Loading...
RES 2004-0677 - PO to Husker Auto Group for utility vehicle 014AAHA,Ark,.. RECEIVED����l���1. ��4 `, .,s Fire Department .0 ; O4 ��i 1 17 f H t 1516 Jackson Street Irri..- -, c Omaha,Nebraska 68102-3110 o�A?,; ry (402)444-5700 y Cl i y C L E R:c FAX(402)444-6378 OR''E'o FE91k." . May 25, 200 /A A f r Lf R A f Robert C.Dahlquist City of Omaha - Fire Chief Mike Fahey,Mayor Honorable President and Members of the City Council: Submitted herewith for your consideration is a Resolution authorizing the City of Omaha Fire Department to purchase one (1) utility vehicle, 4 X 4 with options included, for a price of $27,572.00. The following was the only bid received, opened and tabulated on April 21, 2004: VENDOR TOTAL BID w/Options Husker Auto Group $27,572.00 Acceptance of the bid by Husker Auto Group in the amount of$27,572.00 is recommended by the Omaha Fire Department. Purchase cost of this acquisition shall be expended from a 2004 Grant from the Nebraska Emergency Management Agency(NEMA), Fund No. 12168, Organization 130767, Object 44234. 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 contract to ensure compliance with the Contract Compliance Ordinance. I respectfully request your approval of this Resolution. Sin -•�- "— Approved: 4 a " .-c-/1 t__, I...- // 3-7 „ /0 r ,91:iCka Ro,�ert C. Dahlquist Date Gail Kinsey Thomps N .ate5. 0 Fire Chief Human Relations Director OA Approved as to fundin : Referred to City Council for Consideration: ay_a_ 5—/4-OX )4Vtig4 5 /`/-0`f Allen R. Herink Date Mayor's Office Date V City Comptroller P:\OFD\2027sap.doc I— w z C � 0_ I— w zCC � U- I— w zCC � 0_ i..,_ w z - D I- W Z- U p a E- W Z- CC U- L11 N 0 2 8 --oo --a v 13 V V O Z _ co cv co m co m co Q w I 0 0 0 0 0 0 • > =' ILL >- m CO m CO CO CO CO 0 W ,"^J 'J o W J C = m Z o p p O N W ` & a 2 Ds c •> Cr) I-- cc e d aa)i W c co c ` Z J U ` g E CO m u 0 = O ? w 43 o = co o a ro E Q •N N 0 n aa) N o L o p cn a� _ tm V La' ca a) Ei m V U L LL N �^ Q E U to .Q • 0 Y — p 0 c'n w c°n a`° a Z V5 a 0 cL X a 5 h- H .' v 0 r Qa. 2 a a.0 J = . o a) L a. CO O N r z CD E a) Q V N =8. a O to - a F n Q o 0 W III 1 VI V1111,111* crii; REQUEST FOR BID AND BID SHEET ON: PICKUP TRUCKS,4x4 UTILITY VEHICLE,VANS OM: P.M. Burke Published March 31, 2004 City Purchasing Agent (f NOT AN ORDER Page 1 1003 Omaha-Douglas Civic Center 1� f ` 1819 Farnam Street �- ,r ! I ( r BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT Omaha, Nebraska 68183-0011r (f/V 1` ,, {Y�r OF 5% IF THE TOTAL AMOUNT FOR THE ITEM _ OFFERED IS$20,000 OR MORE. `. ( ,(-� \`\ / Bi Clgsing Date �l ( rn` ( !1QrA.M. April 21, 2004 IMPORTANT "`l �; ' `' . If Federal Excise Tax applies,show amount of same and deduct. () Exemption certificates will be furnished. Do not include tax in bid. 3id must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLA CIVIC CENTER,, 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated. n a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. DICKUP TRUCKS,4x4 UTILITY VEHICLE,VANS 6. When submitting bid on items listed,bidder may on a separate sheet,make ks evidence of good faith a•bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through =AILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. light is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,return sheets with reasons for declining. Failure to do so rave the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of accept or reject any part of your bid unless otherwise indicated by you. tabulation,check( I. 