RES 2001-2731 - PO to HP Smith Ford for truck and software manual � low RECEIVED C E I��MAHA NF6 (
�'J E D Public Works Department
V7 Omaha/Douglas Civic Center
l� J a'""" 1819 Farnam Street,Suite 601
C � . 145
•. �_.cy�J; �T: October 23, 2001 OCT0 C T 12 F t• Omaha,Nebraska 68183-0601
AC 4ry (402)444-5220
A�TFD FEaw- Telefax(402)444-5248
K
City of Omaha CITY t t Norm Jackman,P.E.
Mike Fahey,Mayor 01,14K A, N E B R A S K 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 one 4 x 4 Dual Rear Wheel Form Truck to be
utilized by the Street Maintenance Division.
The following bids were received on September 12, 2001.
Contractor Total Bid
H. P. Smith Ford $27,035.00 (SOLE BID)
It is also recommended that a software manual be purchased in the amount of$300.00 for a total bid price of
$27,335.00.
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 one 4 x 4 Dual Real Wheel Form
Truck from the Street Maintenance Equipment Organization 1422,Street and Highway Allocation Fund 103,
Agency 140,Year 2001 funding..
The Public Works Department recommends the acceptance of the bid from H.P. Smith Ford,in the amount of
$27,335.00, being the lowest and best bid received, and requests your consideration and approval of this
Resolution.
espectf bmitted, Refe to City Coun for Considerraation:
Norm ackman,P.E. Date May is Office / Date
Acting Director
•
Approved: Approve
7,6004.4•• /0/Y/14
Stanley P. Ti n Date egin d L. Youn_ Date
Finance Director `Cl " Human Relation ► rect
P:\P W 2\6250pjm.doc
•
1 w
•
Interoffice
MEMORANDUM
Dedicated To Excellence
To: John Leming,Purchasing Agent
From: Wayne Reed,Automotive Repair Foreman
Subject: Bid Award:4x4 Form Truck(Street)
Date: September 20,2001
The Administrative Services Department,Vehicle Maintenance Division recommends acceptance of
the bid by:H.P Smith Ford,to supply(1)4x4 Dual Rear Wheel Form Truck for a bid price of
$27,035.00,plus software for$300.00,a total bid price of$27,335.00.
Please proceed with writing the resolution for the City Council.
Attachment
PC. Dave Johnson
Dave North
Tom McDonald
Sue Preiner
Norm Jackman
t . • ,a -- - 0 fl CV g
C - D
m v c a. Ti » O C
-j .� To
_ R _ "v D
0 N A N �n -i
N - ciao a 70 O
C, a C z '0
cu •
o = o o Oz v c7' O =
N cQ Z 3 D s 1 X -n n n
(= (gyp CCD a) C. N - 'p —- 03 SU
o n n p X 0
N o v m 5' -
CD a n o' N Cn '� O to O
c 3 0 Z o a
v n�i g X 0 a) <13 � as
v
(0 m m 90 0 —I ? a CON N, A)
C cp D a
cn O m --1 -p a) O
O 9. z ' COX D =
o -n o C n
r o o 0 —1
3
0 0 0 0 0 N �. N C
0 0 0 0 0 m m m . 1
CD CD
SI)i 03i v m CD 03 W m CD 73 n O
0
0 0
....,__- G -0 C
al xi
m - O�S�h1
`mac-G(
c -0c TtM O �s.L
cl� - z
1 m -1 C SVy
, rke; ji
OkP
o - m `Forte _
n-,
73
- z
m
17
-- c
- z - -
m
1° c
� z
m
13
• - z
rrnn
August 2000
SPECIFICATIONS
FOR
4X4 PICKUP W/DUAL REAR WHEELS
AND PLOW
(10,000 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 10,000 pounds, State GVWR
Other or Comment
Yes No Other 2. CAB
A. Fully enclosed safety type cab with front seat and key
locks on front doors.
B. Safety glass all around.
C. Interior finished to exclude excessive noise and weather.
D. Full width seat and back must be manufacturer's heaviest
duty,maximum depth foam rubber and vinyl covered unit.
E. Floor coverings will be rubber-matting type.
F. Head restraints or high backs for outboard seats.
G. Insulated headliner.
H. Dual sun visor.
I. Seat belts to be State of Nebraska approved with spring loaded
• retractors for three people with lap belts.
J. Rear window to be sliding type.
• K. To have fresh air hot water heater with dual defrosters.
L. To have drivers side air bag.
Other or Comment
•
r .. ... '. ....,T r:..N c!.'.:..a.P: - ...,.tea.... .TM�.K:• ♦.. ......_
10,000 GVW Form Truck, Street
Page 2 of 9
Yes No Other 3. Body
A. Shall not be less than 96 inches by 64 inches wide, inside
dimensions.
B. Minimum 49 inches wide between wheel wells.
C. "STYLESIDE", "WIDESIDE" type body will be required.
D. To have spray type liner-such as Rino or Ziebart material to
Cover entire box and tailgate. Color to be gray. Must be no slip.
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 135 inches nor more than 140 inches.
