Loading...
RES 2007-1379 - PO to Omaha Truck Center for truck chassis and cab y 0tAAHA,Nlc6 �aleAre4`„ Public Works Department enter w�i f�l&i 3 ^ 1819 Famam St Street,Suiteouglas Civic it 601 ® ipr1 � � November 6 2007 Omaha,Nebraska 68183-0601 �A pry. (402)444-5220 47ED FE111° Fax(402)444-5248 City of Omaha 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 Truck Center on the bid for the purchase of a 35,000 GVW truck Chassis and Cab to be utilized by the Sewer Maintenance Division. The following bids were received on September 12, 2007. Contractor Total Bid OMAHA TRUCK CENTER $56,950.00 (RECOMMENDED BID) Wick's Sterling Trucks, Inc. $58,700.00 Cornhusker $62,052.16 The Contractor has on file a current Annual 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 the purchase of a 35,000 GVW Truck Chassis and Cab from the Sewer Maintenance Organization 116511, Sewer Revenue Fund 21121, year 2007 expenditures. The Public Works Department recommends the acceptance of the bid from Omaha Truck Center in the amount of$56,950.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. f. : pec lly submit , Refe -d to City Council for Consideration: `o 2?-07 // /0- 21_0) obert G. Stubbe, P.E. Date Mayor's Office Date ublic Works Director Approved as to Funding: App ved: •a 6, ►d a 4 0-, ,� . 10127 27 47 Carol A. Ebdon Date Gail Kinsey Thom son Date Finance Director Human Rights and Relations Director P:\PW\17613maf.doc ental Agreement 1 10-2-07 and floodway limits for the base flood within the roadway relocation study limits, map the flood inundation area for the 2-, 10- 100- and 500-year storm events, and to provide input and guidance on defining alternatives and its relative impact on flooding. Modeling of alternatives was to be conducted in Phase 2. HDR performed detailed modeling during Phase 1 to evaluate the flooding impacts of the alternatives and to ensure, as directed by the City of Omaha, that study alternatives do not worsen flooding conditions upstream or downstream of the study area. Documentation of the detailed modeling will be submitted to the City of Omaha during Phase 2 of the study. D. Development of Two Additional Roadway Alternatives At UNMC's direction, HDR will developtwo additional alternatives for consideration bythe Stakeholder Committee. One alternative will be a variation of the Rebuild on Existing Alignment Alternative but with the swale/trail on the existing road alignment and Saddle Creek Road offset to the west. The other alternative will be a variation of the Rebuild on New Alignment Alternative but will bisect the Omaha Steel Casting(OSC)property. The task covers initial development of the two alternatives,preparation of presentation exhibits for meetings with the stakeholder committee and the public, evaluation of the alternatives, and documentation of the alternatives. Saddle Creek Road A-1 Supplemental Agreement 1 Phase 1—Relocation Feasibility Study 10-2-07 e,shall be replaced as soon as conditions permit, but during the normal planting season. Omaha S.24th Street RDG IA#27354.00 Perennials and Annuals/Bulbs S.P. 208-6 111 n, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. A-8 PBE/DBE Doc 12/5/02 1 I achievement of the City of Omaha's PBE/DBE for this contract (if said contract is anticipated to goals. Therefore, to be considered for award, be over$200,000). Bidders shall make every good Bidders must comply with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 4 . W F- U Z E- D W . — U Z D 0_ . W — U Z D W I— W — U Z - D a. i-- LcS-1 4C-)' .\___ _). ) S (1 . *W r c--}o W Z - U _...].- ' a_ i,-,`- ,\ -7t - C- .(D, .1-- .------4 ..,„, u.., „._,,, . ... , • „____ 0 Li, _______, c______„., . , i (A-- .. D a_ C\. U CU J U U U N w z Q C C C E 0 ct Z i (d I— - 76 �' co n C -c O co • U co o2S H -o O 0 v) - Z m (v ce o .U). _ 0 > CDc ✓ 5) o (I) CDcCi ' a_ U D c-) U a o� n >, Z U �' 0 cco • 0 - W coo - Y co = U) 0 U U o 0 O 0 °zs U CI] N06 - n Li) U ) LL co� CL U rC3 0 2 o o Y O Z O N.o ` ~ �) o H T Q N Q c E > J n c co = U L D 0 _ o C co Q a)`o c,'EL.' a m ( D W C3 r I--- o cn a) cn ���JJI - obert G. Stubbe, P.E. Date Mayor's Office Date ublic Works Director Approved as to Funding: App ved: •a 6, ►d a 4 0-, ,� . 10127 27 47 Carol A. Ebdon Date Gail Kinsey Thom son Date Finance Director Human Rights and Relations Director P:\PW\17613maf.doc ental Agreement 1 10-2-07 and floodway limits for the base flood within the roadway relocation study limits, map the flood inundation area for the 2-, 10- 100- and 500-year storm events, and to provide input and guidance on defining alternatives and its relative impact on flooding. Modeling of alternatives was to be conducted in Phase 2. HDR performed detailed modeling during Phase 1 to evaluate the flooding impacts of the alternatives and to ensure, as directed by the City of Omaha, that study alternatives do not worsen flooding conditions upstream or downstream of the study area. Documentation of the detailed modeling will be submitted to the City of Omaha during Phase 2 of the study. D. Development of Two Additional Roadway Alternatives At UNMC's direction, HDR will developtwo additional alternatives for consideration bythe Stakeholder Committee. One alternative will be a variation of the Rebuild on Existing Alignment Alternative but with the swale/trail on the existing road alignment and Saddle Creek Road offset to the west. The other alternative will be a variation of the Rebuild on New Alignment Alternative but will bisect the Omaha Steel Casting(OSC)property. The task covers initial development of the two alternatives,preparation of presentation exhibits for meetings with the stakeholder committee and the public, evaluation of the alternatives, and documentation of the alternatives. Saddle Creek Road A-1 Supplemental Agreement 1 Phase 1—Relocation Feasibility Study 10-2-07 e,shall be replaced as soon as conditions permit, but during the normal planting season. Omaha S.24th Street RDG IA#27354.00 Perennials and Annuals/Bulbs S.P. 208-6 111 n, "Equal Employment Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. A-8 PBE/DBE Doc 12/5/02 1 I achievement of the City of Omaha's PBE/DBE for this contract (if said contract is anticipated to goals. Therefore, to be considered for award, be over$200,000). Bidders shall make every good Bidders must comply with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 _r PMB DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA 35,000 GVW TRUCK CHASSIS & CAB FROM: P.M.Burke,Assistant Purchasing Agent Published: August 22,2007 902 Omaha-Douglas Civic Center 1819 Famam Street NOT AN ORDER Page 1 Omaha,Nebraska 68 1 83-0902 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Bid Closing Time&Date: 11:00 a.m. September 12,2007 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA DOUGLAS 4. If Federal Excise Tax applies,show amount of same and deduct. Exemption CIVIC CENTER, 1819 Famam Street,Omaha,NE 68 1 83-00 1 1 by the closing certificates will be furnished. Do not include tax in bid. date and time indicated in a sealed envelop marked BID ON:CITY OF OMAHA 35,000 GVW TRUCK CHASSIS&CAB 2. As evidence of good faith a bid bond or certified check must be submitted with 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. 3. Right is reserved to accept or reject any or all bids in their entirety and the 6. When submitting bid on items listed,bidder may on a separate sheet,make bidders shall have the right to appeal any decision to the City Council. Right is suggestions covering reduction in costs wherever this is possible through also reserved to accept or reject any part of your bid unless otherwise indicated redesign,change of material or utilization of standard items or quantity change. by you. 7. If you do not desire to bid,return sheets with reasons for declining. Failure to do so will indicate your desire to be renpv 'from our mailing list. If you desire a copy of tabulation,check here PLEASE DO NOT CALL FOR THIS INFORMATION Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated Truck chassis and cab,35,000 GVW(per Sewer Department 1 Each specifications,9 pages dated August 2007). • MAKE &MODEL OFFERED: ( ( raTs $ bM9/ E/6e-1T/)iIee 1fZ (OE ✓ vo $ g,C0 TOTAL OF ITEMS BID (5%Bid Bond on (5%bid bond to be based on this amount) this amount) Price to include parts books, service/maintenance manuals and engine emissions diagnostic test manuals per specifications.ti Delivery time per specifications: L!>E�/�of A ) /Z/407 Furnish descriptive information with bid(2 copies). Show any exceptions on the attached"Exceptions to Specifications"sheet. The bidder,by signing this bid sheet,certifies that all other specifications are being fulfilled. Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 1 ` PMB Page 2 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA 35,000 GVW TRUCK CHASSIS & CAB NOT AN ORDER QUANTITY DESCRIPTION EXTENSION The City will retain 10% on invoices until all manuals/software is delivered. The City reserves the right to adjustqu antities at time of order according to budget considerations. Unit prices are required. NOTE Each bid shall be accompanied by: (1)proof thatt he bidder holds,as oft he date oft he bid,a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act,Neb. Rev. Stat.Section 60-1401.01 et seq.;(2)name of the bidder's salesperson and prooft hat the bidder's salesperson holds,as oft he date oft he bid,a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act;an d,(3)name oft he manufacturer of the product and prooft hat the manufacturer holds,as oft he date of the bid, a Nebraska Motor Vehicle Manufacturers or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being rejected. FLEET DEFECTS A fleet defect is defined as the failure ofi dentical items covered by the warranty and occurring in the warranty period in a proportion of the vehicles delivered under this contract.F or deliveries of 10-60 vehicles,the proportion shall be 20%. For deliveries of fewer than 10 vehicles the fleet defectp rovision shall not apply. SCOPE OF WARRANTY PROVISIONS The manufacturer shall correct a fleet defect by providing parts and labor free of cost to the buyer. After correcting the defect,t he manufacturer shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program