Loading...
RES 2016-0299 - PO to Sid Dillon Ford for truck chassis 4,'s1 �` h L. Public Words Department pp `�l,Ar��� Omaha/I ouglas Civic Center ,Zi tiv l t � r-4r P^rl 2r rze.� p +-� �� !I March 8, 2016 4 2 k: l L„ i., i 1 . ; 1819 Farnam Street,Suite 601 o� _ _a_••ti Omaha,Nebraska 68183-0601 o (402)444-5220 ��r8a FEeR �4 V r� ;, Fax (402)444-5248 ^� � � ice_,.. City of Omaha ' $' Robert G. Stubbe, P.E. Jean Stothert,Mayor 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 Sid Dillon Ford for the purchase of two (2) Ford F550 Regular Cab Dual Rear Wheel 19,000 GVW Truck Chassis to be utilized by the Street Maintenance Division. The bids for this purchase were submitted to Douglas County Purchasing for the City of Omaha Truck Chassis with Regular Cab Dual Rear Wheel bid on February 3, 2016. The purchase is in the amount of $83,668.00, which will be paid from the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2016 funding. Sid Dillon Ford has filed the required Contract Compliance Report, Form CC-1, as determined by the Human Rights and Relations Department. Respectfully submitted. Referred to City Council for Consideration: 4v2'/ r',f, __I-,-, ,,..... ,,,,,,.Tz Z S� Ro ert G. Stubbe, P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: A i' (..._. q,:..._.... i.:ZA4 StOphen . Curtiss Date p cer K. Danner Jr. Date Finance Director �) Human Rights and Rel tions Director 1234hra DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET TMH ON CITY OF OMAHA Truck Chassis with Riveter Cab Dual REM Whssls (19,000 GVW)(timid) RETURN SIDS TO: Published; January 20,2016 Page 1 CITY CLERK 1819 Finn Street BID DOM OR CERTIFIED CHECK REWIRED N1 THE AMOUNT 5% LC-1,Omiha.O©ugIss Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED*SAND 00O OR MORE Omen,Mabreeaa es185-0011 sib l 'Nett ON OSNT1PED CHECK SMALL PS MADE PAYABLE TO -CI 1Y ot NOT AM ORDER bid Opening TItnit S Date: 11t00 sin CST or Wednesday,February 03,2016 IMPORTANT 1 SetmustSeUMMo5cwofdy CRY DIRK,184 Ferrer Seem tC-t 4. If Fen"Eno-Tee inn env amour*at Sens wcldeduct OFMHA-DOUGLAS CIVIC CENTER.Omen NE 88183-11011 'banns canned EalstnUUee.Do rot inn 81 In WI, by the operand dais and env Man in s meted envelope mania an UN:CRTOFOMAHA:Tint � )in vie ular CM Duet Res WhwM 5.BIG tarST itIUUl7E ANY DELIVERY OP SHIPPING CHARGES. 2 As evidenced.good INN a bid band wonted check nun be eateries wan Uro. 6.Vrhen ettenne baton ewe Sipes.Nan mq one Nona sheet mete SO i<cvt9 or Waled cheelc!AM be mils P M*kJ^':n-of-It*m!lr,' suageitr ohne':Winer In con.ttuaer the is pQMtM llIcKh FAILURE TO 00 SO IS CAUSE FOR REJECTION. redone cheeps a mini denize n of standardllen or quer N cress 3.Reds es nerved lo soon wand aN it Weds in NO snob and the kidders slide 7.dyou do rei tel,Wien eleess crib eaaon-br dig.Fos e se do sa em emcees helae*r1Qtat fo mnpwl any Olden id II Cap Council Watt elm reseed to yoir rictus do be Renal Nest ar rem%IN.TAauAriaI TS FOR TOE 81t)6 sooner not any Perri per MI ilia sigmas nine be you. S11BMK TET)ARE AVAlAKE ON THE COMAS COUNTY t4ESPIE.AT 2 ., :,- DONOTCA L SFORTIES OFORMATIOR Mabel leuflowirt wok**etsevary and wrens,P.a.e.anrwry pelt anew ssanprlKroh gwN1wt_. CMS►RTY pISCRIPTlON LUMfT PIMCE SPlt l 'Truck Chassis with Regular Cab Dual Rear Wheels(19,000 GVW),in accordance with the attached eight(8)pages of 2 eech speCificattofs. BIDleaah: $`htrfK3`4 Make: _ ,E©r 01 Model; F- ?