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 Prices to be firm for the model year. Any other items required to be furnished at dealer net. All exceptions to be detailed on a separate sheet for each category. Full descriptive literature, two (2) copies, on each item bid are required with the bid. Bidder may offer 2003/2004 model year. Clearly show year you are bidding in the"Make & Model"space for each vehicle bid, or show as an alternate. This bid requirement covers units from 1st half of Budget Year 2004. Questions regarding this bid may be directed to Dave North at (402) 660-3215 • ;ontractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBEJDBE)listing from the City of Omaha website at N.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RELATIONS';Click on'PBE,'D8E CERTIFIED LISTINGS'. bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the itract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department. Any questions regarding the itract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Relations Department at(402)444-5055. Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. n (PLEASE PRINT LEGIBLY OR TYPE) yment Terms 0 % ' T�GAI S Firm 14 (-O Inc ted i livery(or completion) Name C h1.(.Cr,�� Wt Z' S � Signature I d 0 calendar days following award Title S GV 1 -Z.` C�r v t_ Phone a'J�`y yc`-7 f Fax '1 —7�Ct Address 6 • `(1 )v, l v AJ : 6 S ;< Street/P.O. Box City State Zip Email Address Va G I %./I v IVa A a IrA . REQUEST FOR BIDS ON: PICKUP TRUCKS, 4x4 UTILITY VEHICLE, VANS NOT AN ORDER Page 2 tUANTITY DESCRIPTION I UNIT PRICE EXTENSION Estimated 2 each 5900 GVW Pickup Trucks per specifications (8 pages) IvC c. 5 I 0 3 dated March 2004. ( -e0vdá 'MAKE & MODEL OFFEREDSiC CI DELIVERY TIME 4 5 I I-.-0 {) j BID J 1 l S �� ' V OPTIONAL: Add for: Passenger side air bag ADD/each S Z. Z-0 a Raise vehicle GVW to 6,400 lbs ADD/each S K-- PI% ci Complete parts manual ADD/each S ,A) 4 t ..k / Service/Maintenance manual ADD/each $ 30D i h Engine Emissions manual ADD/each $ "3CO ' / 1/ Software for PC ADD/each S i,:\`. `�;#(''4 . Rubber floor mats ADD/each $ -7 5 1 each 4x4 Utility Vehicle per specifications (5 pages) --F.:G -ct 3 e T dated February 2004. C1 �I j G i C S5) b -7 S f MAKE& MODEL OFFERE D /� BID � DELIVERY TIME 5 /v . S OPTIONAL: Add for 7 Comp,te parts manual ADD/each S /0 A 1 , Service/Maintenance manual ADD/each $ —ZOO 1 ' • .r �/ ngine Emissions manual ADD/each $ •�� ' . i Software for PC ADD/each $ r-L)I Passenger side air bag ADD/each $ -n ‘' CI Rubber floor mats ADD/each S -7S. 1 each All Wheel Drive(AWD) mini cargo van per specificationsCL- j ( 00 (8 pages)dated March 2004. MAKE & MODEL OFFERED( i�'e rD1 4-14 f'O �-/ DELIVERY TIME ` .-c f 4 G 0 (?".. {_5 BID 5_5 �( , J �� ( F OPTIONAL: Add for: • Floor Mats ADD/each S 75°CI IGN ALL COPIES Firm 1 M1'e �6 g-rT, up By ,-2.---- Title /- () / r PH-8C (91) CONTINUATION SHEET • FEBRUARY 2004 Fire Department SPECIFICATIONS FOR 4X4 4DOOR UTILITY VEHICLE GENERAL: Standard utility vehicle to be the latest current model of standard design complete with all standard equipment, tools and warranty. Bidders are to supply full description and descriptive materials on unit bid with proposal. Vehicle must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. TYPE: 4 Door Regular Utility Vehicle. ENGINE: V6, six (6) or eight (8) cylinders 160 horsepower minimum Engine noise levels must be within Federal O.S.H.A. Regulations. COOLING: Manufacturer's heavy duty, super cool increased cooling capacity radiator, anti-freeze to - 35 degrees F. CAB: Fully enclosed all steel constructed with ventilator, safety plate tinted glass throughout. A wire mesh divider between