Loading...
RES 2000-1104 - PO to All Truck for swap body assemblies .e o �� 1/ °f,s _ R r C r I V E 0 Administrative Services Department %- Omaha/Dou las Civic Center z att~r� kM - Ai -7 14,2 1819 Farnam Street,Suite 706 �� V� " April 1:8, 2000 Omaha,Nebraska 68183-0706 �, ro CLERK. (402)444-3814 o. ur1� ' !J{ FAX(402)444-5903 City of Omaha Patrick J.McPherson Director Hal Daub,Mayor 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 All Truck for the purchase of five (5) Swap Body Assemblies to be utilized by the Street Maintenance Division. The following bids were received on March 1, 2000. Base Bid Contractor Per Unit ALL TRUCK $44,095.85 (LOW BID) Omaha Standard $45,499.00 The total for the five units is $220,479.25. 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 the five (5) Swap Body Assemblies from the year 2000 Street Maintenance Equipment Organization 1422, Street & Highway Allocation Fund 103 in the amount of$220,479.25. (<3) Honorable President • and Members of the City Council Page-2- The Public Works Department requests your consideration and approval oaf the attached Resolution. Respectfully submitted, Q a Pat cPherson Date Approved: Referred to City Council for Consideration: • k, yt, e Don W. Elliott, P.E. ate Mayor's Office/Ti695 Date Public Works Director Approved as to Funding: Approved: 00 -'2(21t, 1000 Stanley P. T m Date Kellie Paris-Asaka Date Acting Finance Director Human Relations Director P:\PW1\9248sap.doc Interoffice MEMORANDUM Dedicated To Excellence • To: Pat Burke,Purchasing Agent From: Wayne Reed Subject: Bid Award,Dump Body,Plow&Swap Loader,Street Date: March 17,2000 The Administrative Services Department,Vehicle Maintenance Division recommends acceptance of the bid by: All Truck,to supply five(5)Swap Loader Assembly for a bid price of $44,095.85 each and a total bid price of$220,479.25. Please Proceed with writing the resolution for the City Council. Attachment Cc: Pat McPherson Don Elliott Harry Owen Sue Frank Tom McDonald Dave North Bid Award,DB,PLOW&SL,STREET • -' I--• U • \% 6/7-Cr, w2 6/+./© ,, i; . 4 _ NI 3 1-, W — U W — U Z D • f.._, w — U Z D I s Z W Z U 14?—d7 ... E a �� g -,,. ,-- . ‘Q- 1 J v c a) 0 00 0 w a c (/) m .c m w opa a w °) _0 — E a) p g m E •- 0 Z • m a - 0 H O a" o E Z 0 0J < o m 0 0 ctS a c u] w w 0 .0 co CD = cV c° Z E > cz 0 th 3 0 0 .n- LL. < a 2 u) 2 2 can Z -i U w oa w O a) < Cl) T O w 0 Y Y Jy.. '1 = w __I 0 •� D j a0 2 0 O wJ - E w w Q. Z J co YQ Y it O Fa— cm- 2 2 u • a c.rJ 03� Z O N c - � c n . O .cL 7 2 E Q) ❑ 2 ❑ > i • CITY OF'OMAHA P.4 REQUEST FOR BID AND BID SHEET ON DUMP BODIES-INSTALLED 1ST HALF-2000 FROM: P.M. Burke - Published February 16, 2000 City Purchasing Agent 1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1 1819 Farnam Street Omaha, Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF 5% IF THE TOTAL AMOUNT FOR THE ITEMS 0114ERED IS $20,000 OR MORE Bid Closing Date March 1, 2000 11:00 A.M. IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK,LC-1, OMAHA-DOUGLAS CIVIC CENTER,1819 Famam Street,Omaha,NE 68183-0011 by the 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet, DUMP BODIES-INSTALLED 1ST HALF-2000 make suggestions covering reduction in costs wherever this is 2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining. the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be removed from our Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check[ ]. unless otherwise indicated by you. Please do not call for this information. Quote your lowest price, best delivery and terms, F.O.B. delivery point on the items(s) listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated Asphalt Hopper Patcher - "slide-in" type - per attached 4 each specifications (3 pages) dated September, 1999. Estimated purchase of this equipment will be made in first half - 2000. MAKE & MODEL OF HOPPER OFFERED BID/each $ S 2 each Platform dump body with electric crane to be installed on City of Omaha furnished 14,500 GVW cab &chassis per attached speci- fications for platform dump body (4 