RES 2004-0673 - PO to Husker Auto Group for pickup truck `, � R E C E I E D Public Works Department
t�l����� e► ^� 1 AM I I: 26 Omaha/Douglas Civic Center
�®, C( � MAY 1819 Famam Street,Suite 601
°,._ y ��; May 25, 2004
WA ti. , a� Omaha,Nebraska 68183 0601
°•per o�Qy C I T Y C L ww CI+e (402)444-5220
eD FEHR �9 g' t3 't ^'d Telefax(402)444-5248
City of Omaha f,Ji�'d �'_�'� , �"�l= i�1•<;?Cltsn III
Norm Jackman,P.E.
Mike Fahey,Mayor Acting 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 Husker Auto Group on the bid for the purchase of a 3/4 ton extended
cab 4x4 pickup truck to be utilized by the Environmental Quality Control Division.
Bids were solicited by the City to be opened on April 21, 2004. No bids were received.
According to section 5.16 of the Charter, "When the Purchasing Division has advertised for
formal sealed bids to be opened in public and no bids are received, the Council may, by
resolution, authorize the Purchasing Division to make purchases in the amounts or quantities and
for periods specified in the resolution". This purchase is being made by using the prices in State
of Nebraska's contract CA-6125.
The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is
City policy, the Human 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 3/4 ton extended cab
4x4 pickup truck to be utilized by the Environmental Quality Control Division from the Sludge
Disposal Organization 116713, Sewer Revenue Fund 21121, year 2004 expenditure.
The Public Works Department recommends the acceptance of the bid from Husker Auto Group
in the amount of $25,414.70, being the lowest and best bid received, within the bid
specifications, and requests your consideration and approval of this Resolution.
Respectfully sub 1 ted, Referred to City Council for Consideration:
<1 1 11-h" 4774,15---
ckman, P.E Date Mayor's Office/Title Date
Acting Director
Approved: Approved:
ag&_ 1 //cL>, -/ 3-0,/ = (/2/W
Allen R. Herink Am Date Gail Kinsey hompson Date
City Comptroller I l l Human Relations Director
P:\PW2\2033sap.doc
U
I-
Z CC
W I
Z ---
D CC
F- W
Z U--
a
I- W
ZU—C,
a
N , , .
I- W
Z CC
I
H W
Z CC
(k
W
<Zr.':.-- -..-.12C2
NS- I= 0
= a1 \
Z W M_ m 13 CO COco co co co co m
elm W i" 0 0 0 0 0 0 0 -i
> x 0 m m CO CO CO CO CO o
LII E 0 0. O w
J o co _I > ~ c
U " m w
o
I O r. WI m Z0 o 2 n
8 Q Y
0
S 03 r- c 03 co CD >} ce cz U Q. Q- W 3 7 (0 C ccn
o
F- Q a' CL x Q coo m sa o 0
J U v E s E ( Y
44- = O M W 0 L t coo c a CO o
_ O co E o �. V) U
O .y G Tr 0 C. o 0
N N
m a) J Q (o N O
U 3 O Y Q 0 U 6 0 N U o
O
EL
Z V o 0 0 u) w u) co LL ti „
OR v a- to 1
F- F- a Co _ , O r
11 a z
o N +, a
m _/ o N •E ? as CO
Q V m _ 0. o z y-
• I- a. CD CL CD CO
0 Q 0 > d
1
REQUEST FOR BIDS
ON: PICKUP TRUCKS, 4x4 UTILITY VEHICLE, VANS .
NOT AN ORDER Page 4 __
UANT1TY I DESCRIPTION
I UNIT PRICE EXTENSION
Estimated
1 each 3/4 Ton extended cab 4x4 pickup truck per sped icaticnsr? !/ ���`, 3
(9 pages) dated March 200J„ n l r 71�
mAKE u MODEL OFFERED `� u1C lit � v���� 5 ��.-I I
DELIVERY TIME '72 I .(\_..1..:',
OPTIONAL; Add for: A00/esch c �l�-
Complete parts manual
• Service/Maintenance manual ADD/each S
Engine Emissions manual
ADD/each 5 "ice •
Software for PC S ��`�'
ADD/each . 0
•
AODIeach\5 '
Passenger side air bag /
Factory air conditioning S-
1 each ADD/each c
Floor mats ADO/cacti l
TOTAL BID'' 5
(5% Bid Bond to be based upon this amount
Books and manuals will be required for vehicle as indicated in
specifications. Price to be included in vehicle prices, unless
indicated as"optional." i
City will retain 0% on invoices until all manuals are delivered. I
i
I Separate awards will be made on each item. The City reserves the
right to adjust order quantities at time of order according to budget • •
•
considerations. - ` . - - -
Unit prices are required. Questions to Dave North at(402)6o0-32 1 '
Soecial Note:
Fleet Defects _
Scope of Warranty Provisions
\ ,
i IA_ ke.. ./\ r-( ,......
SIGN ALL COPIES By
Title / ram-'
.. CONTINUATION SHEET
PH-8C (91) _
,, d 699L-6L47- 04,
saved ){onu0 e90 : 0 T 470 22 .Id
c 2sa_, CITY OF OMAHA
LEGISLATIVE CHAMBER .
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, the City solicited and received no bids on April 14, 2004 for the
purchase of a 3/ ton extended cab 4x4 pickup truck to be utilized by the Environmental Quality
Control Division; and,
WHEREAS, according to Home Rule Charter, Section 5.16, "When the
Purchasing Division has advertised for formal sealed bids to be opened in public and no bids are
received, the Council may, by resolution, authorize the Purchasing Division to make purchases in
the amounts or quantities and for periods specified in the resolution"; and,
WHEREAS, Husker Auto Group submitted a bid of $25,414.70 to the State of
Nebraska under contract CA-6125, for a 3/ ton extended cab 4x4 pickup truck; and,
WHEREAS, the Purchasing Agent is authorized to purchase a 3/4 ton extended cab
4x4 pickup truck to be utilized by the Quality Control Division based on the State contract.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the bid of $25,414.70 from Husker Auto Group for the purchase of a 3/4
ton extended cab 4x4 pickup truck to be utilized by the Environmental Quality Control Division,
based bid prices on State contract CA-6125, be accepted and the Purchase Order be issued, in
conformity with section 5.16 of the Charter allowing the Council by resolution to authorize the
Purchasing Division to make purchases in the amounts or quantities and for periods specified in
the resolution when the Purchasing Division has received no bids in response to advertised
formal sealed bids; and,
BE IT FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay the cost for the purchase of a
3/4 ton extended cab 4x4 pickup truck to be utilized by the Environmental Quality Control
Division based on State contract CA-6125 from the Sludge Disposal Organization 116713,
Sewer Revenue Fund 21121, year 2004 expenditure.
P:\PW2\2034sap.doc APPROVED A TO FORM:
TY CITY ATTORNEY DATE
ap .
By - ouncilmember
Adopted MAY 2..5..2004. ....ZP " C7
ariia‘a L7C5 ..41.41/
.e1, City Clerk
Approved 027-0/
Mayor
Friar •
0 `3 C AD p
p 0 d O ,CS b O
ill CM
j C. O �Oh O ,�
h� R N 0 JJ -- ,. dR •- - , CD CDN
nH O $ O O� O b
C - OO Cn =
8 CDnO JC v P
'L C
O xaoON � yao
t' C ¢, " O d p u0a
n 0 c. c0r
,.."-. , -P, O
CD C 4.P
•
•
•
•
`.tt