RES 1999-3053 - PO to Cornhusker Truck for truck chassis and cabsr
p
&ANNA,NFe� i E C F" R'r
W f Public Works Department
g'9u .P I0 PI J: 53
ref Omaha/Douglas Civic Center
z i C-1 . 1819.Famam Street,Suite 601
® !"1 �� , November 16 1999
°''` `"` r'1 "''" ('' :ry' Omaha,Nebraska 68183-0601
�A ry. • , .,L.r- �r1 (402)444-5220
ip r a .r_,,„°4''�to FEBc' 0`y I A!' 'i, �`' �� +:S: ,y r Telefax(402)444-5248
City of Omaha Don W.Elliott,P.E.
Hal Daub,Mayor -Public Vacs Director
Honorable President c c"'1
�n71
and Members of the City Council, y
; az
Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent tossue
a purchase order to Cornhusker Truck on the bid for the purchase of two 33,000 GVW:Ttruck clssis
and cabs to be utilized by the Street Maintenance Division.
The following bids were received on July 28, 1999.
Contractor Bid Per Unit
CORNHUSKER TRUCK $48,954.00 (LOW BID)
Omaha Truck Center 51,865.00
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 two 33,000 GVW truck
chassis and cabs from the Street Maintenance Organization 1422, Street and Highway Allocation
Fund 103.
The Public Works Department recommends the acceptance of the bid from Cornhusker Truck, in
the amount of$97,908.00, being the lowest and best bid received, and requests your consideration
and approval of this Resolution.
spectfu Respectfully su ' ed,
7/34,
Patrick J. McPherson Date Do . Elliott, P.E. Date
Administrative Services Director Public Works Director
pprov�d: Approved:
�. eV/ r a - 9 - �-q�(
Louis A. D Ercole Date Kel ie Paris Date
Finance Director " Human Relations Director
Refe to Cty C ci or Consideration:
9 3at7/
P:\PW1\7564.MAF Mayor's Office/ it e e
r
10 m Fri C C D
} W 0) N C o
CO c . N o
v v ni rt• y30 CO
c0 C) C) v
` 2 --1
-
c c • D Qc N z
-Dn 711.
n
N Cl) y 0 co = `-4: L
. D0 � `�
C) n C) Co') 0 rCW!) 0 N. O 1
Q Q a a Cr)m z 0 co
cn w w cn Z
D o D o > o N 70 -0 a 0 • 0
CD y m o m (7,
m o eL -6 g. _ -_, —. =
CD r Rd � Q° 0 •90 0 ngi Li • a D :n N fy
�, r
= rn m m m (n
= r r r' ca
n m O coO • O
r
m rn
a) m
1 'k. '
5% -44 aN : 'q --, , Qs )1
X C `C •rr__,110. '''''-ec
C<4P- * .
•., /i)c: tho $ --,1
q' . 44 .'14•
et ?\ L N
-0 C
X Z
n
m
Xc
- Z
m
-0 C
•
-0c
- z
. m
A_' ; CITY OF OMAHA - :.
REQUEST FOR BID AND BID SHEET
ON TRUCKS, CHASSIS-CABS, 2ND HALF 1999
FROM: P. M. Burke Published July 12, 1999
City Purchasing Agent
1003 Oi aha-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 Oh'P'ERED IS $20,000 OR MORE
Bid Closing Date July 28, 1999
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,
TRUCKS,CHASSIS-CABS,2ND HALF 1999 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[ J.
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
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.
Each vehicle group indicates estimated timeframe when
vehicles will be purchased.
Estimate
2 each Truck Chassis-Cab, 33,000 GVW per specifications of
September, 1998 (6 pages). Estimated to be purchased '
second half 1999.
MAKE & MODEL 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 °,U Firm Incorporated in
Delivery(or completion) Name Signature
calendar days following award Title Phone Fax
Address
HP-88 (94) Street/P.C.Box City State Zip
e x, CITY OF OMAHA
a REQUEST FOR BIDS
ON: TRUCKS, CHASSIS-CABS, 2ND HALF 1999
NOT AN ORDER Page 2
QUANTITY DESCRIPTION - - UNIT PRICE EXTENSION
Estimate Truck Chassis-Cabs, 35,000 GVW per specifications of
3 each September, 1998 (6 pages). Estimated to be purchased second
half 1999.
MAKE & MODEL OFFERED
BID/each $ S
3 each Truck Chassis-Cabs, 54,000 GVW per specifications of
September, 1998 (7 pages). Estimated to be purchased second
half 1999.
MAKE & MODEL OFFERED
BID/each $ $
Books and manuals will be required for each class of vehicles as
indicated in specifications. Price to be included in vehicle prices.
TOTAL OF VEHICLES BID S
(5% Bid Bond to be based on this amount.)
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. Questions to Wayne Reed at (402)444-4934.
Bidders must indicate delivery time for each vehicle type on bid sheet.
"Bidders must be duly licensed and authorized to sell the requested
products under the Nebraska Motor Vehicle Industry Licensing Act,
Neb. Rev.Stat. Section 60-1401.01 et seq., as of the date of bid."
