Loading...
RES 2018-0673 - PO to Cornhusker International Trucks for truck chassis, dump box and spreaders 0N0,1A,..n,�,e '�� 4's� R w.. C LIVE fl Public Works Department Omaha/Douglas Civic Center ^ . x t c R JUL 1`7 2018 1819 Famam Street,Suite 601 oyA tz*,4 . '`'y 2018 JUL -6 PM 12: 20 Omaha,Nebraska 68183-0601 op 4 (402)444-5220 FEBIce Fax(402)444-5248 City of Omaha "i T Y CLERK RK Robert G.Stubbe,P.E. Jean Stothert,Mayor N.EtitAltIkkA Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Cornhusker International Trucks for the purchase of four(4)35,000 GVW Truck Chassis, Dump Box and Spreaders to be utilized by the Street Maintenance Division. Street Maintenance has recommended the award to Cornhusker International Trucks based on a bid submitted to Douglas County Purchasing for the bid named City of Omaha 35,000 GVW Truck Chassis on June 06; 2018 in the amount of$725,124.00. The, Finance Department is authorized to pay the cost of this 'purchase from the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2018 expenditure. Cornhusker International Trucks has filed the required Contract Compliance Report, Form CC-1, as determined by the Human Rights and Relations Department. The Public Works Department requests your consideration and approval of the attached Resolution. Respectfully submitt Approved: :&.t1:7-----hal 7-3 It Ro ert G. Stubbe, P.E. Date Franklin T. Thompso Date Public Works Director Human Rights and Relations Director Approved as to Funding: Referred to City Council for Consideration: /e-4//f Step en 8. Curtiss Date Mayor's Office Date Finance Director ig4+1y 2157Cgrp City Clerk Office Use Only: Publication Date (if applicable): RESOLUTION NO. 03 Agenda /7 jQ Date: Department: Pah Wt5 CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Street Maintenance Division of the Public Works Department is in need of 4 (four) 35,000 GVW Truck Chassis, Dump Box and Spreaders; and, WHEREAS, bids were received on June 06, 2018 for the purchase of four (4) 35,000 GVW Truck Chassis, Dump Box and Spreaders to be utilized by the Street Maintenance Division; and, WHEREAS, Cornhusker International Trucks submitted the lowest and best bid to Douglas County Purchasing for the bid named City of Omaha 35,000 GVW Truck Chassis. A detailed bid tabulation is attached. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent is authorized to issue a Purchase Order to Cornhusker International Trucks in the total amount of$725,124.00 for four (4) 35,000 GVW Truck Chassis, Dump Box and Spreaders to be utilized by the Street Maintenance Division; and that, the Finance Department is authorized to pay the cost of this equipment from the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2018 expenditure. 2157grp APPROVED AS TO FORM aCITY ATTORNEY DATE Adopted: ~JUL 1 7 2018 """Q Attest: City Mayor • BID BOND: 5% • j Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA 35,000 GVW Truck Chassis, Dump Box,Spreader or Comhusker Comhusker Wicks Wicks Liquid Tank,and 10'Snow Plow Cornhusker International International Truck Center Wicks Sterling Sterling International Trucks- Trucks- Companies-. Sterlin Trucks• Inc- Trucks Inc- Date of Opening Page 1 Trucks Alternate#1 Alternate#2 Omaha Trucks c Alt#1 Aft#2 June 6,2018 • Department As R in Bid Committee FLEET MANAGEMENT • Quantity DESCRIP UNIT UNIT UNIT UNIT UNFIT UNIT UNIT PRICE . PRICE PRICE PRICE PRICE PRICE PRICE 35,000 GVW Truck Chassis, Dump Box, Spreader or Liquid 4 each Tank, and 10'Snow Plow BID/each: $181,281.00 $186,857.00 $197,261.00 $201,676.00 $203,550.00 $191,146.00 $193,602.00 '• Freightliner/ Manufacturer: International International International Henderson Western Star Western Star Western Star HV507 HV507 w/ Model: HV507 W/TBEI W/Protech Henderson MZ-106 Marke 4700SF 2020 4700SF 2020 4700SF 2020 TOTAL BID: $725;124.00 $747,428.00 $789,044.00 $806,704.00 $814,204.00 $764,584.00 $774,408.00 • • • • • • Bid Bond Received: B B B B B B B • Terms: Net 10 days. Net 10 days Net 10 days — . Net 30 days Net 30 days Net 30 days Delivery: 210 Days 210 Days 210 Days 365 Days 210 Dais 210 Days 210 Days DOUGLAS COUNTY TMH REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA 35,000 GVW Truck Chassis, Dump Box,Spreader or Liquid Tank,and 10'Snow Plow RETURN BIDS TO: Published: May 9,2018 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,June 06,2018 IMPORTANT 1. Bid must be In the office of the CITY CLERK,1819 Farnam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 Exemption certificates will be furnished. Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA 35,000 GVW Truck Chassis,Dump Box,Spreader or 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. Liquid Tank,and 10'Snow Plow 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make -Bid bond or certi l check shalt> de payable to'City of Omaha" suggestions covering reduction in costs wherever this is possible through • __. FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise Indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www,douelascountvpurchasina.ora. