Loading...
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