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
^' 1,_. September, 1998
• SPECIFICATIONS
FOR
TRUCK CHASSIS AND CAB
(33,000 G.V.W.)
GENERAL:
Truck chassis and cab 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
proposal. Truck must comply with all current provisions of the National Traffic and Motor Vehicle
Safety Act.
TYPE:
Minimum G.V.W. rating of 33,000.
ENGINE:
Diesel Engine with S.A.E. J-816-B rating. Minimum net horsepower of 225 H.P. and a minimum
net torque of 605 foot pounds. Engine shall be of wet sleeve design only.
Any of the following diesel engines are acceptable:
(A) International,Model DT-466, 230 net H.P. at 2400
R.P.M.
(B) Cummins Model C8.3,225 H.P. at 2400 R.P.M.
Shall be equipped with the following: governor, heavy duty two-stage dry type air cleaner with
inside-outside air control,with in cab control,Racor(Model 2100 or approved equal) fuel filter.
Engine shall be equipped with an automatic cold weather starting aid.
Engine noise levels must be within Federal O.S.H.A. Regulations. •
Shall be equipped with a horizontal muffler with a vertical exhaust system, with rain cap, mounted
outside right frame rail behind cab.
•
' •SPECIFICATIONS FOR
TRUCK CHASSIS AND CAB
(33,000 G.V.W.)
PAGE 2
Engine shall be equipped with crankshaft adapter for attaching a shaft drive.
If engine is electronic, a scanner, chips and books must be included.
COOLING SYSTEM:
Increased capacity with heavy duty viscous fan drive. Anti-freeze to -35 degrees F. Radiator shall
have P.T.O. cut out included.
CAB:
Combination steel and fiberglass with ventilator and tilt type hood with stationary grille, dual
exterior cab grab handles, safety glass throughout, full width heavy-duty adjustable seat with heavy
duty vinyl trim, dual sun visors and door locks. Fresh air heavy-duty hot water heater with dual
defrosters. Electric 2 speed with intermittent capability wipers, windshield washers, floor mats,
seatbelts for three persons and dual electric horn. A.M.-F.M. radio installed overhead. Cab
dimensions to be approximately: Shoulder room, 70.0 inches; Floor to headliner, 56.6 inches.
MIRRORS:
Shall be equipped with right and left electric heated, outside mounted (West Coast) type 7" x 16"
minimum mirrors,mounted on extension type brackets. Shall have an eight (8) inch(8")minimum
round convex mirror mounted on right and left side of vehicle.
CONTROLS AND INSTRUMENTS:
Key locking starter switch, head, parking and dome light switch, headlight beam control, turn
signal indicator light,high beam indicator light and transmission oil temperature gauge.
Shall have speedometer, voltmeter, fuel, oil pressure, coolant temperature, engine hour meter and
tachometer. To have oil change indicator light.
All gauges shall be needle type located in dash panel.
•Gauges shall be equipped with automatic engine shut down device to protect against low oil
pressure and high coolant
temperatures.
ELECTRICAL: -
Twelve (12) volt system, heavy duty batteries shall have a minimum cold cranking power rating of
1800 amps, 100 amp heavy duty alternator minimum.
•
' SPECIFICATIONS FOR
, TRUCK CHASSIS AND CAB
(33,000 G.V.W.)
PAGE 3
One (1) Target Tech Model 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 ARA272 accessory
relay. If the vehicle is not equipped with a plug in, an adaptor will have to be used. No type of
solenoid shall be used in the system. If the vehicle is to have a spreader control console, the switch
will be mounted in the console. All strobe light wires are to be protected by plastic loom covering.
Base for strobe light shall be#210846.
Electric reverse alarm.
FRONT AXLE:
10,000 pounds minimum capacity, I-beam constructed.
STEERING:
Manufacturer's standard with power steering for a 10,000 pound front axle.
REAR AXLE:
23,000 pound minimum capacity, spiral bevel, single reduction type (Eaton Model #23421-C) for
on-off highway use, equipped with driver controlled traction differential. Air controls shall be
mounted within easy reach of operator. Rear axle ratio, with Cummins engine 5:43 to 1, with
International engine 4:88 to 1. -
Eaton Model #23421 shall include Eaton axle housing and axle shafts. NOTE: Eaton 23070 and
23085 not acceptable. To have top speed of approximately 63 mph.
DRIVE LINE:
Heavy duty drive line tube and universal joints (Spicer 1710)minimum.
FRONT SPRINGS:
Minimum of 6,000 pound capacity ground on each side of front.
REAR SPRINGS:
Minimum of 11,750 pound capacity at ground on each side of rear,plus leaf type auxiliary springs,
minimum capacity 2,250 pound capacity on each side of rear.
' PECIFICATIONS FOR
TRUCK CHASSIS AND CAB
(33,000 G.V.W.) •
PAGE 4
WHEELS AND TIRES:
Disc hub pivot wheels front and rear. Rear Tires: dual with four heavy-duty truck tubeless type
1100 x 22.5; radials Load Range H rating minimum, mounted on 8.25 inch rims. Mud and snow
tread design.