�a1� • ' TOTAL BID: 3-5,L EI *--- (5%Bid Pond Is to be based Any and all deviations will be so noted on the attached " a'r"' ��°a' "Exceptions to Speciflcatlons"sheet t20. oD) Questions regarding this bid should be directed to: eJ/ F�i 3= Tara H©tmstedt at Tara.Hntmsiedt,�douglascourdy ne.gov "tl e' Thrdeadline to submit questions on this bid is 11;00 a.m.on the Thursday before the bid opening date,unless otherwise stated in the bid documents, 'kt C UIKt hntN I 'I-OR DID BOND, The surety comfy dudng the bid bond should be keeled by the State of Athrs ike and Fetid on the current edition of Choi tlr 570 of the United Slates Department of the Treasury. A certified check,an offload bank check;or csashias s checks drawn on a national bank or a bank chattered under the hews of the state,payable to the City of Omaha,or-Lawful money of the United States,or a United Stales-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 requited: t aver,the-5%-bid bend must be quieted u,/ing the hilheat bid!mount of 0 subeni€sed bids. , Ad bidden awarded a canna in lha amount of S5,000 or more must comply win the Contract Complenoa Ort nonce and have on berth the Name Rights 8 Relations t)epertment the Conlraa Compliance Report(Form CC•1). This report shag tie in effect Apr 24 monthe from the dote received by the Human Rights S Relatfnro Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Hunan Rights&Rotations Department at(402)44450056. (PLEASE PRINT t f IBL�t R TYPE) Vsyme's Terrnt _'.i p ,Fnm. ��b-,.ei ' Delivery{ur compietion) Name(' !Signature. 9)-i 94 calendar d True >�� lRe4" in*fn Shona(4itiz� rl!sic swab 'Addross1y Sty NP.oIL! *511 S►!.-v _ �. _. ,Email Address; Port. ulict"4Sr. ep 5 s '16ls OCiUGLAS COUNTY REQUEST FOR SID ON, CITY OF OMAHA Truck Chassis with Rapier Cab Chial Rear W (19, GVW)(Re-Bid) NOT ,. ,, Ft Page 2 Rumosl fig QU MENTS FOR SEIt Btu,. The surety company issuing the bid bond be licensed by the State of Nebraskaon the current of iir: 570 of the Untied Slates Department of the Treasury. A certified check,an official. kcheck,or«,. .f= s checks drawn on a national k ore bank chartered under the laws of the state,payable to the City of ,or awful money of the United States,or a Under,States Government Bond (negotiable)are aiccep.table 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 then one bki,only one bid bond is ; however,the 5%bid bond must be d Equal Employment nlgr. In accordance with theNebraska Fair Employment Practice Act.Nab,Rev.Stet §45-1122.,the Connector agrees that neither it nor any of its be on shy discriminate against any employee, e or appticant for employment to be employed in the anc a of this Agreement,with respect to hoe,tenure,termc conditions,or privileges of employment because of the race,color,religion,sex,disability,or national origin ofthe employee or aaphcApt - itWa',•. l uk Eligibility Statue(Neb.Rev.1110.34-106.114) The *required and hereby agrees to vieea F« verificationcrr't` the werc a +pi« =o,>sus of new employees physically performing services Within Douglas County A falafel migration t means the electronic. .. t, =. *r:t;rn protiam r-'t-a r...f4_ t I I I..F `x ,go-' and Immigrant R••-t a €t,,iRs Acit of 1998,8 US,,1324a,known as the E- Program or an t t program designated by United ,1< . . .f r= of Homeland Security or other federal a ,*€`e. to verify the work Er' of a * a :. if the n is an individual or sole«4`:« .x ng 1. The Contractor must cam the United States C. •A u' «:tlon Form,avaslble on the :N-.•,. ;'; of Administrative Services wetisite at www,ito, ne us 2, if the .',:-• indicateson such • .