RES 1999-0807 - PO to HP Smith for pickup truck 1
F 0MAHA,N.e,�
��;���� Public Works Department
e ��;�« n Omaha/Douglas Civic Center
t®,i' Iril '�Y 1819 Famam Street,Suite 601
o. . _y r March 30, 1999 � MAR 9 ���1 ��� �d,�j
Omaha,Nebraska 68183-0601
'PA �,.
O'T�D FEBR�ri� (402)444-5220
_ �` 1 Telefax(402)444-5248
City of Omaha a��' `( ' 14 �� �1 { DonW.Elli Elliott,P.E.
Hal Daub,Mayor 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 on the bid for the purchase of one 1/2 ton 4X4 extended cab pickup
truck to be utilized by the Quality Control Division.
The following bids were received on March 3, 1999.
Contractor Base Bid
H. P. SMITH $21,630.00 (SOLE BID)
An additional add on price of$705.00 for air conditioning plus $496.00 for various manuals is also
recommended. A deduction of$100.00 for bumper paint is also being recommended, bringing the
total cost to $22,731.00.
A copy of the bid specifications 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 1/2 ton 4X4 extended
cab pickup truck from the Environmental Quality Control Equipment Organization 1483, Sewer
Revenue Fund 541.
• IC.
Honorable President
and Members of the City Council
Page 2
The Public Works Department recommends the acceptance of the bid from H. P. Smith, in the
amount of$22,731.00,being the lowest and best bid received, and requests your consideration and
approval of this Resolution.
Respectfully sub , Respectfully submitted,
-)9/7k -f2e-Xth. .3/
Patrick J. McPherson Date Don W. Elliott, P.E. bate
ASD Director Public Works Director
Approved as to Funding: Approved:
. 3//4
ouis A. D'Ercole �Dat "de ge L is, Jr. Date
Finance Director Human ations Director
Referred to City Council for Consideration:
7/'
Mayor's Office/Title Date
P:\PW 1\6943.MAF
Interoffice
MEMORANDUM
Dedicated To Excellence
To: Pat Burke,Purchasing Agent
From: Wayne Reed
Subject:. Bid Award,Extended Cab,Quality Control
Date: March 9,1999
The Administrative Services Department,Vehicle Maintenance Division recommends acceptance of
the bid by:HP Smith,to supply one 1/2 Ton 4X4 Extended Cab Pickup for a bid price of $21,630.00,
plus optional packages below,giving a total price of$22,731.00.
A/C $705.00
1 Parts Manual $85.00
1 Service Manual $236.00
1 Emission Manual $175.00
Deduction for Bumper Paint - $100.00
Total Options $1,101.00
Please,Proceed with writing the resolution for the City Council.
Attachment
PC. Pat McPherson
Norm Jackman
Frank Shimkus
Harald Flatoen
Sue Frank
Gary Cvitak
Bid Award,Extended Cab,Quality control
. O d o d o' C
A
. " , DI = cc o �- C W. .i_ x. rn O On CD O Z
' _m
-. ° j CD o °
Ocm '
to-,Cl. v ca to n n Caa. n
N (
CD n D N
N • a a <' 0 C/) O 0 o n CD C/) C O CQ O
X °D o Wup cu
7] c cn : Z -D /0 3
co
Q° A -0 ' '-1 > a C O cr. N
0 °o D i c Z a V) > =
D C o�
0 0 o CD- oo �.' C)
0 6 ill X p
CD CD CD CD ID m m 0) CD
.P. CD CDO
m
•
;U CZ 471)C) �
m �
.."V ),L,9,,,,,,,E,
boa p>,,
(
p
' c
Xz
. m
-° c
33z
m
-u
nz
m —1
c
, z
m -
p
1* 0
CITY OF OMAHA P'.M
REQUEST FOR BID AND BID SHEET
ON COMPACT AUTOMOBILES, PICKUP TRUCKS, ETC., 1ST HALF 1999
FROM: P. M. Burke Published February 17, 99
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 March 3, 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,
COMPACT AUTOMOBILES,PICKUP TRUCKS,ETC.,1ST 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.
Bidder may offer 1998 model year. Clearly show year you are
bidding in the"Make &Model"space for each vehicle bid or
show as an alternate.
The 1999 budget year will be broken into first half or second
half purchases. This vehicle group indicates estimated time
frame when vehicles will be purchased as first half, 1999.