the rear cargo area and the rear seat. Front seats to be bucket or split bench 60/40 heavy-duty vinyl or velour cloth, rear to be bench. To have front and rear doors. dual sun visors, power door locks, and power windows. Windshield wipers to be two speed with intermittent capacity, with washer, rear window to have washer and intermittent wiper, and rear window defroster. The vehicle shall have air conditioning, tilt steering wheel column, color keyed full length carpet on entire floor including cargo area, shall have color keyed floor mats. SPECIFICATIONS FOR 4X4 4 DOOR UTILITY VEHICLE PAGE 2 :MIRRORS: Dual right and left outside power heated mirrors, and rear vision inside mirror. CONTROLS AND INSTRUMENTS: Key locking ignition switch, head, parking and dome light switch, traffic hazard switch, and headlight beam control. Speedometer, ampmeter, or voltmeter, fuel, oil pressure, and engine temperature indicator shall be gauges. ELECTRICAL: Twelve (12) volt system, heavy-duty battery shall have a minimum cold power rating of . 650 amps, 95 amp heavy-duty alternator minimum. All Vehicle Lighting as per Federal Regulations. FRONT AXLE: Heavy-duty stabilizer bar. STEERING: Manufacturer's standard power steering. REAR AXLE: Equipped with no spin or limited slip differential. TOWING PACKAGE: Class three receiver hitch towing package with 2" ball and standard trailer wiring. SPECIFICATIONS FOR 4X4 4 DOOR UTILITY VEHICLE PAGE 3 SPRINGS. FRONT: Manufacturer's maximum capacity. SPRINGS, REAR: Manufacturer's maximum capacity. SHOCK ABSORBERS: Heavy duty double acting front and rear. TIRES AND WHEELS: Five (5) all season tubeless type tires minimum, mounted on 6-inch wide wheels minimum. To be equipped with under vehicle spare tire carrier. Tires to be all terrain type. FUEL TANK: Manufacturer's minimum of 18-gallon cap with a minimum of ten (10) gallons of fuel with unit when unit is delivered. TRANSMISSION: Automatic four-speed with overdrive, heavy duty type. Front hubs to be automatic locking type. Transfer case to be manual shift or electric shift. In addition to the standard transmission cooler that is part of the radiator, an additional auxiliary transmission cooler shall be installed in the front of the radiator facing the grill. RADIOS: Standard AM-FM radio with CD player. WHEELBASE: Minimum wheelbase measurement of 111.5 inches. SPECIFICATIONS FOR 4X4 4 DOOR UTILITY VEHICLE PAGE 4 BRAKES: Hydraulic service brakes with power assist. Parking brakes, mechanical type on rear wheels or drive line. BUMPERS: Fenders front, with full width front bumper and equipped with a rear,step bumper installed. PAINTING: • Color to be selected from manufacturers chart. One (1) 4" Scotchlite 3M Brand #580-85 yellow stripping all around the body. ADDITIONAL REQUIREMENTS: Shall have a Whelen # 5000 KKKFH Light Bar mounted on the roof in the standard location. An Opticon system to control traffic signals. It shall be the responsibility of vehicle supplier to undercoat entire vehicle. If the ignition key is a chip type, or security type an additional 3 spare keys are required. Making a total of 5 keys. One (1) cigarette lighter (12 volt). One (1) Power Port (12 volt). One (I) front mounted tow hook securely bolted to truck frame. . No dealer decals. • MANUALS: The following books and manuals will be required for each class of vehicle Price to be included in vehicle prices. 