shall include inspection and/or correction of the potential or defective parts in all of the vehicles. The warranty on items determined to be fleet defects shall be extended for the time and/or miles oft he original warranty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 August 2007 SPECIFICATIONS FOR TRUCK CHASSIS AND CAB-SEWER JET (35,000 G.V.W.) GENERAL: This vehicle is to be the latest current model of standard design manufactured, complete with all standard equipment, tools and warranty. Bidders are to supply full description and descriptive materials on the unit bid with the proposal. Truck chassis and cab must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. Meet Specification - Please indicate-(if other explain on comment line). Yes No Other 1. GVW RATING PLATE ✓ A. Not less than 35,000 pounds. State GVWR 35 ° Other or Comment Yes No Other 2. CAB A. Combination steel and fiberglass with ventilator and tilt type hood assembly with stationary grille. ✓ B. Dual exterior cab grab handles. V C. Safety glass throughout. ►� D. To have air ride bucket seats for drivers and passenger side'. E. Dual sun visors and door locks. F. Fresh air heavy-duty hot water heater with dual defrosters. G. Seat belts. H. To have dual electric horns or air type horns. ►� I. Cab dimensions to be approximately: Shoulder room, 70.0 inches; and floor to headliner, 56.6 inches. ✓ J. Shall be equipped with AM-FM radio, mounted overhead. V K Interior finished to exclude excessive noise and weather. L. Floor coverings will be rubber-matting type. M. Insulated headliner. ✓ N. Factory installed air conditioning M. Two-way radio wiring with 20 amp fuse protection, includes ignition wire with 5 amp fuse with 10' coiled wire. Other or Comment Yes No Other 3. COLOR A. Cab,body and fenders will be standard City of Omaha orange. v' B. All paint will be base coat/clear coat acrylic,activator- hardened acrylic or polyurethane type. 1 nty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 August 2007 Other or Comment Yes No Other 4. MIRRORS A. Shall be equipped with right and left, outside mounted (West Coast or breakaway style) type 7.44"x 14.44" minimum, electric heated, fully adjustable mirrors, mounted on extension type brackets. Shall have a 7.44" minimum round or square mirror mounted on right and left sides of vehicle. Mirrors to be stainless steel or plastic. Other or Comment • Yes No Other 5. WHEEL BASE A. Wheel base minimum 192 inches. Other or Comment Yes No Other 6. FRAME ✓ A. Heavy-duty frame channel fabricated with 120,000 P.S.I. steel, 17.2 section modules, 1,800.00 R.B.M. minimum. V B. Frame shall have a minimum of a twenty(20") inch integral front frame extension with C-channel reinforcement or frame extension to have same RBM and section modules for mounting of crankshaft driven hydraulic pump frame. C. Must have clean frame from cab to front of rear driving wheels. ✓ D. Front cross member to meet specifications for SAE#C Hydraulic Pump. Other or Comment Yes No Other 7. CAB TO AXLE ✓ A. Cab to axle measurement minimum 120inches. Unit shall be set back axle design only, AF. minimum 70". Other or Comment Yes No Other 8. Front Bumper Delete front bumper. Other or Comment 2 will be rubber-matting type. M. Insulated headliner. ✓ N. Factory installed air conditioning M. Two-way radio wiring with 20 amp fuse protection, includes ignition wire with 5 amp fuse with 10' coiled wire. Other or Comment Yes No Other 3. COLOR A. Cab,body and fenders will be standard City of Omaha orange. v' B. All paint will be base coat/clear coat acrylic,activator- hardened acrylic or polyurethane type. 1 nty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 August 2007 Yes No Other 9. FUEL TANK A. One (1) forty-five (45) gallon safety type fuel tank, step type, frame mounted left side. Minimum of twenty-five (25) gallons of fuel when unit is delivered. Fuel tank not to extend behind back of cab. Other or Comment Yes No Other 10. LIGHTS A. Halogen high beam headlights with low beam: parking, dome, ✓ tail, back-up and stop lights. B. All clearance/marker, stop, turn, tail lights and backup lights are to be LED type. C. To have audible electric back up alarm. D. One(1) Target Tech 851 strobe light with amber lens mounted in the center of roof. Shall have dash mounted flush rocker style switch. The strobe light system shall be activated and protected by a 20 amp breaker installed in fuse box. The strobe light is only to be activated when the ignition key is in the on position. The system shall be protected by NAPA AR272 accessory relay. If the vehicle is not equipped with a plug in, an adapter will have to be used. No type of solenoid shall be used in the system. All strobe light wires are to be protected by plastic loom covering. Base for strobe light shall be 210846. E. Body builder wiring to rear of frame. Other or Comment Yes No Other 11. CONTROLS AND INSTRUMENTS A. Key locking starter switch. B. Head, parking and dome light switch, headlight-beam control, turn signal indicator light and high beam indicator light. C. Shall have speedometer. 1� D. Voltmeter, fuel, oil pressure, air pressure, coolant temperature, engine hour meter and R.P.M. gauges. E. To have oil change indicator light. F. All gauges shall be needle type located in dash panel. G. Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant - temperatures. Other or Comment 3 determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 August 2007 Yes No Other 12. WINDSHIELD WIPERS V A. Dual, intermittent, 2-speed electric, windshield wipers with dual windshield washer; all factory installed. Other or Comment Yes No Other 13. STEERING A. Manufacturer's standard with power steering for a 12,000 lb. ✓ front axle. B. Must have a tilt steering column with self-canceling turnsignals. Other or Comment Yes No Other 14.ENGINE A. Diesel engine with S.A.E. J-816-B rating. Minimum net horsepower of 225 H.P. and a minimum net torque of 660 foot pounds. Any of the following diesel engines are acceptable: • International Model DT 466, 230 HP at 2400 R.P.M. • Cummins, Model 8.3, 225 net H.P. at 2400 R.P.M. • MBE 906 230HP @ 2200 RPM 660 ft lb. torque B. Engine shall be equipped with cold weather starting aid. C. Engine noise levels must be within Federal O.S.H.A. Regulations. D. Engine shall be equipped with crankshaft adapter for attaching a hydraulic pump shaft drive. E. If unit has cruise control as part of a package, it is to be disconnected and switches on dash to be replaced with blank covers. F. Unit must have fast idle switch. Other or Comment Yes No Other 15.AIR CLEANER/FUEL FILTER A.Shall be equipped with the following: governor,heavy duty two-stage dry type air cleaner with inside-outside air control with in cab control and air filter dash indicator. Racor fuel/water separator filter with dash indicator light. Other or Comment 4 ressure, coolant temperature, engine hour meter and R.P.M. gauges. E. To have oil change indicator light. F. All gauges shall be needle type located in dash panel. G. Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant - temperatures. Other or Comment 3 determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 , r August 2007 Yes No. Other 16. BATTERY ✓ A. (3)Three twelve volt batteries must deliver a total of at least 1950 cold cranking amps. ✓ B. Jump start stud shall be provided. Other or Comment • Yes No Other 17. EXHAUST ✓ A. Shall be equipped with a horizontal muffler with a Right Side vertical exhaust system which will not interfere with a tool box mounted behind the cab. Other or Comment Yes No Other 18. ALTERNATOR A. 12 volt 130 amp. Minimum Delco or approved equal. Other or Comment Yes No Other 19. OIL FILTER A. Full flow with throwaway element. Other or Comment Yes No Other 20. COOLING A. Manufacturer's heaviest duty, cooling capacity system must be furnished. B. Coolant recovery system required. C. Ethylene glycol-base antifreeze protection to -30 degrees below zero Fahrenheit for all trucks delivered D. Engine Oil Cooler. ✓ E. Increased capacity with water filter and heavy-duty viscous fan drive 1,7 F. Radiator shall have P.T.O. cut out included. Other or Comment r/. ?To 13 l+C " -', ,1c1ej??ps C .ufet)7 Yes No Other 21. TRANSMISSION A. Allison Model 3500 RDS five-speed, automatic transmission, with PTO opening or approved equal. 5 y type air cleaner with inside-outside air control with in cab control and air filter dash indicator. Racor fuel/water separator filter with dash indicator light. Other or Comment 4 ressure, coolant temperature, engine hour meter and R.P.M. gauges. E. To have oil change indicator light. F. All gauges shall be needle type located in dash panel. G. Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant - temperatures. Other or Comment 3 determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 August 2007 B. To be equipped with heavy-duty high capacity transmission oil cooler mounted in front of radiator(approximate cooler size 12"x24" 1-1/2"). C. Shall also be equipped with auxiliary transmission oil filter mounted in return line from oil cooler of transmission. To have automatic neutral safety device. D. Shifter to be regular type, not push-button type. Other or Comment GI/ P�Js,e i°/r2✓ 6AJ Yes No Other 22. FRONT AXLE irr A. 12,000 lb. minmum capacity, I beam constructed. Other or Comment Yes No Other 23. REAR AXLE A. 23,000'pound minimum capacity, spiral bevel, single reduction type for on-off highway use, equipped with driver controlled traction differential. Air controls shall be mounted within easy easy reach of operator. Must be able to maintain 65 mph. Other or Comment Yes No Other 24. DRIVE LINE AND U-JOINTS A. Heavy duty drive line tube, main drive line U-joints, 1710 Spicer, minimum. Other or Comment Yes No Other 25. FRONT SPRINGS ✓ A. Minimum of 7,000 lbs. capacity at ground on each side of front. Other or Comment Yes No Other 26. REAR SPRINGS A. Minimum of 11,500 pound capacity at ground at each side of rear, plus leaf type auxiliary springs, minimum 2,250 pound capacity on each side of rear, minimum total 23,000 lbs. Other or Comment 6 with in cab control and air filter dash indicator. Racor fuel/water separator filter with dash indicator light. Other or Comment 4 ressure, coolant temperature, engine hour meter and R.P.M. gauges. E. To have oil change indicator light. F. All gauges shall be needle type located in dash panel. G. Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant - temperatures. Other or Comment 3 determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 • August 2007 Yes No Other 27. BRAKES - SERVICE A. Full air brakes with low air warning device. Air compressor minimum of thirteen point two (13.2) C.FM pressure oiled from truck engine. Dual air reservoirs, 5200 cubic inch ✓ capacity. B. Front brakes 15"x 4", "S" cam single anchor type minimum. Shall be equipped with Bendix Westinghouse Model AD-9 air dryer with electric heater. ✓ C. Rear brakes 16-1/2" x 7", "S" cam single anchor type minimum. t/ D. To have automatic adjusting Slack adjuster. Other or Comment Yes No Other 28. BRAKES - PARKING A. Piggy-back mounted spring actuated, with air operated dash mounted control. Other or Comment Yes No Other 29. WHEELS AND TIRES V A. Disc Hub Pilot wheels front and rear. Rear tires: 11R 22x5 heavy duty truck type 11 R 22x5, G rating minimum mounted on 8.25 inch rims. Mud and snow tread design. To have one V spare rim included. B. Front tires: Two heavy duty truck type 11 R 22x5, G rating minimum mounted on 8.25 inch rims. Highway tread design. Other or Comment Yes No Other 30. ADDITIONAL A. 120 volt, 1000 watt (Kim Hot Start), or approved equal, engine heater with three prong plug and weather tight receptacle mounted outside of engine compartment. B. It shall be the responsibility of the cab & chassis supplier to ✓ Ziebart rust proof the entire cab and chassis. C. No dealer decals. D. Auxiliary step right and left side for easy access into truck cab. Other or Comment 7 nt temperature, engine hour meter and R.P.M. gauges. E. To have oil change indicator light. F. All gauges shall be needle type located in dash panel. G. Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant - temperatures. Other or Comment 3 determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 August 2007 Yes No• Other 31. WARRANTY ✓ A. Regular manufacturer's standard warranty, manufacturer's statement of origin, and completed pre-delivery inspection ✓ certificates required with each unit delivered. B. The manufacturer's standard warranty shall be stated in the bid. • A minimum warranty of two years, 24,000 miles or other manufacturer's standard warranty, whichever is greater, is ✓ required. C. Manufacturer's written warranty including engine, transmission and differential must accompany delivered ✓ unites. D. The vendor will be responsible for providing all warranty work within twenty-five drivable miles from 72"d &Dodge. • If warranty work is not available within the above described, the vendor will be responsible for any cost including ✓ transportation. E. The vendor must be able to provide warranty work within 24 hours of 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 break down. If shipping by air is needed, the dealer will be responsible for any additional cost. Other or Comment Yes No Other 32. MANUALS A. Operators manuals must be furnished and accompany each unit delivered. B. All manuals must be furnished prior to payment and delivered failure to deliver all manuals that are ordered may result in non-payment of ten percent of purchase order total until all manuals are delivered. C. Manuals, P.C., Software must be current year for vehicle. D. The following manuals will be required: One complete parts book. One service/maintenance manual on all components of unit. One Engine Diagnostic Testing manual. Other or Comment 8 s. Other or Comment 3 determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 August 2007 Yes✓No Other 33.DIAGNOSTICS A. To supply the City with the latest Pro Link Scanner cartridges for the specific engine, transmission.and ABS type provided by the successful bid award winner. In addition, if the engine is a Cummins, an "Inline 5 USB kit" must be provided. Successful bidder will be required to contact Fleet Management in regard to ordering cartridges for the above. Other or Comment dE 57` T 'SUS13 16 `ie2, Yes No Other 34. SERVICE 6� A. Dealer's decals, stickers or other signs shall not be put on units; manufacturer's nameplates, stampings and other signs are acceptable. Other or Comment Yes No Other 35. DELIVERY ✓ A. Unit shall be delivered to the sewer jet manufacturing company within a 110 calendar day delivery time frame, complete and ready to operate. To be completely serviced, greased and oil levels at manufacturer's recommended capacity. V B. Bidder must state delivery time on bid sheet. Other or Comment • F. The vendor must be able to provide needed parts within 24 hours of break down. If shipping by air is needed, the dealer will be responsible for any additional cost. Other or Comment Yes No Other 32. MANUALS A. Operators manuals must be furnished and accompany each unit delivered. B. All manuals must be furnished prior to payment and delivered failure to deliver all manuals that are ordered may result in non-payment of ten percent of purchase order total until all manuals are delivered. C. Manuals, P.C., Software must be current year for vehicle. D. The following manuals will be required: One complete parts book. One service/maintenance manual on all components of unit. One Engine Diagnostic Testing manual. Other or Comment 8 s. Other or Comment 3 determined to exist or on the repair/replacementda to for corrected items. - NOTE: REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Departrnento f the Treasury. A certified check,an official bank check,or cashiers checks drawn on a national bank or a bank chartered under the laws of the state,pa yable to the city,or lawful money of the United States,o r a United States GovernmentB and(negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm: vG1 CQ T Y By: GCS.PJC . Title: (5 &--e- K.-e--p CONTINUATION SHEET Questions regarding this bid may be directed to Marc McCoy at (402)444-5878 or Joe Nissen at(402)444-4934. All 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 w_ww cii omauuha Ile us Click on"DEPARTMENTS",click on"HUMAN RIGHTS&RELATIONS",click on"PBE/DBE CERTIFIED DIRECTORY". All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and 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 and Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. *Refer any questions regarding the bid or specifications directly to the Purchasing Department at(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE)Payment Terms: ____(2_% IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Protected and/or Disadvantaged Business Checklist Items Listed Below must be submitted with Bid: 1. ❑ Exhibit A-completed Protected and/or Disadvantaged Business Disclosure Participation Form. All PBE/DBE Subcontractors submitted on Exhibit A must be certified with the City of Omaha Human Rights and Relations Department prior to the time of the bid opening. A current list is available on the City of Omaha's web site, www.ci.omaha.ne.us/Departments/Human Rights and Relations or can be requested through the Human Rights and Relations Department at 402-444-5055. 2. ❑ Verification in writing from each PBE/DBE Subcontractor showing that the PBE/DBE Subcontractor has agreed to perform the work identified on Exhibit A,Protected and/or Disadvantaged Business Disclosure Participation Form. Telephonic verifications will not be accepted. 3. ❑ For projects under$200,000.00 in construction costs, there is no PBE/DBE goal established. The Bidder is still required to fill out Exhibit"A" and Exhibit "B" and turn them in with his or her bid. Contact the City of Omaha Human Rights and Relations Department(402-444-5055) regarding any questions you might have. 4. ❑ Exhibit B—completed Contractor Employment Data Form. • Should the bidder fail to comply with the above, its bid will be subject to rejection. • • In Addition please review all the specifications and bid enclosures to be certain of a complete and compliant bid. Protected and Disadvantaged Business Enterprise Programs Who Qualifies as a Protected/Disadvantaged Business Enterprise? The term"Protected Business Enterprises"(PBE) is defined to be a business at least 51 percent of which is owned, controlled, and actively managed by protected class members (Black, Hispanic, Asian, or Pacific Islander, American Indian or Alaskan Native or Female). The term"Disadvantaged Business Enterprise" (DBE)is defined to be a small business that has been in existence for at least one year and has annual gross receipts of$150,000 or less. A DBE may include, but not limited to a business owned by a Protected class, but such business must meet two or other conditions set forth in the City of Omaha Contract Compliance Ordinance, Section 10-191, M (1)through(5). What are the benefits of becoming certified as a PBE/DBE? Certification as a PBE or DBE provides greater exposure for work opportunities on City of Omaha projects. The names of all certified PBE/DBE'S appear in the PBE/DBE directory, which is disseminated to local government agencies, contractors and to the public. City of Omaha contractors will use the PBE/DBE directory as a basic resource for soliciting Minority/Women/Small Business participation on City of Omaha Projects. The City of Omaha shall make every good-faith effort to award City contracts and City-assisted construction contracts to Disadvantaged Business Enterprises in amounts no less than 10%of the dollar volume of the applicable contracts awarded by the city. Other benefits include the authority, (but not a requirement), of the City Council to award a contract to a DBE that is not the lowest bidder. A contract or subcontract can be awarded to a DBE if determined by the City to be an acceptable cost higher than a competing lower bid except for specially assessed Projects. A DBE company may be awarded the contract over the lowest bidder as long as the cost differential does not exceed 3%. If your business is not certified with the City of Omaha and you are interested in becoming certified as a Protected and/or Disadvantaged Business Enterprise please contact the Human Rights and Relations Department at 402-444-5055. The PBE/DBE applications, Contract Compliance Report Form CC-I and a current PBE/DBE City of Omaha certified directory are located on the City of Omaha website, www.ci.omaha.ne.us. Click on departments. Click on Human Rights and Relations. IS Firm O/ /.