• form that he or she is a qualified alien,the Contractor agrees provide t US Citizenship and Immigration Services•at. _ required to verify the Contractor's lawful ce in the United States using the Alien Verification for Entr«. :, «;(SAVE} gram. 3. The Con u ter,, -and agrees that lawful presence ed States is required and the Contractor may bet¢='.a',ailed or the contract terminated if such lawful presence cannot be verified as required by Neb.Rev.Ste §4-108 siGN ALL COPIES Firm } j rC By Title 1-- C nr CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 111-3 ►rut Ate A.Article tV.Division t oft."hapter 10 nfthe Onuttra Municipal Code thereon require: t.I oat all contractors woo sunmtl a ntd to t.ity of()mina snag designate a representative sync.on behalf of the Contractor.,shall fill not completely a Res. . ible Contactor Compliant.Form (RC I). An incomplete or unsigned R(•I tour will make your bid null and sold. F tit*this Report Ii,ease initial in thk boxes belowj; t o nracicu agrees that Contractor will not knowingly employ or hire an ern-ploy-ere not lawtiil,h authorized to perform employment in die United States and that the Contractor and all sub- shall use E-Verify to determine work eligibility [club Contractor agrees that Contractor will not knowingly r crhne Nebraska's Misclassification of Employee law(Nett Rev-Stet;.Section-18-240 t et seq.) ite41 Contractor agrees that Contractor will nw knowingly violate Nebraska's t',rn Labor Standards Law(Wets,Res,Stat.Section 73- 04 et sey,). Contractor has riot been convicted of any tars violations[kxat.State and federal l within the Iasi ■'"A three years from the date this bid is submitted,. Contractor has not,upon final determination f y the Occupational Safer and Health cT , Administration,been convicted criminal,repeat,or willful violation of theOccupatttoaaf Safety and Health Act(OSHA)or been convicted of 3(threat separate"serious"OSHA violations within the-past three(3)yer-s. TA Contractor agrees to make a g faith effort to erlst re all suhcssntractorc employed tin this nrniecl comply the provisions of Responsible Contractor Compliance Form RC-I tic re Date fir t ignur1_I verify on natal'of tic v;onirat.<5r it tt rho intorrt,t,inn ah€ovr.r to-se-and cone,^.# fthmv.rat'wr nfor nation carric°c a peia)ro or fir Ito.t SSC°N°tint;or rnnn!h-in)ail_ to addition,the noisinlof and-0,- yor lraektc't'dn he s+fhjeel to m cd rtiedtolontrti.oboe dod pr ohihned.film any roturc t'irti of r)rn_h.f contact fat a pert d o1 Itr\r EXCEPTIONS TO SPECIFICATIONS Check One Theequipment a' meets all spe , : . set forth in the bid, Name(print) OW. Li.,t Signed Till C' et4,497 ft The equipment offered meets all p. a.d° Lions with the . . }exceptions (Use separate attached sheet if more room is needed.) pc„4:5, e Failure to list exceptions may be cause for equipment to be r Bed at time of delivery Name(print) ,,,, Signer Titles January 2016 'l'1".CU ICADONS FOR TRLCK CHASSIS WI fl:I REGULAR C°.AF3 DC Al REAR t W'I11:H,ti 19,000 GVV GENERAL, Hie vehicle to he the latest current model of standard design manufactured. complete K oh all standard equipment, tools and ssarranty. Bidders are to supply full description and deseriptive materials on unit bid with the proposal."I rock must comply with current provisions of the National 1 ramie and Motor Vehicle Safety Act, Meet'Specification-Please indicate .if other explain on comment lint. Yes No Other I. GVW RATING PLATE. A. Not less than 19,00(1 pounds. State C V WR '✓ }I. Pad load shall be a minimum of 11.000lbs. other ter C ommenr Y es No Other 2. CAB A. Fully e n safety type regular cab with front seat and kcy locks on r it doors No LOW Cab Forward or"I ill(abs' , B. all around. C. Interior finished to exclude excessive noise and weather. I) Full width 40,20./40 seat and $ ,:k must be rnanutucttrrers r µ heal e duty.maximum depth foam rubber and vinyl coverer!. . Flour coverings will be rubber-matting type. 1L, 1 . I lead restraints or high backs for outboard seats. Z/ C; Insulated headliner. f1 Dual sun visor. 