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 °G Firm Incorporated in
Delivery(or completion) Name Signature •
calendar days following award Title Phone Fax
Address Zip
P-8B (94) Street/P.O.Box City State
J
CITY OF OMAHA
REQUEST FOR BIDS
ON: COMPACT AUTOMOBILES, PICKUP TRUCKS, ETC., 1ST HALF 1999
NOT AN ORDER Page 2
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Estimated
1 each New Compact Pickup Truck per Specifications for Compact Pickup Truck
(5 pages) dated September 1998.
MAKE & MODEL OFFERED
BID/each $ $
OPTIONAL
Add for factory A/C installed ADD/each $
Add for sliding rear window/sliding type ADD/each $
Add for 4 wheel drive ADD/each $
Add for traffic arrow ADD/each $
Add for manuals ADD/each $
OPTIONAL-An optional bid is requested if the manufacturer is
producing alternative fuel motor vehicles in any of the following
categories for the above compact pickup truck. A separate
purchase order may be awarded.
E85(units capable of operating on a fuel mixture of up to
85%Ethanol/15%Unleaded gasoline without additional change or
conversion):
MAKE: MODEL:
ENGINE: BASE PRICE:
EPA:
BID/each $
Propane (units capable of operating on propane without
additional change or conversion):
MAKE: MODEL:
ENGINE: BASE PRICE:
EPA:
BID/each $
•
SIGN ALL COPIES Firm
By
Title
PH-8C (91) CONTINUATION SHEET
.0
1 I CITY OF OMAHA
II REQUEST FOR BIDS
ON: COMPACT AUTOMOBILES, PICKUP TRUCKS, ETC., 1ST HALF 1999
NOT AN ORDER Page 3
QUANTITY
DESCRIPTION UNIT PRICE EXTENSION
Natural Gas(units capable of operating on natural gas
without additional change or conversion):
MAKE: MODEL:
ENGINE: BASE PRICE:
EPA:
BID/each $
2 each Two Door Four-Wheel Drive Utility Vehicles,per specifications
(4 pages) dated February 1999 - Traffic.
MAKE & MODEL OFFERED________---- $
BID/each $
OPTIONAL-Add for factory NC installed
ADD/each $
7 each 5900 GVW Pickup Trucks per specifications(5 pages)dated
August 1998.
MAKE & MODEL OFFERED__________----- $
BID/each $
OPTIONAL
Add for factory air conditioning
ADD/each $
Add for hitch price
ADD/each $
Add for sliding rear window
ADD/each $
Add for ma
nuals ADD/each $
Add to raise GVW to 6200 lbs. ADD/each $
OPTIONAL-An optional bid is requested if the manufacturer is
producing alternative fuel motor vehicles in any of the following
categories for the above pickup trucks. A separate
purchase order may be awarded.
E85(units capable of operating on a fuel mixture of up to
85%Ethanol/15%Unleaded gasoline without additional change or
conversion):
MAKE: MODEL:
ENGINE: BASE PRICE:
EPA:
BID/each $
Firm •
SIGN ALL COPIES By
Title
CONTINUATION SHEET
PH-8C (91)
`r. CITY OF OMAHA
REQUEST FOR BIDS
ON: COMPACT AUTOMOBILES, PICKUP TRUCKS, ETC., 1ST HALF 1999
NOT AN ORDER Page 4
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Estimated
1 each Propane (units capable of operating on propane without
additional change or conversion):
MAKE: MODEL:
ENGINE: BASE PRICE:
EPA:
BID/each $
Natural Gas(units capable of operating on natural gas
without additional change or conversion):
MAKE: MODEL:
ENGINE: BASE PRICE:
EPA:
BID/each $
1 each Half Ton Extended Cab new Four Door Pickup Truck 4X4 per
specifications(5 pages)dated September 1998.
MAKE&MODEL OFFERED
BID $ $
OPTIONAL
Add for Manuals ADD/each $
Add for factory A/C installed ADD/each $
Add for sliding rear window ADD/each $
2 each Seven Passenger Mini Van,5540 GVW per specifications(5 pages)
dated September 1998.
MAKE&MODEL OFFERED •
BID $ $
OPTIONAL •
Add for Manuals ADD/each $
•
SIGN ALL COPIES Firm
By
Title
CONTINUATION SHEET �r
PH-8C (91)
•
CITY OF OMAHA
REQUEST FOR BIDS
ON: COMPACT AUTOMOBILES, PICKUP TRUCKS, ETC., 1ST HALF 1999
NOT AN ORDER Page 5
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Estimated
1 each 8000 GVW Window Van per specifications(5 pages)dated September 1998.