-1.i 7l7�GA( ( p 7' i— Incorporated In( • fie.,. Delivery(or completion) Nam de, A.W.,( Signatur • ita Calendar days following award Title �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Contract Compliance Ordinance No. 35344, Section 10-192 Equal Employment Opportunity Clause During the performance of this contract, the contractor agrees as follows: 1. The contractor shall not discriminate against any employee applicant for employment because of race,religion, color, sex, national origin, or disability as defined by the Americans with Disabilities Act of 1990 and Omaha Municipal Code 13-89. The contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex or national origin. The contractor shall take all actions necessary to comply with the Americans with Disabilities Act of 1990 and Omaha Municipal Code(Chapter 13)including,but not limited to,reasonable accommodation. As used herein, the word "treated" shall mean and include, without limitation, the following: Recruited, whether advertising or by other means; compensated; selected for training, including apprenticeship;promoted; upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2. The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex or national origin. 3. The contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the contractor's commitments under the equal employment opportunity clause of the city and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The contractor shall furnish to the contract compliance officer all federal forms containing the information and reports required by the federal government for federal contracts under federal rules and regulations, and including the information required by section 10-192 to 10-194,inclusive, and shall permit reasonable access to his records. Records accessible to the contract compliance officer shall be those which are related to paragraphs (1) through(7) of this subsection and only after reasonable notice is given the contractor. The purpose of this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5. The contractor shall take such actions with respect to any subcontractor as the city may direct as a means of enforcing the provisions of paragraphs (1)through(7) herein, including penalties and sanctions for noncompliance; however, in the event the contractor becomes involved in or is threatened with litigation on as the result of such directions by the city, the city will enter into such litigation as is necessary to protect the interests of the city and to effectuate these provisions (of this division); and in the case of contracts receiving federal assistance, the contractor or the city may request the United States to enter into such litigation to protect the interests of the United States. 6. The contractor shall file and shall cause his subcontractors, if any to file compliance reports with the contractor in the same form and to the same extent as required by the federal government for federal contracts under federal rules and regulations. Such compliance reports shall be filed with the contract compliance officer. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of the contractor and his subcontractors. 7. The contractor shall include the provisions of paragraphs (1) through(7)of this section, "Equal Employment Opportunity Clause,"and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. �ip�// f � /� Phon /�7�5q y O4I((Q Fax 5" z_-zzey? Addres4522 5,,/�Cr e 3L/ �/ e4 oc) EEO /37 J0,1 fill Street/PO Box Ci J �,/ State Zi. , E-Mail Address /h�C//14 @ O �` ( Itt kit/VI y with the requirements of these faith effort to meet said goal. PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will 5. Bidders are informed that price alone does not meet the City of Omaha's percentage goals set forth constitute an acceptable basis for rejecting 1 in the PBE/DBE specifications for participation by PBE/DBE bids unless the Bidder can demonstrate Protected and/or Disadvantaged Business that no reasonable price can be obtained from a A-2 PBE/DBE Doc.12/5/02 i I 1 ey,call 1-800-421-3880 or contact us at www.stpaultravelersbond.com.Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. • • • WARNING:THIS POWER OF ATTORNEY.IS INVALID WITHOUT THE RED BORDER 1 F 0) .. 0 I , ... - / / . — — — — — 4= — —44 , 4=, i . . 2/---.=-44-,-L1--I--,,4,., 1 I LOT 11 NORTH PARK 2ND!ADDITION ft'...... >,..', i .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 UTILIZATION OF PROTECTED AND/OR DISADVANTAGED BUSINESS ENTERPRISES • k. Protected and/or Disadvantaged Business Enterprise(PBE/DBE)Participation Contract Specifications Pursuant to City of Omaha Contract Compliance Ordinance. • 1. It is the policy of the City of Omaha that Protected and/or Disadvantaged Business Enterprises shall have the maximum practicable opportunity to participate in the City of Omaha projects. Consequently,the PBE/DBE requirements of Contract Compliance Ordinance apply to this solicitation. In this regard,the Contractor to whom any award of this solicitation is made shall take all necessary and reasonable steps in accordance with this solicitation to ensure that Protected and/or Disadvantaged Business Enterprises have the maximum opportunity to participate in the Contract. The Contractor shall not discriminate on the basis of race, color,national origin,sex,religion,age or disability in the award or performance of any contract or subcontract resulting from or relating to this solicitation. Failure to carry out the pre-award requirements of these PBE/DBE specifications will be sufficient ground to reject the Bid. Failure of the Contractor to carry out the requirements of the PBE/DBE specifications shall constitute a material breach of the contract and may result in termination of the contract. The Contractor shall use its best efforts to carry out the PBE/DBE policy consistent with efficient performance on the project. 2. Bidders are hereby informed that the city of Omaha has established goals for the participation of Protected and/or Disadvantaged Business Enterprises in all contracts that it awards. Subcontracts awarded,by the Bidder that is successful in solicitation,to firms owned by Protected and/or Disadvantaged Business Enterprises is essential to the achievement of the City of Omaha's PBE/DBE goals. Therefore, to be considered for award,Bidders must comply with the requirements of these PBE/DBE specifications. By submitting his/her bid, each Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set forth in the PBE/DBE specifications for participation by Protected and/or Disadvantaged Business Enterprises in the performance of any contract resulting from this solicitation or,as an alternative, that the contractor has made or will make good faith efforts toward meeting the PBE/DBE goals,and will demonstrate to the City of Omaha's satisfaction that the contractor has made such efforts. Bidders must submit with their bids, on the form set forth in the PBE/DBE specifications,the names,respective scope of work, and the dollar values of each PBE/DBE subcontractor that the Bidder proposes for participation in contract work. In any case, Exhibits"A"and"B"must be submitted with the bid. If the information so submitted indicates that the City of Omaha goals will not be met,the Bidder shall submit good faith efforts documentation with their bid. The evidence must show to the City of Omaha's satisfaction that the bidder has in good faith made every reasonable effort,in the City of Omaha's judgment,to meet such goals. If any bidder fails to submit, with the bid,the required information concerning PBE/DBE participation, or if,having failed to meet the City of Omaha's goals or fails to demonstrate to the City of Omaha's satisfaction the bidder's good faith efforts to do so, the City of Omaha may, in its discretion,reject the bid. 3. Protected and/or Disadvantaged Business Enterprise Goals. Bidders are hereby informed that pursuant to Sec. 10-200 and Executive Order No. F-1 1-02 the City of Omaha has a PBE Participation goal of no less than 13%and a DBE participation goal of no less than 10%of the dollar volume of all the contracts that it awards. All bidders shall make every good faith effort to meet said goals. 4. The City of Omaha shall set specific goals for all contracts over$200,000 to assist it in meeting its overall PBE/DBE goals set forth above. The City of Omaha has established a PBE/DBE goal of %of the dollar amount of the bid(Bid Total) for this contract(if said contract is anticipated to be over$200,000). Bidders shall make every good faith effort to meet said goal. 5. Bidders are informed that price alone does not constitute an acceptable basis for rejecting PBE/DBE bids unless the Bidder can demonstrate that no reasonable price can be obtained from a PBE/DBE. A Bidder's failure to meet the PBE/DBE goal or to show reasonable efforts to that end will,in the City of Omaha's discretion,constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to, some or all of the following: a. Attendance at the pre-bid conference, if any; b. Follow-up of initial solicitations of interest by contacting PBE/DBEs to determine with certainty whether the PBE/DBEs are interested; c. Efforts made to select portions of the work(including where appropriate, breaking down contracts into economically feasible units)proposed to be performed by PBE/DBEs in order to increase the likelihood of achieving the PBE/DBE goals; and, d. Efforts to negotiate with PBE/DBEs for specific sub-bids,including at a minimum: (1) The names,addresses,type of work to be subcontracted,and telephone numbers of PBE/DBEs that were contacted; (2) A description of the information provided to PBE/DBEs regarding the plans and specifications for portions of the work to be performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 • f. Notification, in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; g. Concerning each PBE/DBE the Bidder contacted but rejected as unqualified,the reasons for the Bidder's conclusion; h. Efforts made to