Loading...
RES 2001-2852 - PO to HP Smith Ford for cargo van .. .t • 0tAAHA.NFd • �.� ' ,-- 1 l L. L. s Public Works Department r > c F i 1: ;.0 Omaha/Douglas Civic Center �ia.itij `� ^ Q E GC x 1819 Farnam Street,Suite 601 o . November 6, 2001 Omaha,Nebraska 68183-0601 AO*'1T ot,4�~ r� �( �,(_ ; � (402)444-5220 ED FEW Telefax(402)444-5248 dill `' 1-i A, t,�;'.,i it City of Omaha 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 H. P. Smith Ford on the bid for the purchase of a cargo van to be utilized by the Missouri River Wastewater Treatment Plant. The following bids were received on September 26, 2001. Contractor Total Bid H. P. SMITH FORD $20,845.00 (SOLE BID) This bid includes a software repair manual in the amount of$300.00, shelving in the amount of $1,581.00, and rubber mats in the amount of$100.00 with the base bid being $18,864.00. A copy of the bid documents is on file and available for inspection and review in the City Clerk's Office. 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 cargo van from the Environmental Quality Control Organization 1478, Sewer Revenue Fund 541, Agency 140, Year 2001 Funding. The Public Works Department recommends the acceptance of the bid from H. P. Smith Ford, in the amount of $20,845.00, being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respectful submitted, Refe d to City Counci for Consideration: ce./..-----10„ila ( / ' ...› fq /,—2,c— orm Jackman, P.E. Date Mayor's Office Date Acting Director Approved: Approved: ).10, 4434/ , /0-29— 0 f Stanley P. T' m } Date egrald L. oun.f Date Finance Dir ctor 'L` Human Relationirector P:\PW2\10552f.doc 0 Interoffice MEMORANDUM Dedicated To Excellence To: John Leming,Purchasing Agent From: Wayne Reed, Automotive Repair Foreman Subject: Bid Award-Van (Mo River) Date: October 2, 2001 The Administrative Services Department,Vehicle Maintenance Division recommends acceptance of the bid by: H.P. Smith Ford, to supply(1) one Van for a Bid Price of $18,864.00, plus the following options: (1) Software-$300.00, Shelving-$1,581.00, and (1)Rubber Mats-$100.00, for a total Bid Price of$20,845.00. This unit will have A/C, due to it cannot be deleted by the Ford Factory. Please proceed with writing the resolution for the City Council. Attachments P.C. Dave Johnson . Dave North Martin Grate Sue Preiner Norm Jackman 1 _ - _ o o D cCD mm CD S) 8 a. 3 0 W . ; O C . r- N D. 0 N co "1 / D Z 'U cn cn 7) v Cl) m cn 0 0 0 0 en73O C _• 0 m CD ED m coo m •• W a; co =• (0 m m m a co a p N na 0° cw o B v a c c) > -, N -, N CD n) o v m Z =' o C CC) o Cl m Z cQ m , n) K = 0o C Po 7 —ID CT p fi) In S 0 -0„, Z j 0 (7 0 0 (CD C N - n m v C) 0 o, m 3 CO W CO CO W W W COm a) o 0 0 0 0 0 0 .0 0 M n) n) n) n) N CD CD v a) m ,n a na. n 0. 0. a a oa.. 0 0 (� V \ Q W N N W C1 v O c fin, 0 8 �, 0 O o p _0 c - Z m _ � -n C I — Z m � • -0C . - Z rn -0 4 itrn c. (P.90 Z —+ op.i 0 a tt 0x6 -o C - Z_ m � -oc 7JZ m � August 2000 SPECIFICATIONS FOR CARGO VAN (9400 G.V.W) GENERAL: The vehicle 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 unit bid with the proposal. Truck 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 9400 pounds, State GVWR Other or Comment Yes No Other 2. CAB A. Fully enclosed safety type cab with key locks on front doors. B. Interior finished to exclude excessive noise and weather. C. Floor coverings will be rubber-matting type. D. Head restraints or high backs for outboard seats. E. Insulated headliner. F. Dual sun visor. G. Seat belts to be State of Nebraska approved with spring loaded retractors for two people with lap belts. H. All doors shall have door locks. Shall have heavy duty floor mats in driver's and passenger's area. I. To have fresh air hot water heater with dual defrosters J. To have drivers side air bag. K. To have driver and passenger bucket seats, vinyl covered. L. This unit is not to have air conditions. Other or Comment Yes No Other 3. Body A. Safety glass all around B. Shall have double opening type rear doors, vertically . hinged. C. Heavy duty output auxiliary hot water heater for cargo 1 9400 GVW, Cargo Van,Mo. River Page 2 of 9 area. (Auxiliary heater shall be mounted behind driver's seat.) D. To have sliding side door on right side. E. Fully insulated body panels in driver and passenger compartments to exclude noise and weather. Interior trim shall be of custom design with dual armrests. F. To have driver and passenger side air bags. Other or Comment Yes No Other 4. COLOR A. Cab, body and fenders will be standard white. B. All paint will be base coat/clear coat acrylic, activator- hardened acrylic or polyurethane type. Other or Comment Yes No Other 5. MIRROR A. Rear vision mirror inside of cab, day/night selector type. B. Two outside rear vision mirrors, right and left, adjustable. 