MAKE&MODEL OFFERED
BID $
OPTIONAL
Add for Manuals ADD/each $
1 each 11,000 GVW Cab &Chassis with dual rear wheels&Sign Body per
specifications(4 pages)dated September, 1998,and
specifications for sign body (4 pages, drawings, 8 pages) dated
September 1998.
MAKE&MODEL OFFERED
BID $ $
OPTIONAL
Add for Manuals ADD/each $
2 each 14,500 GVW Truck Cab&Chassis with Dual Rear Wheels per
specifications(4 pages)dated September, 1998-Platform
Dump Body with Electric Crane (4 pages-2 drawings) and 2000 lb
Electric Crane (2 pages).
MAKE&MODEL OFFERED
BID $ $
OPTIONAL
Add for Manuals ADD/each $
Add for extended cab ADD/each $
TOTAL OF VEHICLES BID $
(For 5% bond)
Books and manuals will be required for each class of vehicle as
indicated in specifications. Price to be included in vehicle prices.
City will retain 10% on invoices until all manuals are delivered.
SIGN ALL COPIES Firm
By
Title
PH-8C (91) CONTINUATION SHEET
•
CITY OF OMAHA
REQUEST FOR BIDS
ON: COMPACT AUTOMOBILES, PICKUP TRUCKS, ETC., 1ST HALF 1999
NOT AN ORDER Page 6
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
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. •
Special Note:
Fleet Defects
Scope of Warranty Provisions
"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 et seq., as of the date of bid."
Bidders must indicate delivery time for each vehicle type on bid sheet
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
CONTINUATION SH
EET
PH-8C (91)
September, 1998
SPECIFICATIONS
FOR
HALF TON EXTENDED CAB
THREE/FOUR DOOR PICKUP TRUCK
4X4
GENERAL:
Standard cab and chassis with pickup box to be the latest current model of standard design
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 current provisions of
the National Traffic and Motor Vehicle Safety Act.
TYPE:
Extended cab and chassis pickup with 6'6" fleetside body style with three or four doors and rear
step bumper. With four wheel drive.
•
GVW:
Minimum GVW 6000 lbs.
ENGINE:
Eight(8) cylinders minimum 4.6 liter and electronic fuel injection, to operate on unleaded gasoline.
To include fuel filter with replaceable element, full flow screw on type oil filter and dry type air
cleaner. •
Engine noise levels must be within Federal O.S.H.A.Regulations.
COOLING:
Manufacturer's heavy duty, increased cooling capacity radiator,pressure cap,4.80 degree thermostat
and anti-freeze to -35 degrees F.
CAB:
Fully enclosed all steel constructed with ventilator, safety plate glass throughout, full width front
adjustable seat,heavy-duty vinyl trim. Extended cab shall have bench seats with seat belts and third
or fourth door. Must have driver side air bag.
Dual sun visors. Door locks. Fresh air heavy-duty hot water heater with dual defrosters.
Windshield wipers to be two speed with intermittent capability; dual electric horns, windshield
washers,rubber floor covering and seat belts with spring loaded retractors.
SPECIFICATIONS FOR
HALF TON EXTENDED CAB
THREE/FOUR DOOR PICK UP TRUCK 4X4
PAGE 2
MIRRORS:
Dual right and left outside mirrors, low mount swing away type and rear vision inside mirror.
CONTROLS AND INSTRUMENTS:
Key locking ignition switch, head, parking and dome light switch, traffic hazard switch, headlight
beam control, speedometer, ammeter, or volt meter, fuel, oil pressure, engine temperature, turn
signal indicator light and high beam light. If the ignition key is a chip type, or security type an
additional 3 spare keys are required making a total of 5 keys. Shall have hour meter.
ELECTRICAL:
Twelve(12)volt system, heavy duty battery shall have a minimum cold power rating of 750 amps,
130 amp heavy duty alternator minimum.
All vehicle lighting as per Federal Regulations.
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 AR272 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. All strobe light wires are to be protected by plastic loom
covering. Base for strobe light shall be 210846.
FRONT AXLE:
3,200 lb.minimum capacity,with heavy duty stabilizer bar.
STEERING:
Manufacturer's standard power steering.
REAR AXLE:
3,600 lb. minimum capacity, equipped with no spin or limited slip differential.
SPRINGS,FRONT:
Manufacturer's maximum capacity for 3,000 lb. front axle.