1 - Operator manual with each unit SPECIFICATIONS FOR 4X4 4 DOOR UTILITY VEHICLE PAGE MANUALS CONT'D: 2 - Complete Parts Books 2 - Service/Maintenance Manuals on all components of unit 2 - Diagnostic Testing Manuals WARRANTY: Manufacturer's standard warranty to apply and to include three year total parts and labor warranty and/or 36,000 miles after satisfactory acceptance of the vehicle. DELIVERY: Unit to be delivered to the City of Omaha, Vehicle Maintenance Facility at 2606 North 26th Street, fully serviced to recommended new vehicle specifications. Bidder shall state delivery time with bid. Bid will not be considered if not listed. sl EXCEPTIONS i0 SPECIFICATIONS :ck One The equipment offered meets all specifications as set forth in the bid. Name (print) • Sinned Title _ The equipment offered meets all specifications with the foilo,vina exceptions: (Use separate attached sheet if more room is needed.) fr-c,e1--r-Le-4 -- 6 5, 3 -r P��.s 8ao � ,) A c� Ifs I'� LP --r-hcs ‘t2P-1-0 , , c 5 ow- ozia___ /0 ,R- . i < r� allure to list exceptions may be cause for equipment to be rejected at time of d eI,v erf1 gsr, Name rint ��it-{ S ^ \.`-�U-5 .c/V` 11-t-(-;✓D Signed tv Title as v Al NOTE: Each bid shall be accompanied by: (1) proof that the bidder holds, as of the date of the bid, a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60-1401 et seq.; and (2) name of the bidder's salesperson, and proof that the bidder's salesperson holds, as of the date of the bd, a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act; and (3) name of the manufacturer of the product and proof that the manufacturer holds, as of the date of the bid, a Nebraska Motor Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being, • rejected. FLEET DEFECTS A fleet defect is defined as the failure of identical items covered by the warranty and occurring in the warranty period in a proportion of the vehicles delivered under this contract. For deliveries of 10 to 60 vehicles, the proportion shall be 20 per cent. For deliveries of under 10 vehicles, the fleet defect provision 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, the 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 of the original warranty. This extended warranty shall begin on the date a fleet defect was determined to exist or on the repair/replacement date for corrected items. _c-zsA, CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received and opened on April 21, 2004, for the purchase of one (1) 4X4 utility vehicle for the Omaha Fire Department's use; and, WHEREAS, the bid of Husker Auto Group, in the total amount of$27,572.00 is the only bid received and meets specifications, attached hereto and by this reference made a part hereof; and, WHEREAS, the contractor has on file a current Annual Contract Compliance Report Form (CC-1), and the Human Relations Director will monitor the contract to ensure compliance with the contract compliance ordinance. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of Husker Auto Group, in the total amount of$ 27,572 is accepted as the lowest and best bid, and the Purchasing Agent is directed to issue a Purchase Order in accordance with specifications for the purchase of one (1) 4 X 4 Chevrolet Trailblazer, said sum to be paid from a Grant from the 2004 Nebraska Emergency Management Agency, Fund 12168, Organization 130767, Object 44234. APPROVED AS TO FORM: 6//41 CITY ATTORNEY DATE P:\OFD\2028sap.doc By 'ill - PV�'6�-�'� ouncilmember Adopted MAY 2 5 2004 ip `-�a ....ari-464 c --o?9-* City Clerk Approved.i ... ci .". 'l-d�/ } Mayor fg ) n A_, 8 o d -•mo - � ¢- � �* , , CD CD A 0 O CQ N • C0 ' CD , — '"- c>. CD `n 0 P r. c,, CD A, J cA c0 N _, Q c�> Z O Q- cJi C�D Z ( i O ma CT: CD : n J \ \ 1 8 : = � °' mo CD � � o .*, O Q. 77' °O` e ems-' CD �� <-r CD CD