pages,2 drawings) and 2000 lb. electric crane (2 pages), dated September 1999. Estimated purchase of this equipment will be made in first half - 2000. MAKE & MODEL OF PLATFORM BODY OFFERED MAKE & MODEL OF ELECTRIC CRANE OFFERED BID/each $ $ All 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 Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. (Please Print Legibly or Type) Payment Terms " °,6 Firm Incorporated in Delivery(or completion) Name Signature calendar days following award Title Phone Fax Address HP-8B (94) Street/P.O.Box City State Zip CITY OF OMAHA • REQUEST FOR BIDS ON: DUMP BODIES -INSTALLED 1ST rHALF-2000 • NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated • 3 each Dump Bodies with Hydraulics, slide-in spreader and plow, to be installed on City of Omaha furnished 25,500 GVW Cab and Chassis per attached Specifications for Dump Body (6 pages, 1 drawing); Sand & Salt Spreader (2 pages); and Trip Blade Snow Plows (3 pages, 1 drawing) dated September, 1999. Estimated purchases of this equipment will be made in first half - 2000. MAKE & MODEL OF DUMP BODY OFFERED MAKE&MODEL OF HYDRAULIC SYSTEM MAKE & MODEL OF SAND & SALT SPREADER MAKE&MODEL OF SNOW PLOWS BID/each $ $ 1 each Dump body with hydraulics and plow to be installed on City of Omaha furnished 35,000 GVW Cab & Chassis per attached specifications for Dump Body (6 pages, 5 drawings) and Trip Blade Snow Plows (3 pages, 1 drawing) dated September, 1999. Estimated purchases of this equipment will be made in first half-2000. MAKE & MODEL OF DUMP BODY OFFERED MAKE& MODEL OF HYDRAULIC SYSTEM MAKE&MODEL OF PLOW BID/each $ $ SIGN ALL COPIES Firm By Title PH-8C (91) CONTINUATION SHEET CITY OF OMAHA • REQUEST FOR BIDS ON: DUMP BODIES -INSTALLED 1ST HALF-2000 NOT AN ORDER Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Estimated Spreader/Dump Body, Plow and Body Interchange System to be installed 5 each on City of Omaha furnished 35,000 GVW Cab and Chassis per attached Specifications for Spreader/Dump Body/Snow Plow/Interchange System (8 pages, 1 drawing); Trip Blade Snow Plow (3 pages, 1 drawing); Dump Body (4 pages, 1 drawing); and Sand & Salt Spreaders (5 pages) dated September, 1999. MAKE & MODEL OF SPREADER/DUMP BODY OFFERED MAKE& MODEL SNOW PLOW OFFERED MAKE&MODEL OF DUMP BODY OFFERED MAKE & MODEL OF SAND & SALT SPREADER OFFERED BID/each $ $ 9 each Spreader/Dump Body and Plow to be installed on City of Omaha furnished 35,000 GVW Cab and Chassis per attached Specifications for Spreader/Dump Body and Snow Plow(8 pages, 2 drawings) dated September, 1999, and Trip Blade Snow Plows (3 pages, 1 drawing) dated September, 1999. MAKE&MODEL SPREADER/DUMP BODY OFFERED MAKE &MODEL HYDRAULIC SYSTEM OFFERED MAKE & MODEL OF TRIP BLADE SNOW PLOW OFFERED BID/each $ $ • NOTE: Quantity of the above two 35,000 GVW spreader dumps, etc. is 14 units. It is estimated that 1/2 (7) will be purchased in 1st half and 1/2 (7) will be purchased in 2nd half. Bid prices will remain firm through 12/31/2000. TOTAL OF ITEMS BID $ (5% Bid Bond to be based on this amount.) SIGN ALL COPIES Firm By Title PH-8C (91) CONTINUATION SHEET ' t� f CITY OF OMAHA REQUEST FOR BIDS ON: DUMP BODIES -INSTALLED 1ST HALF-2000 NOT AN ORDER Page 4 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Contact Wayne Reed at(402)444-4934 for questions. Bidder to furnish two copies of descriptive literature for units offered with bid. Cab and chassis to be delivered approximately 60-90 days after award (estimated only). All exceptions to specifications to be detailed on the attached "Exceptions to Specifications" sheet attached. Liquidated damages will be assessed at a rate of 1% of purchase order total per calendar day that satisfactory delivery has exceeded 45 days from the date of delivery of chassis-cab to successful vendor awarded this bid. The amount will be deducted from any monies due the Contractor by the City. Books and manuals will be required for each vehicle as indicated in specifications. City will retain 10% on invoices until all manuals are delivered. 