1 Seat belts to be State of Ne Ica appntved for three people in front_ .t. I n have fresh air hot water heater with dual defrosters. K. To have driver' er side air hags. yr L. To have air conditioning. M To have interior roof mounted wanes) light. Other or Comment 2016 19000 Frock Chassis Cab Dual Rear Wheels.docx Page 1 of 8 cs No Other 3. COLOR A. Cab,body and fenders ill he widatJ White B. All paint will he base coat/clear emit acrylic.actix ator- hardened acrylic or polyurethane t),pe Other or Comment Yes 'so Other 4. MIRROR A Rear vision mirror inside of cab,daylniglit selector type, rwo outside rear vision mirrors,right and left,adjustable. To be heated telescoping trailer tow mirrors. other or('oniment Yes No Other 5. FRAME A. Cab to axle.shall be g4 inches. B. Wheel s to he 162'.to 169", Other or Comment Yes No Other b. FENDERS AND BUMPERS A. Manufacturer's standard fenders front_ B. Manufacturer's front bumper. (Mier or Comment Yes No Other 7. FUEL TANK(S) A. Minimum 40 gallons. B. Must hae a martini=of 10 gallons of fuel when delivered. C. DEF um k to be inside of frame rails or under the cab to not interfere tool #o k mounted behind the cab and extending below the frame rails Other or Comment Yes No Other X. LIGHTS A, Halogen high,low beam headlights: parking.dom , tail,hack-up and stop lights to he LED pe if avilahle 13, To have electric back up alarm Other or Comnient 201 f, I 4000 I ruck Chassis Cab Duai Rear Wheels.docx Page 2 of 8 Yrs,,„,,No Other 9, CONTROLS AND INSTRUMENTS f:c. locking ignition switch, B. !lead,parking and dome light switches, lleadlight beam control. C. Speedometer,Furl Gauge* [Ti. Voltmeter or ammeter,oil pressure gauge,engine temperature ytuge and transmission temperature uge to be needle type if available. F, High beam indicator light.flashing turn-indicator light,traffic hazard switch,in cab hood release* F. Two sets of keys required per vehicle. If keys are chip or security type a total of 3 keys must be included Ci. To have standard horn. 'Fo have dual power outlets. I. To have st:4,1 AM-FM radio. Other or Comment Yes No Other 10. WINDSHIELD WIPERS A. Dual,intermittent,2-speed electric,windshield wipers with dual windshield washer,all factory installed other or Comment Ye.s ,...No Other 11. STEERING A Manufacturer's recommended power steering. tther or Comment Yes No Other IL ENGINE A. Minimum h 0 liter Diesel engine to have a minimum of 30i horsepower with 600 lbs.of torque. I it he Turbki Charged with inter-cooler and ( F ngine nil cooler. I). I o ha'c a 120 volt engine coolant hearer, Other or('L)niment .2U1 t I4000 frock Chassis Cab Dual Rear Wheels.doc Page 3 of 8 Ve No Uth r 13. ;IIR I. LEANER ', Repiaeenhle paper type clement, Other or t'multear. YcS No Other 14. BATTERS y ' .1. , 'I„el%e-colt batteries must den er a total of at least 145' cold cranking amps Other or Comment Ycs \o other IS. ALTERNATOR 12 olt 200 amperes minimum, Other or Comment Yes , o Other 16. OIL FILTER / 1 1 uil (lo+k with thrtt>kawttr type element, Other or Comment Yes N Other 17. COOLING A Manufacturers heaviest duty.cooling capacity system must he furnished 13 Coolant recovery system required. C. Ethylene glycol-hale antifreeze protection to-3_5 degrees helow fern Fahrenheit for all trucks delivered.if GM model to tune ions*,life type, Other or Comment Yes Ni; Other 1$. 