Loading...
RES 1999-3055 - PO to Cornhusker Truck for truck chassis and cabs • . • aMnae,dyne . RECEIVED's� Public Works Department yip t_ �' rp PH x �`i�,. N 99 SE E 0 1: 53 Omaha/Douglas Civic Center n®. rlt.. �+ '� November -16 1 999. 1819 Famam Street,Suite 601 " ' Omaha,Nebraska 68183-0601 o4, FeBR�1,Q� a ` r, y, e' a..4.y (402)444-5220 0 f i t ;;r',, ;t ., t.A S l.z Telefax(402)444-5248 City of Omaha Don W.Elliott,P.E. Hal Daub,Mayor Public Works Director t�7 w;r; tC3 • f C"7 Honorable President _ , = j and Members of the City Council, '' to Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a purchase order to Comhusker Truck on the bid for the purchase of three 54,000 GVW truck chassis 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 $73,295.00 (LOW BID) Omaha Truck Center $79,806.00 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 three 54,000 GVW truck chassis and cabs from the Street Maintenance Organization 1422, Street and Highway'Allocation Fund 103. I Honorable President and Members of the City Council Page 2 The Public Works Department recommends the acceptance of the bid from Cornhusker Truck, in the amount of$219,885.00,being the lowest and best bid received, and requests your consideration and approval of this Resolution. Res ectfull submitted, 7/347 Patrick . McPherson, Director Date Administrative Services Department Approved: Referred to City Council for Consideration: 0 'ein W. Elliott, P.E. Date I Mayor's Office/Title t Date Director Approved: Approved: 4Zevaic.- -1,mt,o,' /qq- outs A. D'Ercole Date Kellie Paris Date Finance Director Human Relations Director P:\PW 1\9596.SKZ • • 0 m 2 c 2 N. � C o m `(N NW W _ C ° CD CD CD {y � oO WA) A) a C Da _ ( _ -i - -1 -, 731 D n X N N Z 'U c. C = = ? to 0 n C') A) cf) D coNNN N 1cn n cn • 03 0 OC a oNo- m N Cl)al a � O OW aCn ZZW 0) W C aa > o iv x -0N _D o D r Qo G1 co 0 -Sp 0 v - as D N, at c m rcp r cD cp (A co 0 I o m orn sn= o o q-., 4.)ii i c. s* ..7 .rz . I. k.1/4.1 `� N n m --� ite -4 8 ( J-.) -0 . - -tc z .• <‘ - .' ,,,--=P4—" :==:' -..., , Ocs:, . ; ,,,...,!?„ 4Iii, -7 m kt � c z— c) Li m -° c � z c�I = m • -oc 0 z - m _- � c . • — C) z - m 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 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 OFFERED 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[ I. 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 °6 Firm Incorporated in Delivery(or completion) Name Signature calendar days following award Title Phone Fax Address HP-88 (94) Street/P.O.Box City • . State Zip CITY OF OMAHA 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 $ $ 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 $ (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-£sC (91) CONTINUATION SHEET September, 1998 SPECIFICATIONS FOR TRUCK CHASSIS AND CAB (54,000 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 the proposal. Truck must comply with all current provisions of the National Traffic and Motor Vehicle Safety Act. TYPE: Minimum G.V.W. rating of 54,000. ENGINE: • Diesel engine with S.A.E. J-816-B rating. Minimum net horsepower of 300 H.P. and a minimum net torque of 1050 foot pounds. Any of the following diesel engines are acceptable: (A) Detroit Diesel, Model 60, 11.1 Liter, 1150 foot pounds, 300 H.P. at 1800 R.P.M. (B) Cummins, Model ISM-305, 305 net H.P. at 2100 R.P.M. (C) Caterpillar C10, 305 H.P. at 2100 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 6400 or approved equal) fuel filter with coolant thermostat. 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 raincap, mounted outside right frame rail behind cab. Engine shall be equipped with crankshaft adapter for attaching a shaft drive. If engine is electronic, a scanner, chips and books must be included. SPECIFICATIONS FOR TRUCK CHASSIS AND CAB 54,000 G.V.W. - PAGE 2 COOLING SYSTEM: Increased capacity with water filter, heavy duty viscous fan drive and 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 assembly with stationary grille, dual exterior cab grab handles, safety glass throughout, both driver and passenger seats to be "National Cushion Air 195 Air" fully adjustable seats with heavy duty vinyl trim, dual sun visors and electric door locks. Fresh air heavy-duty hot water heater with dual defrosters, electric operated windshield wipers, windshield washers, floor mats, seat belts and dual electric horns. Cab dimensions to be approximately: Shoulder room, 70.0 inches; and Floor to headliner, 56.6 inches. Shall be equipped with AM-FM radio, mounted overhead. MIRRORS: Shall be equipped with right and left electric, heated, outside mounted (West Coast) type 7" x 16" fully adjustable mirrors, mounted on extension type brackets. Shall have an eight (8) inch 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 and high beam indicator light. Shall have speedometer, voltmeter, fuel, oil pressure, air pressure, coolant temperature, engine hour meter and R.P.M. gauges. 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. • e. - 01• <- SPECIFICATIONS FOR TRUCK CHASSIS AND CAB 54,000 G.V.W.. PAGE 3 ELECTRICAL: One (1) Target Tech Model 851 strobe light with amber lens mounted in the center of the 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 AR 272 accessory relay. If the vehicle is not equipped with a plug in, an 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. Must be junction at rear for an additional light. Electric reverse alarm to be installed. FUEL TANK: One (1) Sixty Three (63) gallon safety type fuel tank, step type, frame mounted left side. Minimum of twenty-five (25) gallons Of fuel when unit is delivered. Fuel tank not to extend behind back of cab. CAB TO AXLE: Cab to trunion measurement minimum 138 inches. Unit shall be set back axle design only. AF. minimum 53". WHEELBASE: Wheelbase minimum 202 inches, maximum 206 inches. FRAME: Heavy duty frame channel fabricated with 110,000 P.S.I. steel, 30.0 section modules, 3,300,0,00 R.B.M. minimum. 