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. • NOTE: REQUIREMENT FOR BID BOND The-surety company issuing said bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States • Department of the Treasury. • SIGN ALL COPIES - Firm By Title PH-8C (91) CONTINUATION SHEET September, 1999 FOR SPREADER/DUMP BODY/SNOW PLOW AND BODY INTERCHANGE SYSTEM 35,000 G.V.W. GENERAL: • Shuttle System shall be designed for use with single axle, 35,000 G.V.W. chassis and cab with axle measurement of 96 inches. Shuttle System, hoist, hydraulic pump, hydraulic power drive and controls to be of the latest current models manufactured. Bidders are to supply full description and descriptive materials on unit bid with the proposal. It is the intent of these specifications to provide a complete unit with a Rexroth hydraulic system and a Spreadrite GL400 spreader system. The system shall be capable of operating without loss or gain of power when the plow, dump body and spreading operation is activated or deactivated at the same time. It is the successful bidder's responsibility to provide this type of unit. Unit furnished shall have the capability to lower box and plow without engine running. TYPE: Shuttle System shall be completely powered by hydraulics and shall be designed to load and unload different Bodies or Beds. As per the following manufactured multi-purpose Interchange System or equal. SHUTTLE: Maximum Lift Capacity: 24,000 lbs.Evenly distributed. Container Length: To be able to handle Beds and Boxes from 10 foot to 14 foot. Dumping: Must be able to dump at 54 degrees. Height of Loader: Loader height not to exceed 9" as measured from top of truck frame to top of loader rollers. Hook Height: 54 - inches from bottom of skid rails to centerline of hook bar. Loader must be able to pick up body 10-inches below grade when mounted on a truck with a 39" frame height. Tilting Hook Assembly: Loader must have pivoting type front tilt section (jib) to provide a low degree loading/unloading angle. SPECIFICATIONS FOR SPREADER/DUMP BODY/SNOW PLOW AND BODY INTERCHANGE SYSTEM 35,000 G.V.W. PAGE 2 Hook to include automatic mechanical safety latch, which disengages. only when the container/body is in proper position to be picked up or dropped off. Tilt Cylinder: Single 4-inch bore with 2-inch diameter rod cylinder. Cylinder must be double acting and include dual integral pilot-operated counterbalance valves to prevent cylinder collapse in case of hose failure. Tilt Section Operation: Loader must include a hydraulic lockout device to prevent operation the tilt section while loader is in the dumping mode. Lift/Dump Cylinder: Single 6-inch bore with 2-1/2 inch diameter rod cylinder. Cylinder must be double acting and include dual integral pilot-operated counterbalance valves to prevent cylinder collapse in case of hose failure: Dump/Tilt Interlock: Dumping must be accomplished through a rear pivot. Tilt and lift sections must lock into a rigid full-length 25"-wide frame to provide support for the container while in the dump mode. These sections form this frame without the use of mechanical latches, which rely on gravity, springs, of container/body mounted latches. Rear Body Hold-downs: Dual fixed-position hold down devices mounted to the dump frame to secure the body to the loader through all ranges of the dump mode. This must be accomplished without the use of steel springs and/or hydraulic/air cylinders. Rear Dump Hinge Pin: 2-1/2-inch diameter hardened, chrome-plated steel minimum. SPECIFICATIONS FOR SPREADER/DUMP BODY/SNOW PLOW AND BODY INTERCHANGE SYSTEM • 35,000 G.V.W. PAGE 3 Pins &Bushings: All pins to be hardened, chrome-plated steel. All bushings to be of the permanently lubricated variety.No grease zerks allowed. Hoses &Hydraulic Fittings: All hoses and fittings are to be SAE. Tipping angle, dumping position to rear of vehicle 54-degree minimum. WELDING: All joints and seams shall be fully welded inside, outside, skip welding not acceptable. HYDRAULIC PUMP DRIVE: The hydraulic system shall