'TRANSMISSION A, Automtrtict WITII LIVE PTO PROVISION [l Auxiliar transmission oil cooler, f , lrtstrurnent panel mount electronic rcli\anon s\%`itch r0r P I t) It Dash Transmission temperature gauge, Other or Comment Yes. \n Other 19. SHOCK ABSORBERS A. Double acting front and rear.heaviest duty of manufacturer S required. Other or Continent 2016 191)00 [nrc1.Chassis Cart Dual Rex Wheels.docs Page 4 uf°k Yes No ()ther 20. AXLES AND SPRINGS A. Manulaeturer's independent front suspension and single speed,rear axle required, B Spring sizes required to meet minimum GVWR for 1IUiP C. Front i ilizer bar is required. D \lust show axle and spring CiVW on door sticker Rear axle to be I3,5(X)pound minimum Ith "Limited Slip"and multi-leaf spring, . Must have leaf type auxiliary rear spring. Auxiliary springs are not to be consi part of I ressive type main springs. (i. Front axle to he 7000 lbs.minimum )ther or Comment Yes tio Other 21. FRAME A lobe Ileavy Duty for 19.000 Other or Comment Yes No Other 22. BRAKES A. Standard 4-wheel disc.front and rear. 13 Parking brake on rear wheels or drive line. C All brakes to be ABS. ( r or Comment Yes No Other 23. EXHAUST A Stainless steel, Other or Comment Yes No Otni 24. WHEELS A Rear wheels Minimum IL) 5-x 6" 13 I.roar wheels miMmum Iq,5-x 6" it her Comment 2016 1(()00 Truck Chassis Cah [)ual Rear Wheelsalocs Page 5 of 8 4`es- No ether 25, TIRES A Steel belted radial,tubeless.all season,minimum 1.T22 5170R l 19.5 F ail season,[:mint.real. l • Tires to comply with manufacturer's tiV 'll,and be manufacturer's standard equipment, C. Tires to be manufacturer's standard equipment by Goodyear. BY Goodrich_Bridgestone,Firestone.Michelin,General or Continental and mist carry said company name. D. One mounted spare tire and rim. Other or Comment e.5o other 26. TCX)1 S • ✓._ _ .._._ A. Manufacturer's. equipment lack to comply wilt) t:,V W R.wheel lug wrench, Other or Comment Yes No Other 27. TONS PACKAGE A. Unit shall have inte '. trader brake controller included tL' -- _-- B. Hitch ge to include- 1. Wire :+with 7-Way Flat Blade 2, Super or external cooling z. Auxiliary auto trans cooler 4. Min 200 Amp Alternator 5. Heavy'duty batteries 6. 4,8$Rear axle (Note:this unit will use a pintle hook for towing equipment) Yesj o Other 2.l, PLOW PACKAGE !�. _.. TlIESL INIDS Si{AI.L BE Et1'1'IPPU)WITH DEALER SNOW PLOW PREP PACKAGES Other or Comment 2016 19000 Truck Chassis Cab Dual Rear Wheels.drx'x Pate 6 of 8 Yes \;, t hirer 29. A%ARRAN t'' A. Regular manufacturer's standard warranty,manufacturer', ,taterient of origin,and completed pre-Jelker n pe tii,rs certificates required with each unit delivered. 13 7Die manufacturer's standard warranty shall be stated in the hid. i. A minimum warranty of three years bumper to bumper.3 fr.000 Miles or other manufacturer's standard warranty, whichever is greater. is required, M the M les Bumper to bumper id) Power Train . _ Engine Kush Through C`. Manufacturer's written warranty including engine, transmission and differential must accompany delivered units. D. 'I`he vendor will be responsible for providing all warrant work within twenty-five driveable miles from 72nd& Dodge, if warranty work is not available',within the above described, the vendor will he responsible for any cost including / [ration. ✓, > . The vendor must he able to provide warranty work within 24 hours of the break down. If there is no local dealer the vendor must locate and/or provide the work within the 24_ hour time frame. F The vendor must he able to provide needed parts within 24 hours of the break down. If shipping by air is needed.the dealer will be responsible for any additional cost. Other or Comment 201(i 4000 f ruck Chassis Cab Dual Rear Wheels.docx Page 7 of 8 Yes Nc Other 30, MANUALS A, Operators manuals must he furnished and accompany unit delivered. B All