Other or Comment
Yes No Other 7. FENDERS AND BUMPERS
A. Manufacturer's standard fenders front and rear.
B. Manufacturer's front bumper and step-type, painted,rear
bumper shall be step type.
Other or Comment
Yes No Other 8. FUEL TANK(S)
A. Minimum 34 gallons.
B. Must have a minimum of 10 gallons of fuel when delivered.
2
10,000 GVW Form Truck, Street
Page 3 of 9
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 INSTRUMENTS
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
•
10,000 GVW Form Truck, Street
Page 4of 9
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-eight 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. BA 1'"t'ERY
A. One twelve-volt battery must deliver a total of at least 750
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.
Other or Comment
4
10,000 GVW Form Truck, Street
Page 5 of 9
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. TRANSFER CASE
A. To be two speed with manual shifter and with manual front
locking hubs.
Other or Comment
Yes No . Other 21. SHOCK ABSORBERS
A. Double acting front and rear, heaviest duty of manufacturer
is required.
Other or Comment
Yes No Other 22. 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. Front stabilizer bar is required.
D. Must show axle and spring GVW on door sticker_
E. Rear axle to be 6,200 pound minimum with gear ratio of
3:73 to 1.
F. Must have leaf type auxiliary rear spring. Auxiliary springs
are not to be considered part of progressive type main springs.
5
10,000 GVW Form Truck, Street
Page6of 9
Other or Comment
Yes No Other 23. FRAME
A. To be Heavy Duty for 10,000 GVW.
Other or Comment
Yes No Other 24. BRAKES
A. Power service brakes; front disc brakes with minimum
standard for one-ton Pickup.
B. Rear drum brakes minimum for one-ton Pickup anti-
lock type required.
C. Parking brake on rear wheels.
Other or Comment
Yes No Other 25. WHEELS
A. Seven, minimum 16 inch x 6.50 inch.
B. Wheels must be one piece, drop center type.
C. Bidder to furnish four hubcaps or center covers.
Other or Comment
Yes No Other 26. TIRES
A. Seven, steel belted radial, tubeless, all terrain,minimum
LT235/85R16E or 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 27. TOOLS
A. Manufacturer's standard equipment jack to comply with
GVWR;wheel lug wrench.
Other or Comment
6
10,000 GVW Form Truck, Street
Page7of9
Yes No Other 28. 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 thee inspected if required.
Otheror Comment
.I
Yes No Other 29. SNOW PLOW AND PLOW PACKAGE
A. Battery. - r
B. Ektra`capacity.
C. Extra cooling.
D. Locking front hubs.
E. 5,000 lb. front springs, 4.10 axle ratio and 5,000 front axle.
F. Rear auxiliary springs.
G. Unit shall include mounted Meyer's Snow Plow. CP STP 8.5
with E60 hydraulic power with soft touch keypad. To
include rubber deflector.
Comment
Yes No Other 30. HITCH PACKAGE
A. ' Units shall have installed trailer-towing package.
B. Hitch package to include': ' '` 3
1. Wire Harness
2. Super or external cooling
3. Auxiliary auto trans cooler. '
4. 130 AMP alternator
5. Heavy-duty battery.
6. 3.73 rear axle:
Comment
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.
l. A minimum warranty of three years, 36,000
Miles or other manufacturer's standard
warranty, whichever is greater, is required.
7
, c-24A CITY OF OMAHA j
LEGISLATIVE CHAMBER 1
Omaha,Nebr
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS,bids were received on September 12,2001 for the purchase of one 4 x 4
Dual Rear Wheel Form Truck and software manual to be utilized the Street Maintenance Division;
and,
WHEREAS, H. P. Smith Ford submitted a bid of$27,035.00,being the lowest and
best bid received, for one 4 x 4 Dual Rear Wheel Form Truck and software manual.
NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT, the bid of$27,335.00 from H.P. Smith Ford for the purchase of one 4 x 4
Dual Rear Wheel Form Truck and software manual to be utilized by the Street Maintenance
Division,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 to H.P.Smith Ford for
one 4 x 4 Dual Rear Wheel Form Truck and software manual
BE IT ALSO FURTHER RESOLVED:
THAT,the Finance Department is authorized to pay the cost of one 4 x 4 Dual Rear
Wheel Form Truck from the Street Maintenance Equipment Organization 1422,Street and Highway
Allocation Fund 103, Agency 140, Year 2001 funding.
APPROVED AS TO FORM: J'!-/
4
CITY ATTORNEY DATE
P:\PW2\6251pjm.doc
'0•' Arid. . l
By _ <::. : _
I- °Co -.. mem•er
Adopted CT 3 11 6-6:2
'. " ' --,‘. -
' City Clerk
Approvedv 1.) ,?:P.. .lQ o? *.//
Ma or
!> ! u ' ruF
OZ c c O 5-' 5 cep I
h. t
t'D Ic 0
t04`I. N L� O. rr 6' › Uj i
l� n i
• QO' cr ,9 -1' ',') ----, \
0 • SWh, cm Q+ `.,,. a cCD
0 F• O G r" O
E. CD 5.
•
•
It
t
. i
/ * .,