assist the PBE/DBEs contacted that needed assistance in obtaining bonding,lines of credit, of insurance required by the Bidder of the City of Omaha; i. Designation, in writing,of a liaison officer who administers the Bidder's Protected and/or Disadvantaged Business utilization program; j. Expansion of search for PBE/DBEs to a wider geographic area than the area in which the Bidder generally seeks subcontractors if use of the customary solicitation area does not result in meeting the goals by the Bidder;and, k. Utilization of services of available protected community organizations,protected contractor's group,local,state, and federal minority business assistance offices, and other organizations that provide assistance in the recruitment and placement of PBE/DBEs. 6. The Bidder must comply with the following: a. Prior to award of this Contract all Bidders shall submit Exhibit"A,"Protected and/or Disadvantaged Business Disclosure Participation Form. Exhibit"A"must be submitted with the bid. Bidder must also submit a copy of the written bid submitted by the PBE/DBE subcontractor to the Bidder or other verification in writing from the PBE/DBE subcontractor that • said subcontractor has agreed to perform the subcontracting work identified in the bid submitted by the Bidder. b. If Bidder fails to meet the goals set forth above, Good Faith Efforts Documentation must be submitted with bid: c. Also, prior to award of this contract all Bidders must submit Exhibit"B"Contractor employment data form with the bid. d. The Bidder and any of its subcontractors that have been designated by the Bidder as PBE and/or DBE must have been approved as such by the Human Rights and Relations Department prior to bid opening on the project. e. After bid opening and during contract performance, Bidders and the Contractor,as the case may be,are required to make every reasonable effort to replace a PBE/DBE subcontractor that is determined to be unable to perform successfully or is not performing satisfactorily, with another PBE and/or DBE,prior to substituting such PBE/DBE,the Contractor shall seek approval from the Human Rights and Relations Department. The City of Omaha's Relations Department Director or a designee, shall approve all prior substitutions in writing in order to ensure that the substituted firms are bona fide PBE/DBEs. f. In the event of the Contractor's non-compliance with the Protected and/or Disadvantaged Business Enterprise requirements of this Contract,the City of Omaha shall impose such contract sanctions as it may determine to be appropriate,including,but not limited to: (I) Rejection of the Bid (2) Withholding of payments to the Contractor until the Contractor complies;and/or (3) Cancellation,termination or suspension of the Contract,in whole or in part;or (4) Any other penalty set forth in the City of Omaha's Contract Compliance Ordinance. 7. For the information of Bidders,Contract Compliance Ordinance outlines the City of Omaha's rules, guidelines and criteria for(a) making determinations as to the legitimacy of PBE/DBEs, (b) ensuring that contracts are awarded to Bidders that meet PBE/DBE goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 EXHIBIT "A" PROTECTED AND/OR DISADVANTAGED BUSINESS DISCLOSURE PARTICIPATION FORM THIS FORM MUST BE SUBMITTED WITH THE BID In the performance of this contract,the contractor proposes and agrees to make good faith efforts to contract with eligible City of Omaha certified PBE and/or DBEs. Should the below listed PBE and/or DBE subcontractor be determined to be unable to perform successfully or is not performing satisfactorily, the Contractor shall obtain prior approval from the Human Rights and Relations Department Director or a designee, for substitution of the below listed subcontractor with a City of Omaha certified PBE and/or DBE. In submitting this form, the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the program the opportunity to submit bids on this project. Type of work and Projected contract item or commencement Name of PBE parts thereof to be and completion 'Agreed price with and/or DBE Address performed date of work PBE/DBEs Percentage(%) • Totals 'Dollar value of each PBE/DBE agreement must be listed in the"Agreed Price"column;total in this column must equal the PBE/DBE goals. CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to be bound by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits, regarding PBE/DBE,and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with Protected and/or Disadvantaged business enterprise(s)(which are otherwise deemed by the City of Omaha to be technically responsible to perform the work)listed in the PBE/DBE Specifications at the price(s)set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false,or if there is a failure by the successful bidder(i.e. the . Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 EXHIBIT "B" CONTRACTOR EMPLOYMENT DATA BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING WORKFORCE DATA WITH EACH BID (Protected Class as defined as Black,H ispanic,Asian and Pacific Islander,American Indian or Alaskan Native, Female) Total Employees Protected Class Males Protected Class Females Date Total Total Black Hispanic Asian or American Black Hispanic Asian or American Work Protected Pacific Indian or Pacific Indian or Force Class Islander Alaskan Islander Alaskan Native Native W/947 i(t6 3 38 Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department at(402)444-7155 or as shown on bid. All bidders awarded a contract in the amounto f$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights and Relations Department the Contract Compliance Report(Form CC-1). This reports hall be in effect for 24 months from the date received bythe Human Rights and Relations Department. Any question regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055: (Please print legibly or type) Firm's Name: at fi4 //"i) j<' l- ic-rt✓ 9i ( 0 /�J)_�/� / f / ((Date of Si Signature: VU"�fi�'t�N rI .S c /sr ` (Print Name) (Title) (Signature) achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to be bound by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits, regarding PBE/DBE,and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with Protected and/or Disadvantaged business enterprise(s)(which are otherwise deemed by the City of Omaha to be technically responsible to perform the work)listed in the PBE/DBE Specifications at the price(s)set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false,or if there is a failure by the successful bidder(i.e. the . Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 • EXHIBIT "C" QUARTERLY REPORT ON PROTECTED AND/OR DISADVANTAGED BUSINESS ENTERPRISES • This form must be submitted within 10 calendar days of the end of each calendar quarter, from the start of the project. Company Name: Project Number: Project Name: Total Contract Amount: Calendar Quarter Covered by this Report: 1st 3rd —2nd 4th Year200_ I. Protected and/or Disadvantaged Contractors Instructions: List all Protected and/or Disadvantaged Subcontractors which have performed work since Notice to Proceed (NTP), are currently performing work, and are contemplated to perform work during the duration of the City of Omaha Contracts. Name and total dollars committed and paid. Name of Protected and/or Disadvantaged Dollars Paid During Dollars Paid Since Business Enterprise Work Assignment Dollars Committed Quarter (NTP)to Date Compliance Report(Form CC-1). This reports hall be in effect for 24 months from the date received bythe Human Rights and Relations Department. Any question regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055: (Please print legibly or type) Firm's Name: at fi4 //"i) j<' l- ic-rt✓ 9i ( 0 /�J)_�/� / f / ((Date of Si Signature: VU"�fi�'t�N rI .S c /sr ` (Print Name) (Title) (Signature) achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to be bound by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits, regarding PBE/DBE,and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with Protected and/or Disadvantaged business enterprise(s)(which are otherwise deemed by the City of Omaha to be technically responsible to perform the work)listed in the PBE/DBE Specifications at the price(s)set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false,or if there is a failure by the successful bidder(i.e. the . Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered meets all specifications as set forth in the bid. Name (print): 0a', Wit f/'vce ( I V Signed: Title: c� The equipment offered meets all specifications with the following exceptions: (Please use separate sheet if more room is needed). 2 / • Bvi'7 �u.r Failure to list exceptions may be cause for equipment to be rejected at time of delivery. Name (print): O'u-4/0 7/2JCJ CaltcZk" Signed: 1g Title: W O CD `O� n , `N N O� O N O - , • \ l•r 0 i ND OF SECTION - I I I I S.P.- 5 7 of 7 I #M9906 ect OPW 51387 Mayor Mayor r,` MAILED ATE1v1A.L._D /)//I&7 i I ❑000O<=ICI0G7L]1®0D®ao©Wllnii:E1Q41®tOe6]O014=3 00=El O 1:=o 0 o001-1 j ° ❑ FEE $ 10 . 00 NO2007 ° STATE OF NEBRASKA 11 °. MOTOR VEHICLE INDUSTRY LICENSING BOARD ° i11 . i 1 0 o SALESPERSON a o LICENSE J o °° o WILLIAM S. JACKSON, EXECUTIVE DIRECTOR OF NEBRASKA MOTOR VEHICLE INDUSTRY LICENSING BOARD DO HEREBY CERTIFY o o [II THAT MICHAEL R NOON - .. ° 600 OAKLAND DRY ‘6.., o COUNCIL BLUFFS, IA t $03 ° a o � IL !; o ° DL-00773 'I r."1 9 ° a o . OMAHA TRUCK CENTER 'u a ° �°1 10710 I ST i �J o PO BOX 27379 - I' I1 i ri OMAHA, NE 11.. L11 ,o i4iiia� ���ii12147-, — 111 1111— r Q III IlI I� o 1111IF. :1 1 ti 0 �( to%- 0 1 IS DULY LICENSED'TO ENGAGE IN THE ACTIVITIES AS INDICATED ABOVE, IN 0, ACCORDANCE WITH CHAPTER 60, ARTICLE 14. R.R.S 1943, AS AMENDED, ° . SUBJECT TO THE LIMITATIONS IMPOSED BY LAW DURING THE CALENDAR • YEAR OF 2007. o ° I o - I ; oUSTRy� ‘1... ° 0 ;>. STATE OF ; x fj. U� �, ° : El NEBRASKA. ooGI i N o 0 • .•- n • i 1-1 .1.1- ••.. • •••.04)4 n EXECUTIVE DIRECTOR LJ o 1�,1p Q 4 ° ° ; n_' ���������� • o a ° ° . o �° THIS LICENSE MUSTBE,PROMINENTLY DISPLAYED 018 6.4� n oo °❑ °°o°°dRodoaou°da°ooa�aoc»ao°°o°°o ° cations and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with Protected and/or Disadvantaged business enterprise(s)(which are otherwise deemed by the City of Omaha to be technically responsible to perform the work)listed in the PBE/DBE Specifications at the price(s)set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false,or if there is a failure by the successful bidder(i.e. the . Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 . i • r000aaooaoaaooar--1aooaooa000a0000aaooaoo.a000"1 a a 'FEE $ 10 r a [iiYf; NO.DL-00773 • a a a 0.: STATE OF NEBRASKA riMOTOR VEHICLE INDUSTRY LICENSING BOARD o M / \ 0 , o a 0 SUPPLEMENTAL a 0 o LICENSE J o Q Ij a o aa WILLIAM S. JACKSON. EXECUTIVE DIRECTOR non OF NEBRASKA MOTOR VEHICLE INDUSTRY LICENSING BOARD DO HEREBY CERTIFY U !' o a a • THAT ✓ OMAHA TRUCK CENTER, INC. WITH PRINCIPAL PLACE I o o OF BUSINESS LOCATED A 110710 I STREET AND AN a ri o ADDITIONAL PLACE AT 4. 1ji, SOUTH 108TH STREET, a a 0 BOTH IN OMAHA, NEBRAS : I 68127 a a 'rat;' ,I rl o o a 1 o a I. I A 0 I, rIii acy a 0 iiiiii.ii.,i I ., __ 11111 11 A: !i! N 6 III IIII (If .`,,r,. O ' nr III i a u i sie '., :i , ti.-,x,. o 0 IS DULY LICENSED TO ENGAGE IN THE ACTIVITIES AS INDICATED ABOVE, IN N . °: ACCORDANCE WITH CHAPTER 60, ARTICLE 14 R.R.S 1943, AS AMENDED, ° • . 0 SUBJECT TO THE LIMITATIONS IMPOSED BY LAW DURING. THE CALENDAR ° . a YEAR OF 2007. . a a a • Q s.._,s`.�,.,�` 11 UST 4 a �\NU....RY( �1. B `_: STATE OF . `/ - I oi Y • ,yWil; : c)I at 8 . NEBRASKA : ,. r, Y ; : o0 LI . ._. t.'" 1I ••. •..��� � O" a .• EXECUTIVE DIRECTOR • o �1 1 td • •": a a d a a( a I�I a J THIS LICENSE MUST BE PROMINENTLY DISPLAYED 018 2 8 ❑000aoaar1aaoaooaaooaoaor�oeoaooaa000000— DO- tion of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false,or if there is a failure by the successful bidder(i.e. the . Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA, NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 2 A proposal for CITY OF OMAHA Prepared by OMAHA TRUCK CENTER, INC. Michael Noon Aug 30, 2007 M2 106V CONVENTIONAL CHASSIS r I Application Version 6.3.310 08/30/2007 1:46 PM Data Version PRL-72B.011 CCIESZETED/ coo09 Page 1 of 14 - , • \ l•r 0 i ND OF SECTION - I I I I S.P.- 5 7 of 7 I #M9906 ect OPW 51387 Mayor Mayor r,` MAILED ATE1v1A.L._D /)//I&7 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER, INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET OMAHA, NE 68183-0011 OMAHA, NE 68127 Phone:402-444-5408 Phone:402-592-0440 • • SPECIFICATION PROPOSAL Weight Weight Data Code Description Front Rear Retail Price Price Level PRL-72B M2 PRL-72B(EFF:04/03/07) N/C Data Version DRL-011 SPECPRO21 DATA RELEASE VER 011 N/C Vehicle Configuration — —� ---__.. 001-173 M2 106V CONVENTIONAL CHASSIS 5,870 3,600 $72,112.00 004-208 2008 MODEL YEAR SPECIFIED N/C 002-004 SET BACK AXLE-TRUCK STD 019-002 STRAIGHT TRUCK PROVISION STD 003-001 LH PRIMARY STEERING LOCATION STD . General Service - _ . __ AA1-002 TRUCK CONFIGURATION STD AA6-001 DOMICILED,USA 50 STATES (WITH CALIFORNIA) STD A85-010 UTILITY/REPAIR/MAINTENANCE SERVICE N/C A84-1GM GOVERNMENT BUSINESS SEGMENT N/C AA4-002 LIQUID BULK COMMODITY N/C AA5-002 TERRAIN/DUTY: 100%(ALL)OF THE TIME, IN STD TRANSIT, IS SPENT ON PAVED ROADS AB1-008 MAXIMUM 8%EXPECTED GRADE STD AB5-001 SMOOTH CONCRETE OR ASPHALT PAVEMENT- STD MOST SEVERE IN-TRANSIT(BETWEEN SITES) ROAD SURFACE 995-091 MEDIUM TRUCK WARRANTY STD A66-99D EXPECTED FRONT AXLE(S)LOAD: 12000.0 lbs A68-99D EXPECTED REAR DRIVE AXLE(S)LOAD: 23000.0 lbs A63-99D EXPECTED GROSS VEHICLE WGT CAPACITY: 35000.0 lbs - - - Truck Service _� . -- __ ___ _ _. .- ,_ _ _ .___. _.. AA3-034 SEWER/INDUSTRIAL VACUUM BODY N/C Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-728.011 coo09 Page 2 of 14 TOR • o �1 1 td • •": a a d a a( a I�I a J THIS LICENSE MUST BE PROMINENTLY DISPLAYED 018 2 8 ❑000aoaar1aaoaooaaooaoaor�oeoaooaa000000— DO- tion of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false,or if there is a failure by the successful bidder(i.e. the . Contractor) to implement the stated agreements, intentions, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Rrepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA, NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 . • Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price AB3-998 NO REAR CROSSMEMBER RECESS LOCATION STD AF7-99D EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME"XX"INCHES: 32.0 Engine 101-2G8 MBE900-230 7.2L 230 HP @ 2200 RPM,2500 GOV, $1,091.00 620 LB/FT @ 1200 RPM _ Engine Equipment 99C-009 2007 EPA/CARB EMISSION CERTIFICATION STD 105-001 ENGINE MOUNTED OIL CHECK AND FILL STD 133-004 ONE PIECE VALVE COVER STD 014-102 SIDE OF HOOD AIR INTAKE WITH FIREWALL $289.00 MOUNTED DONALDSON AIR CLEANER AND UNDER HOOD BLEND AIR DOOR 124-1DK DR 12V 160 AMP 24-SI QUADRAMOUNT PAD STD ALTERNATOR 292-058 (3)ALLIANCE MODEL 1031, GROUP 31, 12 VOLT 40 10 $207.00 MAINTENANCE FREE 2280 CCA THREADED STUD BATTERIES 290-017 BATTERY BOX FRAME MOUNTED STD 282-003 SINGLE BATTERY BOX FRAME MOUNTED LH SIDE N/C BACK OF CAB 291-001 FRAME GROUND RETURN FOR BATTERY CABLES STD 289-001 NON-POLISHED BATTERY BOX COVER STD 295-026 POSITIVE AND NEGATIVE POSTS FOR JUMPSTART 2 $83.00 MOUNTED NEAR/ON BATTERY TRAY/BOX 107-005 WABCO 15.5 CFM AIR COMPRESSOR STD 131-010 STEEL AIR COMPRESSOR DISCHARGE LINE WITH STD INTEGRAL QUICK CONNECT SYSTEM CHARGING VALVE 152-041 ELECTRONIC ENGINE INTEGRAL SHUTDOWN STD PROTECTION SYSTEM 128-998 NO RETARDER STD 016-1BU RH OUTBOARD UNDER STEP MOUNTED 70 30 $679.00 HORIZONTAL AFTERTREATMENT DEVICE WITH RH CAB MOUNTED VERTICAL TAILPIPE 28F-002 ENGINE AFTERTREATMENT DEVICE,AUTOMATIC STD OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH 239-038 11'06"(138"+0/-5")EXHAUST SYSTEM HEIGHT N/C 237-1CR RH CURVED VERTICAL TAILPIPE B-PILLAR N/C MOUNTED ROUTED FROM STEP 242-011 ALUMINUM AFTERTREATMENT N/C DEVICE/MUFFLER/TAILPIPE SHIELD(S) Application Version 6.3.31 �� 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 3 of 14 ns, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER, INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA,NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 273-018 HORTON DRIVEMASTER ON/OFF FAN DRIVE STD 276-001 AUTOMATIC FAN CONTROL WITHOUT DASH STD SWITCH,NON ENGINE MOUNTED 110-040 MBE FUEL FILTER STD 118-001 FULL FLOW OIL FILTER • STD 120-033 POWER COOL PLAIN COOLANT FILTER 10 $165.00 266-027 1000 SQUARE INCH ALUMINUM RADIATOR 20 STD 103-036 ANTIFREEZE TO-34F,ETHYLENE GLYCOL PRE- STD CHARGED SCA HEAVY DUTY COOLANT 171-003 RUBBER COOLANT HOSES STD 172-001 CONSTANT TENSION HOSE CLAMPS FOR STD COOLANT HOSES 270-010 RADIATOR DRAINCOCK STD 360-016 1310 ADAPTER FLANGE FOR FRONT PTO STD PROVISION 138-011 PHILLIPS-TEMRO 1000 WATT/115 VOLT BLOCK 4 $126.00 HEATER 140-053 BLACK PLASTIC ENGINE HEATER RECEPTACLE N/C MOUNTED UNDER LH DOOR 134-001 ALUMINUM FLYWHEEL HOUSING STD 132-004 ELECTRIC GRID AIR INTAKE WARMER 10 $352.00 155-058 DELCO 12V 38MT HD STARTER WITH INTEGRATED STD MAGNETIC SWITCH Transmission ,- 342-584 ALLISON 3500 RDS AUTOMATIC TRANSMISSION 140 40 $11,599.00 WITH PTO PROVISION Transmission Equipment 343-021 WTEC CALIBRATION-5 SPEED RDS (PACKAGE 114) N/C 353-026 VEHICLE INTERFACE WIRING AND PDM WITH BODY $266.00 BUILDER CONNECTOR,BACK OF CAB 34C-998 NO AUX/ACC TRANSMISSION WIRING STD 362-998 NO MAIN TRANSMISSION MOUNTED PTO STD 363-998 NO PTO MOUNTING LOCATION SPECIFIED STD 341-018 MAGNETIC PLUGS,ENGINE DRAIN,TRANSMISSION N/C DRAIN,AXLE(S)FILL AND DRAIN 345-003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, N/C DASH MOUNTED 370-015 WATER TO OIL TRANSMISSION COOLER, IN N/C RADIATOR END TANK 346-003 TRANSMISSION OIL CHECK AND FILL WITH N/C ELECTRONIC OIL LEVEL CHECK Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 4 of 14 Version PRL-726.011 coo09 Page 3 of 14 ns, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA,NE 68183-0011 OMAHA, NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price • Front Axle and Equipment 400-1A6 AF-12.0-3 12,000#FF1 71.5 KPI/3.74 DROP SINGLE STD FRONT AXLE 402-020 MERITOR 15X4 Q+CAM FRONT BRAKES STD • 403-002 NON-ASBESTOS FRONT BRAKE LINING STD 419-023 CONMET CAST IRON FRONT BRAKE DRUMS STD 409-021 CHICAGO RAWHIDE SCOTSEAL PLUS XL FRONT • STD OIL SEALS 408-001 VENTED FRONT HUB CAPS-OIL STD 416-022 STANDARD SPINDLE NUTS FOR ALL AXLES STD 405-002 MERITOR AUTOMATIC FRONT SLACK ADJUSTERS STD 536-050 TRW THP-60 POWER STEERING STD 539-003 POWER STEERING PUMP STD 534-015 2 QUART SEE THROUGH POWER STEERING STD RESERVOIR Front Suspension + 620-003 14,600#FLAT LEAF FRONT SUSPENSION 240 $245.00 619-004 GRAPHITE BRONZE BUSHINGS WITH SEALS- N/C FRONT SUSPENSION Rear Axle and Equipment 420-051 RS-23-160 23,000#R-SERIES SINGLE REAR AXLE 180 $562.00 421-614 6.14 REAR AXLE RATIO N/C 424-001 IRON REAR AXLE CARRIER WITH STANDARD AXLE STD HOUSING 386-013 17T MERITOR MAIN DRIVELINE WITH HALF ROUND 40 40 $274.00 YOKES 452-001 DRIVER CONTROLLED TRACTION DIFFERENTIAL- 20 $735.00 SINGLE REAR AXLE 878-018 (1)DIFFERENTIAL LOCK CONTROL VALVE FOR N/C SINGLE DRIVE AXLE 87B-004 BLINKING LAMP WITH EACH MODE SWITCH, N/C DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE 595-046 CASTROL TRANSYND SYNTHETIC AUTOMATIC $181.00 TRANSMISSION OIL 423-020 MERITOR 16.5X7 0+CAST SPIDER CAM REAR STD BRAKES, DOUBLE ANCHOR,FABRICATED SHOES 433-002 NON-ASBESTOS REAR BRAKE LINING STD 434-011 BRAKE CAMS AND CHAMBERS ON FORWARD SIDE STD OF DRIVE AXLE(S) 451-023 CONMET CAST IRON REAR BRAKE DRUMS STD Application Version 6.3.310 _ 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 5 of 14 coo09 Page 4 of 14 Version PRL-726.011 coo09 Page 3 of 14 ns, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER, INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA,NE 68183-0011 OMAHA, NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 440-021 CHICAGO RAWHIDE SCOTSEAL PLUS XL REAR OIL STD SEALS 426-074 HALDEX GOLDSEAL LONGSTROKE 1-DRIVE AXLE -20 STD SPRING PARKING CHAMBERS 428-002 MERITOR AUTOMATIC REAR SLACK ADJUSTERS STD Rear Suspension 622-003 23,000#FLAT LEAF REAR SPRING SUSPENSION 80 $680.00 WITH HELPER AND RADIUS ROD • 621-001 SPRING SUSPENSION-NO AXLE SPACERS STD 431-001 STANDARD U-BOLT PAD STD 623-005 FORE/AFT CONTROL RODS N/C Brake System 018-002 AIR BRAKE PACKAGE STD 490-100 WABCO 4S/4M ABS WITHOUT TRACTION CONTROL STD ENHANCEMENT 871-001 REINFORCED NYLON, FABRIC BRAID AND WIRE STD BRAID CHASSIS AIR LINES 412-001 STANDARD BRAKE SYSTEM VALVES STD 432-003 RELAY VALVE WITH 5-8 PSI CRACK PRESSURE,NO STD REAR PROPORTIONING VALVE 480-009 BW AD-9 BRAKE LINE AIR DRYER WITH HEATER 40 $413.00 460-001 STEEL AIR BRAKE RESERVOIRS STD 477-001 PULL CABLE ON WET TANK, PETCOCK DRAIN STD VALVES ON ALL OTHER AIR TANKS Trailer Connections 335-006 UPGRADED CHASSIS MULTIPLEXING UNIT STD MOUNTED UNDER CAB 32A-002 UPGRADED BULKHEAD MULTIPLEXING UNIT STD Wheelbase & Frame 545-487 4875MM(192")WHEELBASE N/C 546-101 11/32"X 3-1/2"X 10-15/16"STEEL FRAME(8.73MM X 250 $781.00 277.8MM/.344"X 10.94")120KSI 552-037 1775MM(70")REAR FRAME OVERHANG N/C 55W-006 FRAME OVERHANG RANGE:61"TO 70" 20 N/C 549-002 24"INTEGRAL FRONT FRAME EXTENSION ($167.00) 553-001 SQUARE END OF FRAME STD 559-001 STANDARD WEIGHT ENGINE CROSSMEMBER STD 572-001 STANDARD REARMOST CROSSMEMBER STD 565-001 STANDARD SUSPENSION CROSSMEMBER STD Chassis Equipment Application Version 6.3.310 .