provide hydraulic power for the operation of shuttle system hoist, hydraulically driven material spreader, snow plow lift, dump body and snow plow swing. The hydraulic system shall be set to operate at 1500 to 4200 P.S.I. as required and shall be protected with a pressure relief valve. All components of hydraulic system shall be rated to withstand all pressures encountered. Must have manual hydraulic dump valve mounted on plow frame to release hydraulic pressure from plow back to tank so you can hook and unhook hydraulic hoses. HYDRAULIC PUMP DRIVE: Hydraulic pump shall be front of engine, crankshaft driven. Drive line from front of engine to hydraulic pump shall be of tubular construction with slip yoke. It is very important that the drive line be balanced and aligned properly to eliminate vibration. HYDRAULIC PUMP: Hydraulic pump shall be Rexroth Model A10V071DFR/30LP KC62N00 load sensing type or approved equal, designed for continuous operation capable of delivering up to forty-two (42) GPM upon demand contingent on pump R.P.M. RESERVOIR: Shall be combined assembly. To be Component Technology part# CT-VM30S-LS, to be mounted behind cab on right side. Must have minimum of 16" ground clearance and must be able to fill hydraulic tank with the Box in the down position. To have low oil indicator in tank and a light on dash in drivers view.To have dry compartment for control valves. SPECIFICATIONS FOR SPREADER/DUMP BODY/SNOW PLOW AND BODY INTERCHANGE SYSTEM 35,000 G.V.W. • PAGE 4 CONTROLS: Rexroth MP-18-20-C-HBFC3R/HBFC4RR/HBFC4/HBFC4/HBFF3(7)/HBFF3(24)/Q valve with compacted graphite housing (or equivalent to) with flow control on each section priority flow on first section only. Plow lift manual palm button overrides on three on three sections. Must have valves to operate Shuttle Tilt and Lift cylinders, spinner, conveyor chain, plow up-down, swing and dump body. Valves to be located in dry compartment in hydraulic tank with easy access. Spreader control console to include spreader control, Model Spreadrite GL 400, plow switches, dump box switch, strobe light switch, print out port, spinner light switch wiring harness with quick disconnects at console. Part#CTRSDS2C000EL. Spreader control shall be automatic, coordinate conveyor speed with the speed of the vehicle and sense differences in speed of vehicle and make corrections in the conveyor speed thereby automatically maintaining a uniform delivery of materials regardless of the vehicle speed. The spreader control system must be capable of maintaining the desired amount of material delivery from 200 pounds per lane mile up to 2000 pounds per lane mile plus or minus five (5%)percent. Spreader control console shall be dash mounted in cab of vehicle, within easy reach of the operator. (Not to be mounted on top of dash.) It shall be the responsibility of the successful bidder to supply and install spreader control system and to demonstrate compliance of these specifications. SUCTION LINE: Suction line from oil reservoir to hydraulic pump shall be two (2)inch I.D. SAE-100-4 or approved equal. Shall be clamped with heavy duty bolt type clamps, shall be fastened to truck frame at three foot spacing with steel clamps and they shall not compress or kink hose. RETURN LINE: Control valves return line to oil reservoir shall be one and one-quarter (1 1/4) inch ID. Single wire • braid SAE-100-R1 or approved equal. Shall have return manifold located at front of truck at cross member. 