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the items)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION 35,000 GVW, Single-Axle, Truck Chassis, 11 Foot Dump Box with Interchange System to include Spreader or Liquid Tank, and 10 Foot Snow Plow as per the attached • 4 each specifications. BID/each: $ l f 1 ?b 1. $7?S,,% `t', (5%Bid Bond is to be based upon this amount,if over S20.000.001 Manufacturer: Sn (r)cj-i cn a Model: .t-4-V J 0 7 ref J 75 a 1- Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title and opening date in the subject line. The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date. Answers-to-questions-will-be-posted via-an-addendum_at___ www.douglascountypurchasing.org under Current Bids and Proposals for your specific bid, not later than the Friday prior to bid opening. All bidders awarded a contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be In effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) payment Terms Nei-°iJO ' S Firm: r GACS Incorporated In: . y N eo,<-in ht.s�C�� �.r,�U'�c�-�-I Or1cc>t 1 rt.t.• � ��t!'e- Jelivery(or completion) Name: r-RtD4yl,e.— Signatur • calendar days following Title: Sri reeler fern Ph04:02_•3 Fax4O2_ —ce,S+J a O award Address: 4cj I(N3 -k CDinc�a t l< a &1 3 7 td,1 cx)-tS Street/P.O.Box City / State Zip Email Address: i�b„ (yj cc')co 1't?r -v"4�cd-ofGALiGUf/,‘ DOUGLAS COUNTY TMH REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA 30,000 GVW Truck Chassis, Dump Box,Spreader or Liquid • Tank,and 10'Snow Plow r..:fURN BIDS TO: Published: May 9,2018 Page 1 CITY CLERK 1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% - LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,June 06,2018 IMPORTANT - 1. Bid must be in the office of the CITY CLERK 1819 Farnam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 Exemption certificates will be furnished. Do not include tax in bid. by the opening date and time Indicated in a sealed envelope marked: BID ON:CITY OF OMAHA 35,000 GVW Truck Chassis,Dump Box,Spreader or 5 BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. Liquid Tank,and 10'Snow Plow 2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on Items listed,bidder may on a separate sheet make Bid-WA or certifiieW check shalfbe made payable to City of Omaha" suggestions covering reduction In costs wherever this Is possible through . -...- -- FAILURE TO DO SO IS CAUSE FOR REJECTION, redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise Indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT yvww,douatascountvourchasina,orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s).listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION 35,000 GVW, Single-Axle, Truck Chassis, 11 Foot Dump Box with Interchange System to include Spreader or Liquid Tank, and 10 Foot Snow Plow as per the attached 4 each specifications. BID/each: $�� ,5�7,� $ 74 7, (5%Bid Bond is to be based upon this amount,if over t • 5420.000.001 • Manufacturer: art ��c,. cr- c Model: 1.4-V 5 O 7 • 'W f Pin Tech Questions regarding this bid should be sent via email to • bidquestions@douglascounty-ne.gov. Vendor must include the bid title and opening date in the subject line. The deadline to submit questions on this bid is 11:00 • a.m. on the Thursday before the bid opening date. Answers_to_questians_wilLbe-posted via_an_addendum_at__ www.douglascountypurchasing.org under Current Bids and Proposals for your specific bid, not later than the • Friday prior to bid opening. All bidders awarded a contract In the amount of$10,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be In effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) oavment Terms °/JO S Firm: t'� rue(CS Incorporated In:7�2 ._ _ Corn hus�C-ev' fin' VYl c�--i tom. d`�- ery(or completion) Name: F (� ,� Signatu : +� Title: " t.{e ir vi Pho Fa calendar days following �=c � �}���� ���2-3�!->:�l x4W- -550 L 3 /� ward Address: 464Z 3� • I!U 4 - vine; 6 Es-13 7 10 c, Street/P.O.Box City State Zip Email Address: rn� (bQ vie(coff\VitAS �t s�-1 �V f[���font �� L 0,-\ • DOUGLAS COUNTY TMH. REQUEST FOR BID AND BID SHEET ON' CITY OF OMAHA 35,000 GVW Truck Chassis, Dump Box,Spreader or Liquid . Tank,and 10'Snow Plow Re TURN BIDS TO: Published: May 9,2018 Page 1 CITY CLERK 1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,June 06,2018 IMPORTANT . 1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 Exemption certificates will be furnished. Do not include tax In bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA 35,DD0 GVW Truck Chassis,Dump Box,Spreader or 5• BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. Liquid Tank,and 10'Snow Plow 2. As evidence of good faith a bid bond or certified check must be submitted with bid, 6. When submitting bid on Items listed,bidder may on a separate sheet,make Bid bond or certified check shag be made payable to"City of Omaha° suggestions covering reduction in casts wherever this is possible through - FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids In their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will Indicate have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mating list.TABULATION SHEETS FOR THE BIDS accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountvourchasing.org. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION.__ __ . UNIT PRICE EXTENSION 35,000 GVW, Single-Axle, Truck Chassis; - 11 Foot Dump Box with Interchange System to include Spreader or Liquid Tank, and 10 Foot Snow Plow as per the attached o ry y.e rL 4 each specifications. BID/each: $ + 7 /,r��p I, $ '� , i,'f7- (5%Bid Bond is to be based upon this amount,if over S20.'000.O01 Manufacturer: .S c,} Model: . iI J O 7 >w Jars 0 n WID cut: Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title and opening date in the subject line. • The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date. — Answer-s-te-queetiens-will-be-posted vaa-an-addendum-at- www.douglascountypurchasing.org under Current Bids and Proposals for your specific bid, not later than the Friday prior to bid opening. All bidders awarded a contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. ;;��`` (PLEASE PRINT LEGIBLY OR TYPE) �"nhentTerms `�M-o40 ��y S Firm: '��r t-LLG Incorporated In: N ( Corn ht�s kf v� �a ,o r��k 1; 12.., .eery(or completion) Name: taecir- 'Rog vi,Z Signature 1 �2- 3 calendar days following Title: �,,-k - t•(����r,,C�c,.t•���.2..IPho�:o Z-t��j—�iy�j Fa 1 -b8 O L a rd Address: 4 oL -so • I i u _ (L)/nc 1-) 1,4 6 b •J 7 \0 V C Cj Street/P.O.{� Box City iState t Zip 1 Email Address: r)h,. �Ois1L'��t �U�,��r}tkSk,e tr -(V'-nc,41- mit„ CC 4 • • DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA, NE 68183-0902 PHONE (402) 444-4954 FAX(402)444-4992 May 31, 2018 NOTICE TO BIDDERS: REQUEST FOR BID ON City of Omaha —35,000 GVW Truck Chassis, Cab, and Dump Box Bid Opening Date: Wednesday, June 6, 2018, at 11:00 a.m. CST ADDENDUM NO. 1: Please see the attached page of Questions and Answers. • END OF ADDENDUM • ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. AK Hofyr-Hurt Sen -Buyer,—Gity-ef-Omaha-I-Douglas-County-Purehasing-Bepartment C©� ugk 1(Cc C Name o it Signed B • • �es rr.S-Q' i 1v'e._ Title ADDENDUM #1 Request for Bid- City of Omaha - 35,000 GVW Truck Chassis,Cab, and Dump Box Questions and Answers • 1. Section 40.1 —Spec states floor should be "Minimum of 1/4 inches with stainless abrasion resisting AR400 steel". This is contradictory. Stainless and abrasion resisting are 2 different materials. Please clarify either stainless or AR400 steel. -Answer:--I,Me-floor-should be AR. 2. Section.47.1 —Spec states controls "To have 3 section valve to operate hoist up/down, plow up/down and plow left/right". The spec indicates a dump body only. Please clarify if this requirement for the controls is correct. • Answer: The truck needs the valves to operate a plow. 3. Section 47.2—Spec states "Manual override levers for plow, dump body, and jib". The spec indicates a dump body only. Please clarify if this requirement for the manual override is correct. Answer: No jib is needed. 4. Section 52—Spec states dump body should be painted Omaha orange, but earlier section (37.1) states body should be 201 stainless steel. Please clarify if painting of stainless steel body is correct. Answer: Painting of the stainless steel is not required. .1 • Page 1 of 1 DOUGLAS COUNTY REQUEST FOR BID • , ON: CITY OF OMAHA-35,000 GVW Truck Chassis, Dump Box, Spreader or Liquid Tank, and 10' Snow Plow NOT AN ORDER Page 2 BID CLAUSES-TERMS AND CONDITIONS REQUIREMENTS FOR BID BOND: The surety company issuing the bid 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. A certified check,an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States, or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid,only one bid bond is required; however,the 5%bid bond must be calculated using the highest bid amount of all submitted bids. —Vendor-Restrictions=From-the-date the bid is Issued until a determination is announced regarding the selection-of-the--- - contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the City of Omaha(Omaha)is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor is preliminarily selected, that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate, discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition. Conflict of Interest: Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules, CONTRACTOR assures - City of Omaha-(CITY)that no-elected Official or any officer or CITY employee^shall have a-financial interest,direct or indirect, • in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of, facilitation of, and execution of or during the duration of this Agreement. Drug Free Policy: CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha(CITY), State and/or Federal appropriations, the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations,the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail,return receipt requested, or in person with proof of • delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction,whichever is later. Provided,that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. PAYMENT