Front Tires: two heavy duty truck type 11R x 22.5 radials Load Range H rating mounted on 8.25
inch rims. Highway tread design. To have one spare rim included.
MAIN TRANSMISSION:
Allison Model 3060P five-speed, automatic transmission and power take-off opening. Shall also be
equipped with auxiliary transmission oil filter mounted in return line from oil cooler of
transmission.
FRAME:
Heavy duty frame channel fabricated with 50,000 P.S.I. steel, 18.3 section modulus, 915,000
R.B.M. minimum. Frame to have 50,000 P.S.I. frame reinforcement. Single frame rail not
acceptable.
Frame shall have a minimum of a twenty (20) inch integral front frame extension with C-channel
reinforcement for mounting of crankshaft driven hydraulic pump frame and plow frame. Cross
member to fit SAE "C".
Frame rail behind cab must be clean.
CAB TO AXLE:
Cab to axle measurement of 138 inches. Minimum 57" AF.
BRAKES SERVICE:
Full air with low air warning device. Compressor twelve (13.2) C.F.M. minimum, pressure oiled
'from truck engine. Dual air reservoirs, 3200 cubic inch capacity minimum, shall be equipped
with Bendix Westinghouse Model AD-9 air dryer with electric heater. All lines to be color coded.
Front brakes, 15" x 4", "S" cam single anchor type minimum.
Rear brakes, 16-1/2" x 7", "S" cam single anchor type minimum.
Slack adjusters to be automatic.
Brakes are to be out board.
�• SPECIFICATIONS FOR
TRUCK CHASSIS AND CAB
(33,000 G.V.W.)
PAGE 5
BRAKES,PARKING:
Single actuated spring loaded parking brakes on rear driving wheels with air operated dash mounted
control.
FRONT BUMPER:
Delete front bumper. If it cannot be deleted, furnish manufacturer's standard.
FUEL TANK:
One (1) fifty (50) gallon safety type fuel tank, step type, frame mounted right side. Minimum of
twenty-five (25) gallons of fuel when vehicle is delivered. Fuel tank shall not extend behind back
of cab. To have bottom step extended below the fuel tank.
ADDITIONAL REQUIREMENTS:
Successful bidder shall install Insta-Chain automatic tire snow chain with 6, strand chain. To have
greaseable chain wheels and dust seal.
120 volt, 1500 watt (Kim Hot Start Model BC-110) or approved equal engine heater with three
prong plug with weather tight receptacle mounted outside of engine compartment.
Clean frame left side of vehicle from back of cab to driving wheel.
MANUALS:
The following books and manuals will be required for each Series of vehicles. Price to be included
in vehicle prices.
If more than one type of vehicle are in the same manual; (example one-half(1/2) ton, one-half(1/2)
ton 4 x 4, and three-fourth (3/4) ton Chassis and Cab) it will be considered one series and the
required manuals would be:
•1 - Operators manual with each unit
And for each Series we will require:
1 - Complete Parts Book
4- Service/Maintenance Manuals on all components of unit
4 -Engine Emissions Diagnostic Testing Manuals
Or Softwear
If engine is electronic, a scanner, chips and books must be included. One scanner and chips for
y '
`each series of truck.
SPECIFICATIONS FOR
TRUCK CHASSIS AND CAB
(33,000 G.V.W.)
PACE 6
PAINT:
The entire unit shall be primed with two coats of rust resistant primer and shall be painted orange.
Federal Spec. T.T.C. #595. Color#12246.
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, Vehice 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.
33,000 GVW Chassis&Cab
Street 2
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 November 16, 1999
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on July 28, 1999, for the purchase of two 33,000
GVW truck chassis and cabs to be utilized by the Street Maintenance Division; and,
WHEREAS, Comhusker Truck submitted a bid of$97,908.00,being the lowest and
best bid received for the purchase of two 33,000 GVW truck chassis and cabs.
NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT,the bid of$97,908.00 from Comhusker Truck for the purchase of two 33,000
GVW truck chassis and cabs 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 order to Comhusker
Truck on the bid for the purchase of two 33,000 GVW truck chassis and cabs.
BE IT ALSO FURTHER RESOLVED:
THAT,the Finance Department is authorized to pay the cost of the purchase of two
33,000 GVW truck chassis and cabs from the Street Maintenance Organization 1422, Street and
Highway Allocation Fund 103..
APPRO D T FORg )_ t3-ff
Y ATTORNEY DATE
P:\PW 1\7565.MAF
7g-Nlek
By 02
Councilmember
Adopted ►OV....�...G::.19��
i' Ci lerk
Approved.. . ' :4:. ,9
Mayo
'V 'EA
\ % = p @
q' E w / n
/ _ _ - / p G .
. R S R n w c
\ ® o 0 \
o =
_ \ — § § -) § N Cr k
/ ( \ w - . \ Pi
P.
C / ° 3•? 7 w J CD
% ' a. E n• 3• R_ o
m � _ �
�. � 2 � � � � � � �
) _ _ S c 9.
7 I
^ &
w crg
2 v + \ 0cD § §
. @ ^ ° Q
n \ pi o
Fr
&
\ \ \' C \
•
�
�
�
•
•
? ~ . - - 2