4-one-half(1/2") inch holes for plow -right, left and pump plus one (1) spare. SPECIFICATIONS FOR SPREADER/DUMP BODY/SNOW PLOW AND BODY INTERCHANGE SYSTEM 35,000 G.V.W. PAGE 5 1 -three-quarter(3/4")inch hole for return from manifold to rear manifold. Manifolds to be tied together with common hose to be filtered at tank. No pipe T's to be used as manifolds or with return lines. HYDRAULIC PRESSURE HOSES: All hydraulic pressure hoses shall be a minimum of two (2) wire braid, with a bursting pressure of four (4) times the operating pressure. All hydraulic hoses to have high pressure swivel couplings each end. Pressure hoses from control valves to snow plow lift and swing cylinders shall be one-half (1/2) with ID and shall extend twelve (12)inches beyond left exterior side of grille assembly and shall be capped. Pressure hoses shall be securely fastened to inside of truck frame at three (3) foot spacing with rubber covered steel flanges. Pressure hoses from control valves to dump body lift cylinders and Spreadrite remote control valve shall be three-quarter(3/4)inch I.D. Pressure hose from hydraulic pump to control valves shall be one (1) inch I.D. and shall be securely fastened to the truck frame at three (3)foot spacing with rubber covered steel clamps. HYDRAULIC HOSE FITTINGS: All hydraulic hoses shall have : EC 37 degrees from valve bank to tank bulk head. From tank bulk head to devices such as cylinders, drive motors, hydraulic tank, dump valves and fittings to be .TIC 37 degrees at bulk head and NTP at device end. All shall be swivel at each end. All hoses to be weatherhead 425. (NO EXCEPTIONS) All fittings to be weatherhead 425 (NO EXCEPTIONS) Fr FCTRICAL: All wiring for the dump box, plow controls and spreader controls are to be inside protective covering with twist type locks at each end. All wiring must be secured throughout the system. Power feed to control valve switches shall be from an IHC twenty(20) amp circuit breaker. Twelve (12) gauge wire size for power feed from battery terminal to solenoid. All body clearance lights, cluster and reflectors to be furnished, installed and connected to comply with current provisions of Federal Regulations. All wiring to be run in plastic loom and securely fastened to body. All strobe lights are to be wired into the spreader control console. SPECIFICATIONS FOR SPREADER/DUMP BODY/SNOW PLOW AND BODY INTERCHANGE SYSTEM 35,000 G.V.W. PAGE 6 To have recessed strobe lights on the rear of the box. Both sides to be rubber mounted and keyed switched in the cab to have one blue and one amber lens. To be approximately 7 5/8" long and 2" deep. To be a"Nova type WIC-3#1 DEU" or approved equal. Shall include two box strobe lights, 1 (one) 360 degree Strobe light, 1 (one)-switch assembly, and 1 (one) power pack. To include all wiring and installation. Shall also include in rear strobe package, a 360-degree amber strobe light to be mounted on the cab protector on a swivel bar as to tilt with the box. The 360-degree light shall be powered through the rear box strobe light controller. The switch to control shall be installed in the spreader control console. MOUNTING: Mounting of hydraulic pump drive, hydraulic pump, reservoir, dump hoist, dump body and all hydraulic components to the City of Omaha furnished truck chassis shall be accomplished by the successful bidder, cost of which shall not be paid for directly, but shall be considered incidental to the bid price. Unit shall be mounted locally, within twenty (20) days from delivery date of truck chassis. All mounting bolts shall be heat-treated grade eight(8)minimum. All mounting bolt holes shall be drilled. Truck frame flanges shall not be drilled or welded for mounting shuttle system components to truck frame. All bolts used for manufacture and mounting shall meet S.A.E. 429 specifications. PAINTING: NOTE: Solvent test must be performed to check integrity of primer coat from the factory. Take a lacquer thinner soaked rag and rub the primer. If the primer is softened or removed, follow guidelines established with system A. If the primer is okay, follow the guidelines established with system B. System A 1)Remove factory primer to bare substrate. 2)Treat bare substrate with Sherwin-Williams E2-G973 Vinyl Wash primer*, a minimum .4 mils is required. 3)Prime the entire unit with Sherwin-Williams PSE-4600 epoxy sealer*, a dry film thickness of 2.0 -2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours. 4) Topcoat with Sherwin-Williams Low VOC Sunfire*. Spray to match vehicle and have a minimum 2.0 -2.5 mils dry film thickness. SPECIFICATIONS FOR SPREADER/DUMP BODY/SNOW PLOW AND BODY INTERCHANGE SYSTEM 35,000 G.V.W. . PAGE 7 5)The entire system should have a minimum of 4.4 dry film thickness. System B • 1) Scuff sand factory primer with a 3M-7447 scuff pad or 320 grit sandpaper. 