- • 08/30/2007 1:46 PM Data Version PRL-72B.011 coo09 Page 6 of 14 5 of 14 coo09 Page 4 of 14 Version PRL-726.011 coo09 Page 3 of 14 ns, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET ' OMAHA, NE 68183-0011 OMAHA, NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price • 556-997 OMIT FRONT BUMPER,CUSTOMER INSTALLED ($305.00) SPECIAL BUMPER, DOES NOT COMPLY WITH FMCSR 393.203 574-001 BUMPER MOUNTING FOR SINGLE LICENSE PLATE STD 551-007 GRADE 8 THREADED HEX HEADED FRAME STD FASTENERS 605-011 FEPTO PUMP MOUNTING FLANGE(SAE C)FOR $334.00 EATON SERIES 54 PUMP Fuel Tanks 206-998 NO RH FUEL TANK -80 -20 N/C 204-150 50 GALLON/189 LITER ALUMINUM FUEL TANK-LH 80 20 N/C 218-001 23"DIAMETER FUEL TANK(S) STD 215-005 PLAIN ALUMINUM/PAINTED STEEL STD FUEUHYDRAULIC TANK(S)WITH PAINTED BANDS 212-007 FUEL TANK(S)FORWARD STD 205-001 FUEL TANK CAP(S) STD 122-078 ALLIANCE FUEL FILTER/WATER SEPARATOR WITH 15 $151.00 INDICATOR LIGHT 216-020 EQUIFLO INBOARD FUEL SYSTEM STD 202-003 REINFORCED NYLON FUEL HOSE STD 221-998 NO FUEL COOLER STD Tires 514-021 11R22.5 14 PLY RADIAL FRONT TIRES N/C 093-0H4 GOODYEAR G149 RSA 11R22.5 14 PLY RADIAL 24 ($16.00) FRONT TIRES 516-021 11R22.5 14 PLY RADIAL REAR TIRES N/C 094-0FE GOODYEAR G164 RTD 11R22.5 14 PLY RADIAL 60 $84.00 REAR TIRES 510-0FE GOODYEAR G164 RTD 11R22.5 14 PLY RADIAL $523.00 SPARE TIRE , _ Hubs _ . . 418-045 CONMET PRE-SET BEARING IRON FRONT HUBS STD 450-045 CONMET PRE-SET BEARING IRON REAR HUBS STD Wheels ' 502-411 ACCURIDE 28408 22.5X8.25 10-HUB PILOT 2-HAND STD STEEL DISC FRONT WHEELS 505-411 ACCURIDE 28408 22.5X8.25 10-HUB PILOT 2-HAND STD STEEL DISC REAR WHEELS 511-411 ACCURIDE 28408 22.5X8.25 10-HUB PILOT 2-HAND $167.00 STEEL DISC SPARE WHEEL Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-72B.011 coo09 Page 7 of 14 a Version PRL-72B.011 coo09 Page 6 of 14 5 of 14 coo09 Page 4 of 14 Version PRL-726.011 coo09 Page 3 of 14 ns, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA, NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price ' Cab Exterior " 829-071 106"BBC FLAT ROOF ALUMINUM CONVENTIONAL STD CAB 650-008 AIR CAB MOUNTS $7.00 678-001 LH AND RH GRAB HANDLES $89.00 646-008 BRIGHT FINISH STATIONARY GRILLE STD 65X-001 ARGENT SILVER HOOD MOUNTED AIR INTAKE STD GRILLE 644-004 FIBERGLASS HOOD STD 726-002 DUAL ELECTRIC HORNS $13.00 657-001 DOOR LOCKS AND IGNITION SWITCH KEYED THE STD SAME 575-001 REAR LICENSE PLATE MOUNT END OF FRAME STD 312-008 SINGLE ROUND HALOGEN HEADLIGHTS STD 302-047 FREIGHTLINER LED AERODYNAMIC MARKER $49.00 LIGHTS 294-042 FREIGHTLINER LED FLANGE MOUNTED 5 $203.00 STOP/TAIL/TURN LIGHTS WITH SEPARATE INCANDESCENT BACKUP LIGHTS 300-015 STANDARD FRONT TURN SIGNAL LAMPS STD 744-1BM DUAL WEST COAST BRIGHT FINISH HEATED $204.00 MIRRORS 797-001 DOOR MOUNTED MIRRORS STD 796-001 102"EQUIPMENT WIDTH STD 743-204 LH AND RH 8"BRIGHT FINISH CONVEX MIRRORS N/C MOUNTED UNDER PRIMARY MIRRORS 729-001 STANDARD SIDE/REAR REFLECTORS STD 677-016 DUAL LEVEL CAB ENTRY STEPS ON BOTH SIDES $72.00 768-043 63"X14"TINTED REAR WINDOW STD 661-003 TINTED DOOR GLASS LH AND RH WITH TINTED STD NON-OPERATING WING WINDOWS 654-003 MANUAL DOOR WINDOW REGULATORS STD 663-013 TINTED WINDSHIELD STD 659-007 8 LITER WINDSHIELD WASHER RESERVOIR STD WITHOUT FLUID LEVEL INDICATOR Cab Interior 707-1AK OPAL GRAY VINYL INTERIOR STD 706-013 MOLDED PLASTIC DOOR PANEL STD 708-013 MOLDED PLASTIC DOOR PANEL STD 772-027 GRAY VINYL MATS WITH INSULATION STD Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 8 of 14 rsion PRL-72B.011 coo09 Page 6 of 14 5 of 14 coo09 Page 4 of 14 Version PRL-726.011 coo09 Page 3 of 14 ns, objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER, INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET ' OMAHA, NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 691-008 FORWARD ROOF MOUNTED CONSOLE WITH STD UPPER STORAGE COMPARTMENTS WITHOUT NETTING 694-010 IN DASH STORAGE BIN STD 826-998 NO LOWER BUNK STD 742-007 (2)CUP HOLDERS LH AND RH DASH STD 680-006 GRAY/CHARCOAL FLAT DASH STD 700-002 HEATER,DEFROSTER AND AIR CONDITIONER 70 $1,076.00 701-001 STANDARD HVAC DUCTING STD 703-005 MAIN HVAC CONTROLS WITH RECIRCULATION N/C SWITCH 170-015 STANDARD HEATER PLUMBING STD 130-031 SANDEN HEAVY DUTY AIR CONDITIONER N/C COMPRESSOR 702-002 BINARY CONTROL, R-134A N/C 739-001 CAB INSULATION STD 285-013 SOLID-STATE CIRCUIT PROTECTION AND FUSES STD 280-007 12V NEGATIVE GROUND ELECTRICAL SYSTEM STD 324-010 DOME DOOR ACTIVATED LH,DUAL READING $62.00 LIGHT, FORWARD CAB ROOF 655-001 CAB DOOR LATCHES WITH MANUAL DOOR LOCKS STD 756-081 BOSTROM TALLADEGA 910 HIGH BACK AIR 40 $259.00 SUSPENSION DRIVER SEAT 760-081 BOSTROM TALLADEGA 910 HIGH BACK AIR 30 10 $303.00 SUSPENSION PASSENGER SEAT 711-004 LH AND RH INTEGRAL DOOR PANEL ARMRESTS STD 758-036 VINYL WITH VINYL INSERT DRIVER SEAT STD 761-036 VINYL WITH VINYL INSERT PASSENGER SEAT STD 763-032 3 POINT FIXED D-RING RETRACTOR DRIVER AND STD PASSENGER SEAT BELTS 532-002 ADJUSTABLE TILT AND TELESCOPING STEERING 10 $748.00 COLUMN 540-015 4-SPOKE 18"(450MM)STEERING WHEEL STD 765-002 DRIVER AND PASSENGER INTERIOR SUN VISORS STD instruments & Controls . 87L-003 ENGINE REMOTE INTERFACE WITH PARK BRAKE $48.00 AND NEUTRAL INTERLOCKS 870-001 BLACK GAUGE BEZELS STD 732-004 GRAY DRIVER INSTRUMENT PANEL STD 734-004 GRAY CENTER INSTRUMENT PANEL STD 486-001 LOW AIR PRESSURE LIGHT AND BUZZER STD Application Version 6.3.310 C .` 08/30/2007 1:46 PM Data Version PRL-72B.011 /) coo09 Page 9 of 14 Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER, INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA, NE 68183-0011 OMAHA, NE 68127 Phone:402-444-5408 . Phone:402-592-0440 Weight Weight Data Code Description Front Rear Retail Price 840-002 2"PRIMARY AND SECONDARY AIR PRESSURE STD GAUGES 198-025 INTAKE MOUNTED AIR RESTRICTION INDICATOR STD WITHOUT GRADUATIONS 721-001 97 DB BACKUP ALARM 2 $62.00 149-013 ELECTRONIC CRUISE CONTROL WITH SWITCHES STD IN LH SWITCH PANEL 156-007 KEY OPERATED IGNITION SWITCH AND INTEGRAL • STD START POSITION;4 POSITION OFF/RUN/START/ACCESSORY 811-011 ODOMETER/TRIP/HOUR/DIAGNOSTICNOLTAGE STD DISPLAY: 1X7 CHARACTER,26 WARNING LAMPS, DATA LINKED,ICU3 160-012 DIAGNOSTIC INTERFACE CONNECTOR, 9 PIN, SAE STD J1587/1708/1939,LOCATED BELOW DASH 844-001 2"ELECTRIC FUEL GAUGE STD 148-073 ENGINE REMOTE INTERFACE FOR REMOTE N/C THROTTLE 163-002 ENGINE REMOTE INTERFACE AT END OF FRAME $324.00 856-001 ELECTRICAL ENGINE COOLANT TEMPERATURE STD GAUGE 864-005 TRANSMISSION OIL TEMPERATURE INDICATOR N/C LIGHT 830-017 ENGINE AND TRIP HOUR METERS INTEGRAL STD WITHIN DRIVER DISPLAY 852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE STD 679-001 OVERHEAD INSTRUMENT PANEL $79.00 • 746-1AF AM/FM/WB RADIO 10 $272.00 747-001 DASH MOUNTED RADIO N/C 750-002 (2)RADIO SPEAKERS IN CAB N/C 753-001 AM/FM ANTENNA MOUNTED ON FORWARD LH N/C ROOF 748-006 POWER AND GROUND WIRING PROVISION $20.00 749-001 ROOF/OVERHEAD CONSOLE CB RADIO PROVISION $13.00 WITH FACE PLATE 752-998 NO CB ANTENNA,BRACKET OR LEAD STD 78C-998 NO DIGITAL SATELLITE AUDIO RECEIVER ANTENNA STD 810-027 ELECTRONIC MPH SPEEDOMETER WITH STD SECONDARY KPH SCALE,WITHOUT ODOMETER 812-001 ELECTRONIC 3000 RPM TACHOMETER STD 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP STD Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 10 of 14 STD Application Version 6.3.310 C .` 08/30/2007 1:46 PM Data Version PRL-72B.011 /) coo09 Page 9 of 14 Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER, INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA, NE 68183-0011 OMAHA,NE 68127 Phone:402-444-5408 . Phone:402-592-0440 Weight Weight Data Code Description Front , Rear Retail Price 329-007 ILLUMINATED ROCKER SWITCH WITH WIRE TO $100.00 BACK OF CAB AND MARKER LIGHT CIRCUIT TO JUNCTION BLOCK ON FRAME BACK OF CAB 883-998 NO TRAILER HAND CONTROL BRAKE VALVE STD 836-015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH STD DRIVER DISPLAY 660-008 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR STD WITH DELAY 304-001 MARKER LIGHT SWITCH INTEGRAL WITH STD HEADLIGHT SWITCH 882-009 ONE VALVE PARKING BRAKE SYSTEM WITH STD WARNING INDICATOR 299-013 SELF CANCELING TURN SIGNAL SWITCH WITH STD DIMMER,WASHERNVIPER AND HAZARD IN HANDLE 298-039 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER STD WITH HAZARD LAMPS OVERRIDING STOP LAMPS Design 065-000 PAINT:ONE SOLID COLOR $247.00 Color 980-4B7 CAB COLOR A:N0789EA OMAHA ORANGE ELITE SS N/C 986-020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS STD PAINT 962-970 VENDOR WHITE FRONT WHEELS/RIMS STD 966-970 VENDOR WHITE REAR WHEELS/RIMS STD • Secondary Factory Options • 998-998 DEALER ACCEPTS RESPONSIBILITY FOR IN- STD SERVICE PDI INSPECTION Sales Programs • NO SALES PROGRAMS HAVE BEEN SELECTED TOTAL VEHICLE SUMMARY Adjusted List Price Adjusted List Price'" $95,861.00 Weight Summary Weight Weight Total Front Rear Weight Application Version 6.3.310 08/30/2007 1:46 PM Data Version PRL-72B.011 CCEISZEIDI coo09 Page 11 of 14 CE PLATE 752-998 NO CB ANTENNA,BRACKET OR LEAD STD 78C-998 NO DIGITAL SATELLITE AUDIO RECEIVER ANTENNA STD 810-027 ELECTRONIC MPH SPEEDOMETER WITH STD SECONDARY KPH SCALE,WITHOUT ODOMETER 812-001 ELECTRONIC 3000 RPM TACHOMETER STD 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP STD Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 10 of 14 STD Application Version 6.3.310 C .