
} .» § •-' ,-..t. 1\
A . ,` a \ A) 0 Et) K
/� } � k � �`
A \ ® ? P, \ q
CT CA W k / k k \
•
•
•
< /\\
,\/y» aa \ < . �
}�•
` \\\\\ ^ /�\
. `
'
- er- Mayor
NO NONE AVAILABLE
REVISED: 3/98