2)Blow off and solvent clean with Sherwin-Williams W4K157*Low VOC. Solvent Cleaner. 3) Seal the entire unit with Sherwin-Williams PSE-4600 Epoxy Sealer, a dry film thickness of 2.0 - 2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours. 4) Topcoat with Sherwin-Williams Low VOC Sunfire*. Spray to match vehicle and have a minimum 2.0-2.5 mils dry film thickness. 5)The entire system should have a minimum of 4.4 dry film thickness. *Follow guidelines outlined by the manufacturers Technical Product Data Sheets. MANUALS: The following sets of manuals shall be provided with each unit on all components of unit. Two (2)copies of maintenance and operation manuals. Two (2)copies of parts lists on all components of unit. Two (2)copies of hydraulic circuits. ADDITIONAL REQUIREMENTS: Must have adequate clearance between body and tires for tire chains. Must have fenders to cover rear tires. No dealer decals. It shall be the responsibility of the body supplier to Ziebart rustproof entire chassis, cab, shuttle system and dump body. To furnish and install rear bumper and hitch as per attached drawing. If the units are installed outside the Metro Area, a pre-delivery inspection to be completed prior to shipping. The suppliers to provide air fare and lodging to Vehicle Maintenance personnel and provide ample time to complete the pre-delivery inspection in supplier location. • SPECIFICATIONS FOR SPREADER/DUMP BODY/SNOW PLOW AND BODY INTERCHANGE SYSTEM 35,000 G.V.W. PAGE 8 WARRANTY: Manufacturer's standard warranty to apply and to include one year total parts and labor warranty and/or 12,000 miles after satisfactory acceptance of the vehicle. The vendor will be responsible for providing all warranty work within the Metro area of Omaha. If warranty work is not available within the Metro area the vendor will be responsible for any cost including transportation. DELIVERY: Unit to be delivered to the City of Omaha, Vehicle Maintenance Facility, 2606 North 26th 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. Street, Swap Dump Body,interchange • . • • ii ..• • • • • 1'- Gpil lla oA' •c.Jf c ..i • 1 — io z7i G1.£" ._ --ItK . I .---. ' ' •co -i57711°.4 L`c . - - - . PIN rLfgoot • • • v r i Gs --5 •1 - • 47�x � 3 ucNi� _ •��rn.� • • t way j�ric.� /n U 1 . • • +.. _ 3 a • _ 3 r - . �/�c; - -' Jr', .� Rol , . r. - 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 • C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr April 28, 2000 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on march 1, 2000 for the purchase of five (5) Swap Body Assemblies to be utilized by the Street Maintenance Division; and, WHEREAS, All Truck submitted a base bid of$44,095.85, being the lowest and best bid received for the purchase of the equipment, a copy of the bid documents is attached and by this reference made a part herein; and, WHEREAS, the total for all five is $220,479.25. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid from All Trucks for the purchase of five (5) Swap Body Assemblies to be utilized by the Street Maintenance Division, being the lowest and best bid received is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay in the amount of$220,479.25 from the year 2000 Street Maintenance Equipment Organization 1422, Street & Highway Allocation Fund 103. APPROVE AS TO FO 1=i3DD C Y ATTORNEY DATE P:\PW 1\9253sap.doc By 921J64 \\744tzek Couneilmember Adopted AP' 18 2060 - _o Cityrk 43 Approved.... Os/ , : ay 0 5. ƒ 8 U E 2 , . 9 = n - - � 7 m D a § n � * e \. \ 4• «. 7 7 ° • « o G 0 k o ° \ R 7 \ ti S` 7 \ o y` _ § w n � 2 ƒ \ ti0a 01—... ` II-F: - \ =Rak5 S \ K \ g ƒ . p _. ^ 0 § E . c4 / po 2 0 ? ] 7 [ 7 § 2k \ o_ ) \ \ U ] / / ¢ ƒ �• \ / 0 CD CD cp \ § ` 2 m § K > n e. z ' CD 7 k $ 5 0 crq = Cr " � � � � k \ \ §` 7 \ §' E" t. � t). \ - . 2: . . , ° ^ / • ®72, _