1. Minimum 5 inches by 8 inches, low mount type, swing away type. Other or Comment Yes No Other 6. WHEELBASE A. Not less than 138 inches nor more than 140 inches. Other or Comment • Yes No Other 7. -BUMPERS painted, A. Manufacturer's front bumper and step-type, rear bumper shall be step type. Other or Comment Yes No Other 8. FUEL TANK(S) A. Minimum 25gallons. B. Must have a minimum of 10 gallons of fuel when delivered. 2 • 9400 GVW, Cargo Van,Mo.River Page3 of9 Other or Comment Yes No Other 9. LIGHTS A. Halogen high beam headlights with low beam: parking, dome, tail,back-up and stop lights. B. Dealer-installed single halogen headlights on each side are acceptable if not available by manufacturer. C. To have 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, and 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. Other or Comment Yes No Other 10. CONTROLS AND INSTRUNTS A. Key locking ignition switch. B. Head, parking and dome light switches. Headlight beam control. C. Speedometer,Fuel Gauge. D. Voltmeter or ammeter, oil pressure gauge, engine temperature gauge, to needle type. E. High beam indicator light, flashing turn-indicator light, traffic hazard switch, in cab hood release. F. Two sets of keys required per vehicle. If keys are chip or security type a total of 5 keys must be included. G. To have standard horn. H. To have dual power outlets. _ _ I. To have standard AM-FM radio. - J. To have hour meter. Other or Comment • 3 9400 GVW, Cargo Van,Mo.River Page4of9 Yes No Other 11. WINDSHIELD WIPERS A. Dual, intermittent, 2-speed electric, windshield wipers with dual windshield washer; all factory installed. Other or Comment Yes No Other 12. STEERING A. Manufacturer's recommended power steering. Other or Comment Yes No Other 13. ENGINE A. Minimum V-six cylinder, 5.4 liter. B. Engine oil cooler and viscous fan required. C. Engine will have 110 volt AC engine block coolant heater, will male receptacle with cover that is sturdily mounted. D. To operate on unleaded fuel. Other or Comment Yes No Other 14. AIR CLEANER A. Replaceable paper type element. Other or Comment Yes No Other 15. BATTERY A. One twelve-volt battery must deliver a total of at least 650 cold cranking amps. Other or Comment • Yes No Other 16. ALTERNATOR A. 12 volt 100 amperes minimum with voltage regulator. Other or Comment Yes No Other 17. OIL FILTER A. Full flow with throwaway element. 4 • 9400 GVW, Cargo Van,Mo.River Page 5 of 9 Other or Comment Yes No Other 18. 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, if GM model to have long life type. D. Engine Oil Cooler. Other or Comment Yes No Other 19. TRANSMISSION A. Automatic; four speed. B. Auxiliary transmission oil cooler. Other or Comment Yes No Other 20. SHOCK ABSORBERS A. Double acting front and rear, heaviest duty of manufacturer is required. Other or Comment Yes No Other 21. AXLES AND SPRINGS A. Manufacturer's independent front suspension and single speed, hypoid rear axle required. B. Spring sizes required to meet minimum GVWR. C. "Limited-slip" or "anti-spin" type differential is required on front and rear. D. Front stabilizer bar is required. E. Must show axle and spring GVW on door sticker. F. Rear axle to be 6300 pound minimum with gear ratio of 4:10 to 1. G. Must have leaf type auxiliary rear spring. Auxiliary springs are not to be considered part of progressive type main springs. H. Front axle to be 4600 lbs. Other or Comment 5 9400 GVW, Cargo Van, Mo. River Page 6 of 9 Yes No Other 22. FRAii'[E A. To be Heavy Duty for 9,400 GVW. Other or Comment Yes No Other 23. BRAKES A. Power service brakes; front disc brakes with minimum standard for 9,400 lb. Van. B. Rear drum brakes minimum for 9,400 lb. Van anti-lock type required. C. Parking brake on rear wheels. Other or Comment Yes No Other 24. WHEELS A. Five, minimum 16 inch x 7.0 inch; spare carrier. B. Wheels must be one piece, drop center type. C. Bidder to furnish four hubcaps or center covers with lug protectors per unit. Other or Comment Yes No Other 25. TIRES A. Five, steel belted radial, tubeless, all season, minimum LT245/75R16E, front, rear and spare. B. Tires to comply with manufacturer's GVWR, and be manufacturer's standard equipment. C. Tires to be manufacturer's standard equipment by Goodyear, BF Goodrich, Bridgestone, Firestone, Michelin or General And must carry said company name. Other or Comment • Yes No Other 26. TOOLS A. Manufacturer's standard equipment jack to comply with GVWR; wheel lug wrench. Other or Comment - - Yes No Other 27. MANUALS A. Operators manuals must be furnished and accompany each 6 9400 GVW, Cargo Van, Mo. River Page 7 of 9 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. Other