` 08/30/2007 1:46 PM Data Version PRL-72B.011 /) coo09 Page 9 of 14 Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 W� i Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER, INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA, NE 68183-0011 OMAHA, NE 68127 Phone:402-444-5408 Phone:402-592-0440 Factory Weight+ 6935 LBS 4077 LBS 11012 LBS Total Weight+ 6935 LBS 4077 LBS 11012 LBS IT ErM S NOT , I N C •L U DE D~, 1_ N A DJU S .T E' D L I SST . PRICE , Other.Factory Charges • __ PMQ-207 2007 ENGINE EMISSIONS ESCALATOR $4,600.00 DELIVERY&ORDER PROCESSING CHARGE $1,525.00 (+)Weights shown are estimates only. If weight is critical,contact sales application engineering. (")Prices shown do not include taxes,fees,etc..."Net Equipment Selling Price"is located on the Quotation Details Proposal Report. Application Version 6.3.310 BIED® 08/30/2007 1:46 PM Data Version PRL-72B.011 coo09 Page 12 of 14 ARD IN HANDLE 298-039 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER STD WITH HAZARD LAMPS OVERRIDING STOP LAMPS Design 065-000 PAINT:ONE SOLID COLOR $247.00 Color 980-4B7 CAB COLOR A:N0789EA OMAHA ORANGE ELITE SS N/C 986-020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS STD PAINT 962-970 VENDOR WHITE FRONT WHEELS/RIMS STD 966-970 VENDOR WHITE REAR WHEELS/RIMS STD • Secondary Factory Options • 998-998 DEALER ACCEPTS RESPONSIBILITY FOR IN- STD SERVICE PDI INSPECTION Sales Programs • NO SALES PROGRAMS HAVE BEEN SELECTED TOTAL VEHICLE SUMMARY Adjusted List Price Adjusted List Price'" $95,861.00 Weight Summary Weight Weight Total Front Rear Weight Application Version 6.3.310 08/30/2007 1:46 PM Data Version PRL-72B.011 CCEISZEIDI coo09 Page 11 of 14 CE PLATE 752-998 NO CB ANTENNA,BRACKET OR LEAD STD 78C-998 NO DIGITAL SATELLITE AUDIO RECEIVER ANTENNA STD 810-027 ELECTRONIC MPH SPEEDOMETER WITH STD SECONDARY KPH SCALE,WITHOUT ODOMETER 812-001 ELECTRONIC 3000 RPM TACHOMETER STD 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP STD Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 10 of 14 STD Application Version 6.3.310 C .` 08/30/2007 1:46 PM Data Version PRL-72B.011 /) coo09 Page 9 of 14 Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 ti Prepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER, INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA, NE 68183-0011 OMAHA, NE 68127 Phone:402-444-5408 . Phone:402-592-0440 D. I �: E N ,S• I .N S • 127 in >( 126 ink E 120 in—> E6in l 71.85 in - 'vr • { ri 41.10in f—61 in - 4< 192 in >1<- 70 in -4 323 in > VEHICLE SPECIFICATIONS SUMMARY-DIMENSIONS Model M2106V Wheelbase (545) 4875MM(192")WHEELBASE Rear Frame Overhang(552) 1775MM(70")REAR FRAME OVERHANG Maximum Forward Position() N/A Maximum Rearward Position() 0 Application Version 6.3.310 ���� 08/30/2007 1:46 PM Data Version PRL-7213.011 coo09 Page 13 of 14 30/2007 1:46 PM Data Version PRL-72B.011 coo09 Page 12 of 14 ARD IN HANDLE 298-039 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER STD WITH HAZARD LAMPS OVERRIDING STOP LAMPS Design 065-000 PAINT:ONE SOLID COLOR $247.00 Color 980-4B7 CAB COLOR A:N0789EA OMAHA ORANGE ELITE SS N/C 986-020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS STD PAINT 962-970 VENDOR WHITE FRONT WHEELS/RIMS STD 966-970 VENDOR WHITE REAR WHEELS/RIMS STD • Secondary Factory Options • 998-998 DEALER ACCEPTS RESPONSIBILITY FOR IN- STD SERVICE PDI INSPECTION Sales Programs • NO SALES PROGRAMS HAVE BEEN SELECTED TOTAL VEHICLE SUMMARY Adjusted List Price Adjusted List Price'" $95,861.00 Weight Summary Weight Weight Total Front Rear Weight Application Version 6.3.310 08/30/2007 1:46 PM Data Version PRL-72B.011 CCEISZEIDI coo09 Page 11 of 14 CE PLATE 752-998 NO CB ANTENNA,BRACKET OR LEAD STD 78C-998 NO DIGITAL SATELLITE AUDIO RECEIVER ANTENNA STD 810-027 ELECTRONIC MPH SPEEDOMETER WITH STD SECONDARY KPH SCALE,WITHOUT ODOMETER 812-001 ELECTRONIC 3000 RPM TACHOMETER STD 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP STD Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 10 of 14 STD Application Version 6.3.310 C .` 08/30/2007 1:46 PM Data Version PRL-72B.011 /) coo09 Page 9 of 14 Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 Rrepared for: Prepared by: PAT BURKE Michael Noon CITY OF OMAHA OMAHA TRUCK CENTER,INC. 1003 OMAHADOUGLAS CIVIC C 10710 I STREET • OMAHA, NE 68183-0011 OMAHA, NE 68127 Phone:402-444-5408 . Phone:402-592-0440 Amount of Slide Travel() N/A Slide Increment() N/A Desired Slide Position() 0.0 Cab Size (829) 106"BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Sleeper(682) NO SLEEPER BOX/SLEEPERCAB Exhaust System(016) RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT DEVICE WITH RH CAB MOUNTED VERTICAL TAILPIPE TABLE SUMMARY-DIMENSIONS Bumper to Back of Cab (BBC) 127.0 Bumper to Centerline of FrontAxle(BA) 61.4 Iv1in. Cob to Body Clearance (CB) 3.0 Back of Cab to Centerline of R ear Axle(s)(CA) _ _ 126.4 . ........... Effective Back ofCab to Centerline of Rear Axle(s)(Effective GA) _-- 120.2 Back of Cab Protrusions(Exhaust/Intake)(CP) 6.2 Back of Cab Protrusions(Side Exte nders/Trirn Ta b)(CP) 0.0 Back of Cab Clearance (CL) _ - 6.2 Back of Cab to End of Frame i 196.4 Cab Height(CH) 71.9 Wheelbase(WB) 192.0 Frame Overhang(OH) 70.0 Overall Length(OAL) 323.4 RearAxle Spacing . ..._ _. 0.0 Unladen Frame Height at Centerline of Rear Axle 41.1 • Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-72B.011 coo09 Page 14 of 14 O SALES PROGRAMS HAVE BEEN SELECTED TOTAL VEHICLE SUMMARY Adjusted List Price Adjusted List Price'" $95,861.00 Weight Summary Weight Weight Total Front Rear Weight Application Version 6.3.310 08/30/2007 1:46 PM Data Version PRL-72B.011 CCEISZEIDI coo09 Page 11 of 14 CE PLATE 752-998 NO CB ANTENNA,BRACKET OR LEAD STD 78C-998 NO DIGITAL SATELLITE AUDIO RECEIVER ANTENNA STD 810-027 ELECTRONIC MPH SPEEDOMETER WITH STD SECONDARY KPH SCALE,WITHOUT ODOMETER 812-001 ELECTRONIC 3000 RPM TACHOMETER STD 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP STD Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 10 of 14 STD Application Version 6.3.310 C .` 08/30/2007 1:46 PM Data Version PRL-72B.011 /) coo09 Page 9 of 14 Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on September 12, 2007 for the purchase of a 35,000 GVW truck chassis and cab to be utilized by the Sewer Maintenance Division; and, w WHEREAS, Omaha Truck Center submitted a bid of $56,950.00, being the lowest and best bid received within the bid specifications, for the purchase of a 35,000 GVW truck chassis and cab. 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 Truck Center for the purchase of a 35,000 GVW truck chassis and cab to be utilized by the Sewer Maintenance Division in the amount of$56,950.00; and that the Finance Department is authorized to pay the cost from the Sewer Maintenance Organization 116511, Sewer Revenue Fund 21121, year 2007 expenditures. APPROVED AS TO FORM: i 97 CITY ATTORNEY DATE P:\PW\17614maf.doc By /04C714 .11.44 Councilmember Adopted ii.00 NOV --6 2007 /l- o City Clerk ,./,7 ea.+, //, Approved ,: r .`. Mayor t(CH) 71.9 Wheelbase(WB) 192.0 Frame Overhang(OH) 70.0 Overall Length(OAL) 323.4 RearAxle Spacing . ..._ _. 0.0 Unladen Frame Height at Centerline of Rear Axle 41.1 • Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-72B.011 coo09 Page 14 of 14 O SALES PROGRAMS HAVE BEEN SELECTED TOTAL VEHICLE SUMMARY Adjusted List Price Adjusted List Price'" $95,861.00 Weight Summary Weight Weight Total Front Rear Weight Application Version 6.3.310 08/30/2007 1:46 PM Data Version PRL-72B.011 CCEISZEIDI coo09 Page 11 of 14 CE PLATE 752-998 NO CB ANTENNA,BRACKET OR LEAD STD 78C-998 NO DIGITAL SATELLITE AUDIO RECEIVER ANTENNA STD 810-027 ELECTRONIC MPH SPEEDOMETER WITH STD SECONDARY KPH SCALE,WITHOUT ODOMETER 812-001 ELECTRONIC 3000 RPM TACHOMETER STD 162-002 IGNITION SWITCH CONTROLLED ENGINE STOP STD Application Version 6.3.310 ® 08/30/2007 1:46 PM Data Version PRL-726.011 coo09 Page 10 of 14 STD Application Version 6.3.310 C .` 08/30/2007 1:46 PM Data Version PRL-72B.011 /) coo09 Page 9 of 14 Director of the Human Rights and Relations Department, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally,the Undersigned/Contractor will be subject to the terms of any future Contract Awards. Signature Title Date of Signing Firm or Corporate Name Address Telephone Number goals. 8. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. 3. PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter, from the start of the project). 2. The Contractors and subcontractors shall permit access to their books, records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors. In submitting its bid.the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being reiected by the City of Omaha. performed; and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached. e. Advertisement in general circulation media,trade association publications, and protected-focus media for a reasonable period before bids are due; .:, • -t• F....,;F17:::•3'srt r;70:;iillix..f7.:7.:r:4:::.'.:::1:17,.:5L ik^Oiki:Lx:':,:;;7:;;;;;; •r4;•.z..;;;;;S.1•:!...iN;:liv4.11E151‘111:::',..?..F4.7.4,11-Re.:0;tq7;FU. I !ii NAr.;F:14.ili7,RISX:".,7,1f5IF-nr.Ere Ftf•T P.;;Z:NIDIrf..17.0.4 t:"..it.::, 1 z 0 — — — — , — — M a g y 0.= m 2 z rl W 03 M C e &) 0 gT,1 ?)...AWIZ 1g) --(6174 0 1! ‘ ijil 0 ,..2 p i Eli 91 -..__. ,......... ....... _._,.. 8 G) w P 4, g ?m ffi 1 0 ..i.1 • 5. a I— 6 M -n r —1 c z — k• z Z 2 r.% _TI: 2 6 0 _z_Am....-_ cp • m x T) < - 0 — . . rclal Z 0 . -'• • V 0) Cn W Co A CD V _.N V A 0 0 0) Ol -4 N..)W Co V 0. o O 2 (p co O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O O 0 0 0 0 0 O CD 0) W O .. . • \ Ai".,e„ • V C 0•tE: l.t�R. 17, 2007 m -. 10836 OLD I.IILL ROAD Oh1AIIA_I{E8 RA SKA 6615.1 I *' PLAT ORF10 81. RJR P Y P,!O',E 4023308960 FA%.!022305856 E'.l>IL.102MA11(fj102C0 COM 1 FINAL O � "" •\E351tE':...:.11,2C0 CJl! iE:S O'! 1 1 . , p, .. ... o c � / U ° O ` / / 7 CD / a �c: ƒ 0 0 7 P \ 5 • \ ? ? \ / A / & /, $ .§- = \ \ q:'7 1 \' _ & § ~ O ' @ n z A _ § o m o cf0al c 7 g 3. 7 6 ] p $ \ § \ \ § 0 = ° 7 % E § 6 0 g O 7 § 2 § = u / p Q _ \ c. / J g R 7 g Q 7 \ - 1-3 }• 2 ilulirdU \ .. /J - d - - �_ .r , i ND OF SECTION - I I I I S.P.- 5 7 of 7 I #M9906 ect OPW 51387 Mayor Mayor r,` MAILED ATE1v1A.L._D /)//I&7