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. Must have clean frame from cab to front of left and right front rear driving wheels. Front crossmember to meet specifications for SAE#C Hydraulic Pump. FRONT BUMPER: Delete front bumper. If it cannot be deleted furnish manufacturer's standard bumper. SPECIFICATIONS FOR TRUCK CHASSIS AND CAB 54,000 G.V.W. PAGE 4 - FRONT AXLE: 20,000 lb. minimum capacity, I-beam constructed. To be set back. STEERING: Manufacturer's standard with power steering for an 18,000 lb. front axle. • REAR AXLE: 40,000 lb. minimum capacity, single reduction tandem axle, through drive air operated differential lockout for on-off highway use, (Spicer Model J400S or equal), fifty-two (52) inch steel beams. Spicer Model J-400S shall include Spicer axle housing and axle shafts. Rear axle ratio shall be 4:44 to 1. Vehicle top speed to be approximately 65 m.p.h. at governor R.P.M. DRIVE LINE AND U-JOINTS: Heavy duty drive line tube, main drive line U joints, 1810 Spicer minimum, interaxle drive line U joints, 1710 Spicer minimum. FRONT SPRINGS: Minimum of 10,000 lbs. capacity at ground on each side of front. REAR SUSPENSION: Heavy duty rubber "Hendrickson Model R.S. 400" suspension with additional heavy duty cushions each side of rear for increased stability. TRANSMISSION: Allison Model HD-4560P five speed, automatic transmission, with right and left power take-off opening. To be equipped with heavy duty high capacity transmission oil cooler mounted in front of radiator Shall also be equipped with auxiliary transmission oil filter mounted in return line from oil•cooler of transmission. 1 SPECIFICATIONS FOR TRUCK CHASSIS AND CAB 54,000 G.V.W. PAGE 5 BRAKES - SERVICE: Full air brakes with low air warning device. Air compressor minimum of thirteen point two (13.2) C.FM pressure oiled from truck engine. Dual air reservoirs, 5200 cubic inch capacity. Front brakes 16-1/2" x 6", "S" cam single anchor type minimum. minimum, shall be equipped with Bendix Westinghouse Model AD-9 air dryer with electric heater. Rear brakes 16-1/2" x 7", "S" cam single anchor type minimum. To have automatic adjusting Slack adjuster. To have extra air tank to supply Box vibrators. To have out board brakes. BRAKES - PARKING: Piggy back mounted spring actuated, on four rear driving wheels with air operated dash mounted control. WHEELS AND TIRES: Disc Hub Pivot wheels front and rear. Rear tires: eight heavy duty truck type 11R-22x5, G rating minimum mounted on 12.25 inch rims. Mud and snow tread design and automatic snow tire chains. To have one spare rim included. Front tires: Two heavy duty truck type 425/65R 22.5, J rating minimum mounted on 12.25 inch rims. Highway tread design. ADDITIONAL REQUIREMENTS: 120 volt, 2000 watt (Kim Hot Start Model MB-110), or approved equal, engine heater with three prong plug and weathertight receptacle mounted outside of engine compartment. Successful bidder shall install on spot (TM) automatic tire snow chains or approved equal system. No dealer decals. Auxiliary step right and left side for easy access into truck cab. h ,,,. :•A • SPECIFICATIONS FOR TRUCK CHASSIS AND CAB 54,000 G.V.W. PAGE 6 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: One (1) Operators manual with each unit And for each Series we will require: • One (1) Complete Parts Book Two (2) Service/Maintenance Manuals on all components of unit Two (2) Engine Emissions Diagnostic Testing Manuals Or Softwear If engine is electronic, a scanner, chips and books must be included. One scanner, books and chips for each series of trucks must be included. PAINT: The entire unit shall be primer with two coats 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. 1 SPECIFICATIONS FOR TRUCK CHASSIS AND CAB 54,000 G.V.W. PAGE 7 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. 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. 54,000 GVW Chassis&Cab Street 1 A'!. 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'Zsa CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr November 16, 19 99 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on July 28, 1999 for the purchase of three 54,000 GVW truck chassis and cabs to be utilized by the Street Maintenance Division; and, WHEREAS,Cornhusker Truck submitted a bid of$148,362.00,being the lowest and best bid received for the purchase of three 54,000 GVW truck chassis and cabs. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of $219,885.00 from Cornhusker Truck for the purchase of three 54,000 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 Cornhusker Truck for the purchase of three 54,000 GVW truck chassis and cabs. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of the purchase of 54,000 GVW truck chassis and cabs from the Street Maintenance Organization 1422, Street and Highway Allocation Fund 103. APPROVED TO ORM: / 37f Y ATTORNEY DATE P:\PW 1\9597.SKZ Isg-Azek By Ciiu4c. Councilmember Adopted NO V 1 6 1999 O Aviw ty Clerk Approve:.... .. . .. ... r 1 q / / § 2 , 7` 0 m E E a A / ' idr LA Cr I o ? \' O PLJ t § w ° • cr § R.m . k • : . § ) Cr' ° / 1 \ ° N .• - 0 0 1-0= . .I 2 . • S 8 . . § §• a n ƒ / 61( \ 0 w ® 0 & ± CM A § § ° # w S � _ ® c \ ? R 7 ) r ¥ R . \ - / % Cl) ° " Cl) \ ° \ y' C { O _ t . �� . " .� r