manuals must be tarnished prior to pdyiwni and deli cred Failure to delis er all manuals that arc ordered may result in non-payment of ten percent of purchase order total until all manuals are delivered -— C. The following books and manuals will he required A/4-- One(1 -Complete ea books or on CD'DVD, One(1 Service maintenance manuals on all components of unit or on CDIDVD. One(1 - 1-.nine Emissions Diagnostic lesting manuals or on CDIDVD Other or Comment Yes Nei Other 31. SERVICE A. It•: er's decals.stickers or other signs shall not be put on units:inanutacturcr's nameplates.stampings and other signs are aetvpiable. Other or Comment Yes <4o Other 32. DELIVERY (7 .1, 'nit to be delivered to the City of Omaha. flee ....cment Facility at 2606 North 26 Street, fully Sal iced to reconunended new vehicle specifications., If the vendor is not in the City of Omaha area.the City will Not be responsible for any cost front pickup oi the delis err ol Any vehicle or mounted equipment Bidder*tit state delivery time with bid Bid will not be considered if not listed. Approximate delivery time from date of contact award. y C;)-1,5V das. The purchase of additional units by me City of Omaha under this award shall he held firm through r lb date, Other or Comment 33.,OPTIONAL PRICING 4-WHEEL DRIVE TCTRONIC SHIFT-ON-'111E- 1-'1 Y-4-WIlE1-.1 DRIVE SYS 11A1 OR Lo I\Ii 01 HER OR COMMENT 35/_ti $ 2016 19000 Truck Chassis('ah T)tial Rear Wheels,docx Page ft of 8 DOUGLAS COUNTY �1 G:DEFARTM N1 1819 FAIEVAM STREET 902 CNC CENTER OMAHA,I& 681 2 PHONE( )444-4954 FAX(402)444.4992 February 1,2015 NOTICE TO BIDDERS. City of Omaha-Truck ChassisREQUEST FOR BID ON Cab Dual M(19,000 GVVV)(Re-bid) ORIGINAL BID OPENING DATE: Wednesday,F ry 3,2016,at 11.00 a.m.CST R ►I °PERM*DATE: Witkesday,February 10,2016,at 11:00 a.m.CST ADDENDUM NM 1: 1. Please note that has been Nt Wednesday,February 10, 201d,at 11 am CST. •` _'c RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER E T`WITH YOUR BID. END O AC .+►:. c RECEIPT Or THIS ADDENDUM BY OGNING BELOW AND RETURNING THW ADDENDUM COVER SHEET WITH Taint WO. -1*-:(0t.st {*%"71/ Tarn Hoknstedt-Buyer--Cky to• ,, N. • •las County •_` =. t--r Firm 19 BY � .t- Tde C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Public Works Department desires to purchase two (2) Ford F550 Regular Cab Dual Rear Wheel 19,000 GVW Truck Chassis to be utilized by the Street Maintenance Division; and, WHEREAS, Sid Dillon Ford submitted the attached bid in the amount of $83,668.00, which by reference is made a part hereof, to the City of Omaha for the purchase of the two truck chassis; and, WHEREAS, the cost of this purchase will be paid from the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116158, year 2016 funding. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Sid Dillon Ford for the purchase of two (2) Ford F550 Regular Cab Dual Rear Wheel 19,000 GVW Truck Chassis to be utilized by the Street Maintenance Division at a cost of $83,668.00; and that 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 2016 funding. 1233hra APPROVED AS TO FORM: 7-7 CITY ATTORNEY DATE By 41%, �. Councilrnember Adopted kb. 2016 2-C / Ci�t Clerk 3//• /- ApprovdJ,R4_\ )l LXL t' Mayor 70/ NO. {` , Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a • Purchase Order to Sid Dillon Ford for the FY purchase of two (2) Ford F550 Regular Cab Dual Rear Wheel 19,000 GVW Truck Chassis to be utilized by the Street Maintenance Division at a cost of $83,668.00; and that 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 2016 funding. l 23 3 Bhra Presented to City Council MAR - 8.2.01.6....... .... Adopted gaiter grown City Clerk