• l
SPECIFICATIONS FOR
HALF TON EXTENDED CAB
THREE/FOUR DOOR PICK UP TRUCK 4X4
PAGE 3
SPRINGS,REAR:
Manufacturer's maximum capacity for 3,200 lbs.
SHOCK ABSORBERS:
Heavy duty double acting front and rear.
TIRES AND WHEELS:
Five (5) P235/70R16 SL tubeless type tires minimum, mounted on 6 inch wide wheels minimum.
To be equipped with in pickup box spare tire carrier. All tires to be all terrain type.
FUEL TANK:
Manufacturer's minimum of 25 gallon capacity with a minimum of ten (10) gallons of fuel with
unit when unit is delivered.
TRANSMISSION:
Automatic four-speed with overdrive,heavy duty type. Front hubs
to be automatic locking type.
RADIO:
Standard AM or AM-FM radio to be included.
WHEELBASE:
Minimum wheelbase measurement of 139 inches.
PICKUP BOX:
All steel double wall constructed pickup box with a minimum length of 78 inches. Box shall have
spray on type Perma liner installed, including sidewalls and tailgate.
BRAKES:
Hydraulic service brakes with power assist. Parking brakes,
mechanical type on rear wheels or drive line.
d
SPECIFICATIONS FOR
HALF TON EXTENDED CAB
THREE/FOUR DOOR PICKUP TRUCK 4X4
PAGE 4
BUMPERS:
Shall have full width front bumper and a rear step bumper factory installed. If bumpers are painted
they must match the vehicle color.
PAINTING:
EXTERIOR: standard manufacturer's white.
•
ADDITIONAL REQUIREMENTS:
It shall be the responsibility of truck supplier to Ziebart rustproof entire vehicle.
One(1)cigarette lighter(12 volt).
One(1)Power Port (12 volt).
No dealer decals.
Shall have engine block heater installed.
HITCH AND TOW PACKAGE:
Hitch package shall include:
1. Super or extra cooling
2. Trans oil cooler
3. 130 amp alternator
4. Heavy duty battery
5. Heavy duty shocks
6. 3.55 Rear axle
7. Hitch—Receiver class III
MANUALS:
Shall have one(1) operators manual with each unit.
1
d
SPECIFICATIONS FOR
HALF TON EXTENDED CAB
THREE/FOUR DOOR PICK UP TRUCK 4X4
PAGE 5
OPTIONAL PRICE:
MANUALS:
The following books and manuals will be required for each Series of vehicles. Please provide price
for each manual.
2 -Complete Parts Books
4- Service/Maintenance Manuals on all components of unit
4-Engine Emissions Diagnostic Testing Manuals
Or Softwear
OPTIONAL PRICE:
Factory installed air condition.
OPTIONAL PRICE:
Rear window to be sliding type.
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 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.
4x4 pickup extended cab
Quality Control
.c-ZSA• Y CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebr March 30 .... 19 99
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on March 3, 1999, for the purchase of one 1/2 ton
4X4 extended cab pickup truck to be utilized by the Quality Control Division; and,
WHEREAS, H. P. Smith submitted a bid of$22,731.00, being the lowest and best
bid received for the purchase of one 1/2 ton 4X4 extended cab pickup truck.
NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA: ,
THAT,the bid of$22,731.00 from H. P. Smith for the purchase of one 1/2 ton 4X4
extended cab pickup truck to be utilized by the Quality Control Division, a copy of the bid
specifications 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 for the purchase of one 1/2 ton 4X4 extended cab pickup truck.
BE IT ALSO FURTHER RESOLVED:
THAT,the Finance Department is authorized to pay the cost of the purchase of one
1/2 ton 4X4 extended cab pickup truck from the Environmental Quality Control Equipment
Organization 1483, Sewer Revenue Fund 541.
APPROVED AS TO FORM:
—/5- P
ISTANT CITY ATTORNEY DATE
P:\PW1\6944.MAF
it'ih4,612901,44...
By
Councilmember
Adopted MAR 3 0 1999 ,,, -o
rsi....
. ; city,-rk
Approved dl.:. .:., BP„ ... . . .
O ayo * 0
rn IRliulit
` �8 > o 0
0 °
O
t n \ --4a tiui 5 O C a.UR
5
a u zOh .9
O N 6
) Z. 0 CM til CD � � (\1.7L, O x
n
4 2. -ERN r a
J ,o O O
. 0 pp - a to
.
•
N r O `.3"
.-1 `c O Cr CD CD