TERMS: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. SIGN ALL COPIES Firm (It, ��(r j�� Knot bn t I ?et.t.C.I�S �e.d'1-�"i'C'� e � c By ,beef- �o�tkv-t Title CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BIDS )N: CITY OF OMAHA-35,000 GVW Truck Chassis, Dump Box, Spreader or Liquid Tank, and 10'Snow Plow NOT AN ORDER Page 3 BID CLAUSES -TERMS AND CONDITIONS FLEET DEFECTS: A fleet defect is defined as the failure of identical items covered by the warranty and occurring in the warranty period in a proportion of the vehicles delivered under this contract. For deliveries of 10 to 60 vehicles, the proportion shall be 20 percent. For deliveries of under 10 vehicles,the proportion shall be 50 percent. Scope of warranty provisions: The manufacturer shall correct a fleet defect by providing parts and labor free of cost to the buyer. After correcting the defect,the manufacturer shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program shall include inspection and/or correction of the potential of defective parts in all of the vehicles. The warranty on items determined to be fleet defects shall be extended for the time and/or miles of the original warranty. This extended warranty shall begin on the date a eflfl efdefect easdetermined to exist or on the repair/replacement date for corrected items. DESCRIPTIVE LITERATURE: Two.(2)copies of full descriptive literature on each item bid are required with the bid. DULY LICENSED: 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 this vehicle type on bid sheet. NOTE: Each bid shall be accompanied by:.(1)proof that the bidder holds, as of the date of the bid,a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act,-Neb:Rev. Stat.Section-60-1401:0-1-et seq.; and (2)name of the bidder's salesperson, and proof that the bidder's salesperson holds,as of the date of the bid, a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act; and(3)name of the manufacturer of the product and proof that the manufacturer holds,as of the date of the bid, a Nebraska Motor Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being rejected. ;URCHASE OF ADDITIONAL UNITS: Bidders must provide a date for the below statement. The purchase of additional units by the City of Omaha or Douglas County under this contract award shall be held firm through the following date: Exceptions to Specifications:Any and all deviations will be so noted on the attached"Exceptions to Specifications"sheet. LIQUIDATED DAMAGES: 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 vehicle/equipment to successful vendor awarded this bid. The amount will be deducted from any monies due the Contractor by the Douglas County or City of Omaha. L of sS� Pr -c iY\A -Owl)l)i-( h 5/ 3 I/ 2-0/Q I243\1 z30ig ch.oi .14\v-ate r Z j 3 t l Z.ot cf ens-eel Pri h ,2131� a ) • SIGN ALL COPIES Firm Cpi\Itc,s ei✓—.i--,1~ktin c,'lirocto,1 770-cc.-c' BY io f Title c, h�3 z e req.pe-r- 44v-g.- CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA-35,000 GVW Truck Chassis, Dump Box, Spreader or Liquid Tank, and 10' Snow Plow NOT AN ORDER Page 4 BID CLAUSES-TERMS AND CONDITIONS Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure,terms, conditions, or privileges of employment because of the race, color, religion,sex, disability,or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb.Rev. Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an Individual or sole proprietorship, the following applies: 1. The Contractor must complete the United.States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. • SIGN ALL COPIES Firm ite. rrnh- -,bdia ( rc k By t ,%F cy,ib -- Title .-. e..p .044 r s..n CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 pMAYiA.NF ti U tfK 1"150kar.L71441114V-41):''I _7 op " ti Regulation: 4441)r.etsV A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1.That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not.knowingly employ.or hire an employee not lawfully L "' authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. Q•2 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). pJ Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104et seq.). ® Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Farl Administration,been convicted of a criminal,,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. RR Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply wi the provisions of the Responsible Contractor Compliance Form RC-1. 6.- 1r Signature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. NO. Lf73 Item Submitted By: Gary Pech Department: Public Works Council Meeting Date: July 17, 2018 Res. that, as recommended by the Mayor, the Purchasing Agent is authorized to issue a Purchase Order to Cornhusker International Trucks in the total amount of $725,124.00 for four (4) 35,000 GVW Truck Chassis, Dump Box and Spreaders to be utilized by the Street Maintenance Division. (The Finance Department is authorized to pay the cost of this equipment from the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2018 expenditure.) • Presented to City Council July 17, 2018 APPROVED 7-0 &1tzabetll Nutlet. City Clerk