or Comment Yes No Other 28. OPTIONAL PRICE A. The following books and manuals will be required for each Series of vehicles. Please include price for each manual. For each Series we will require: One (1) - Complete parts books. One (1) - Service/maintenance manuals on all components of unit. One (1) - Engine Emissions Diagnostic Testing manuals or software. One (I) -P.C. and Software instead of manuals Other or Comment Yes No Other 29. OPTIONAL PRICE A. To have passenger side air bag. B. Sequential arrow to be located at rear and top of van. Controls to be located in cab. Arrow to be low profile length 43.5", 3" wide and 2.75" high. To be solid state, target tech. 322112 or equal. To be activated only with ignition key on. Switch to be lighted. For switch location, see Vehicle Maintenance representative. C. To have 8600 bulk head floor to ceiling screen with swing door. • Other or Comment • Yes No Other 30. OPTIONAL PRICE A. Shelving: The following type shelf modules are required. If the module numbers do not match your make of van, it must be discussed with a Vehicle Maintenance Representative on which modules will fit your model. The following are Weatherguard numbers: 7 9400 GVW, Cargo Van, Mo. River Page8of9 1 400-1013 LT side front 1 400+1008 LT side rear 1 R-8909 9 drawer cabinet B. To have floor mats to cover. Rubber flooring on driver's and passenger's side, and engine cargo area. Other or Comment Yes No Other 31. ADDITIONAL A. It shall be the responsibility of truck supplier to Ziebart rustproof entire unit. It shall not be the responsibility of the City of Omaha to have these inspected if required. B. Shall have additional dome light in the cargo area. Other or Comment Yes No Other 32. 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. 1. A minimum warranty of three years, 36,000 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 the City of Omaha. If warranty work is not available within the City of Omaha, the vendor will be responsible for any cost including transportation. • E. The vendor will be responsible for providing all warranty work within the metro City of Omaha. F. The vendor must be able to provide warranty work within 24 hours of the break down. If there is no local dealer the vendor must locate and/or provide the work within the 24- hour time frame, - G. The vendor must be able to provide needed parts within 24 hours of the break down. If shipping by air is needed,.the dealer will be responsible for any additional cost. 8 9400 GVW, Cargo Van,Mo. River Page 9 of 9 Other or Comment Yes No Other 33. SERVICE 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 34. DELIVERY A. Unit to be delivered to the City of Omaha, Vehicle Maintenance Facility at 2606 North 26 Street, fully Serviced to recommended new vehicle specifications. If the vendor is not in the City of Omaha area, the City will Not be responsible for any cost from pickup or the delivery of Any vehicle or mounted equipment. Bidder shall state delivery time with bid. Bid will not be considered if not listed. Other or Comment 9400 GV'YV,Cargo Van,Mo.River • EXCEPTIONS TO SPECIFICATIONS Check One The equipment offered meets all specifications as set forth in the bid. Name (print) Signed Title The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) Signed Title r .0 25A s CITY OF OMAHA ~ LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: . WHEREAS, bids were received on September 26, 2001, for the purchase of a cargo van to be utilized by the Missouri River Wastewater Treatment Plant; and, WHEREAS, H. P. Smith Ford submitted a bid of $20,845.00, being the lowest and best bid received, for the purchase of a cargo van. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of$20,845.00 from H. P. Smith Ford for the purchase of a cargo van to be utilized by the Missouri River Wastewater Treatment Plant, a copy of the bid documents is attached and by this reference made a part hereof, being the lowest and best bid received, be accepted and the purchase order be issued. BE IT FURTHER RESOLVED: THAT, the Purchasing Agent be authorized to issue a purchase order to H. P. Smith Ford for the purchase of a cargo van. • BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of a cargo van from the Environmental Quality Control Organization 1478, Sewer Revenue Fund 541, Agency 140, Year 2001 Funding. APPROVE AS TO F - . IIJJ ! IT ATTORNEY DATE P:\PW2\10553f.doc • By 44 -''4'-'j (----- t ouncilmember 4i • - Adopted -f .OV 6 ` 2001 1"0 City Clerk )9,Approved.. .- . ��• // Mayor 0 0 o E ,t '�pi po• N co 0 I J :,:,;'. \ o o � E o � :b Po IN) z \ ' 8 g c°o � o cn ora . K • . . . . . . t,,,:.4 , ._ ........r „... __, , ..„,.... _ . . , _,_ , . . , __ ?• _