RES 2014-0524 - PO to Northern Truck Equipment for brine distribution systems ,AAAHA,A•F I- -'-
o d� , rr ! j1
Public Works Department
U �y"�0�,, 7 Omaha/Douglas Civic Center
AA 'r ! ' 1819 h'arnam Street,Suite 601
z April 29 2014 I !. i ,
3s'.'•_^'"� Omaha,Nebraska 68183-0601
., (402)444-5220
R9rBD FE8R�A4 - r . • Fax(402)444-5248
City of Omaha t' & Robert G. Stubbe,P.E.
Jean Stothert,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 Northern Truck Equipment on the bid for the purchase of five truck
mounted brine distribution systems to be utilized by the Street Maintenance Division.
The following bids were received on March 26, 2014. A detailed bid tabulation is attached.
Contractor Total Bid
NORTHERN TRUCK EQUIPMENT $88,275.00 (SOLE BID)
The Contractor has a current Contract Compliance Report Form (CC-l) on file. As is City
policy, the Human Rights and Relations Department will review the contractor to ensure
compliance with the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of five brine distribution systems from the
Street and Highway Allocation Fund 12131, Snow and Ice Control Organization 116154, year
2014 expenditures.
The Public Works Department recommends the acceptance of the bid from Northern Truck
Equipment in the amount of $88,275.00, being the lowest and best bid received within the bid
specifications, and requests your consideration and approval of this Resolution.
Respectfully submitted, Referred to City Council for Consideration:
..,, —( 1
70_4
,,1-t- IC' "/ .___) LeA,__,----)1./D-at,tk Li/( 4, / i q
Robert G. Stubbe, P.E. Date Mayor's Office Date
Public Works Director
Approved as to Funding: Approved:
L,,,,aijoix ito
� t
Stepl n . Curtiss Date Human Rights and Relations Date
.a9 Finance Director Department
244914scp
BID BOND: 5% _
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Truck-Mounted Brine Distribution System Northern
Truck
Date of Opening Page 1 Equipment
March 26, 2014
Department As Read in Bid Committee
Fleet Maintenance
Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT
PRICE B PRICE PRICE PRICE PRICE PRICE
5 each Truck-Mounted Brine Distribution System
BID/each: $17,655.00
TOTAL BID: $88,275.00
Bid Bond Received: Yes
Terms: 0 / Net 30
Delivery:
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Truck-Mounted Brine Distribution System
RETURN BIDS TO: Published: March 12,2014 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,Nebraska 68183-0011 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 on Wednesday.March 26.2014
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 68183-0011 Exemption certificates will be furnished. Do not include tax in bid.
by the opening dale and time indicated in a sealed envelope marked:
BID ON:CITY OF OMAHA Truck-Mounted Brine Distribution System 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
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 shall be 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
www.douolascoutourchasing.org. 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
5 each It is the intent of the City of Omaha to purchase Truck-
Mounted Brine Distribution Systems per the attached four
(4) pages of specifications. 1-71(05s,00 $ S$,a.13. O0
TOTAL BID: $ g$�215.00
Any and all exceptions to specs must be noted on the (5%Bid Bond is to be based
to Specs sheet. upon this amount,if over
attached Exceptions
P $20,000.00)
Questions regarding this bid should be directed to:
Marc McCoy at(402)444-6191 or
Steve Faris at (402) 680-0827
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.
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 Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the dale 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_% N-i ' Firm: N op,-,. rie& .a t,- - tou,s0,"e,--, cORP Incorporated In: Sovy OAXATA
Delivery(or completion) Name: SON,r4 WP+ft't'Enl&e>< Signature:
75—‘t0 calendar days following Title: V-x_4z pR.EszpEor Phone:(ops-Sy3.-5 06 Fax: (o05-5Lt3-$8.}i
award Address: PO SOX 2y 35 S3,O0c Ft3\'. .0 5 1 it)}
Street/P.O.Box City State Zip
Email Address: wA{Z-s fitG CORP,GOrh
�prvN', \(,o ga}tor) i-j s S=2,11 L.0 ICS0 lallAN) flC-Oucx PER. UfsAv 1414),00
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Truck-Mounted Brine Distribution System
NOT AN ORDER Page 2
DESCRIPTION
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 60-1401.01 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.
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 fleet defect provision shall not
apply.
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 fleet defect was determined to exist or on
the repair/replacement date for corrected items.
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.
SIGN ALL COPIES Firm 00R-114ER1%1 'CR- t-K- ;aren'T GpRP
By 3oNcJ WRa'rEN8 W
Title v�.c.e Pe- O r
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Truck-Mounted Brine Distribution System
NOT AN ORDER Page 3
DESCRIPTION
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 Douglas County. 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 ociit:/ ietta E04;Orng.i C.OP-P
BY Sp}tN v`MAYZ.Natt
Title vt.ct PRes=QEKT
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
,r
ii, 1,4
.i.:
I. Regulation: 'r:a e•r.9!‘'-'''
A.Article IV,Division 1 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-I). 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
'1.0 authorized to perform employment in the United States and that the Contractor and ail sub-
contractors shall use E-Verify to determine work eligibility.
'IvContractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev.Stat. Section 48-2901 et seq.).
Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Law(Neb.Rev. Stat. Section 73-104 et seq.).
Isw 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
-SW 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.
Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project
comply with the provisions of the Responsible Contractor Compliance Form RC-1.
\r".\---\)% ' ="*.er .- — -•`-1—"A
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$500 fine or six months in jail. In addition,the contractor and sub-
contractors can be subject to immediate disqualification and prohibited from any future City of Omaha
contract for a period of 10 years.
EXCEPTIONS TO SPECIFICATIONS
Check One
The equipment offered meets all specifications as set forth in the bid.
Name (print)
Signed
Title
The equipment offered meets all specifications with the following exceptions:
(Use separate attached sheet if more room is needed.)
pr, y-Nov,) RPP1;L,A-A0N) Rater E(t.'zP',/
g, Svle ! e so 9y,1W6% 0 oP.0r.r,L 1 Ga.O oa1,O..13
G, Ga\V e6 \jptses NCry S,9-PPS ($EE PQ
a H', ‘.)1\ -71We- -SA"'. R_ V.:x 1VG�C�
3 E�, C.S )(Cr") sr s e $ Sr ee N F t.
3G. SAC grres�NO L1R00.,, 4,39
t1 Ht• we vsE A .c ' OPT.rnuM\y S‘,'ZF 4 F-o2 SPFGAC
� 5 14-es B�Ar► Pf•ev\ etzry ercc,eerel. 13,1 11, ' C,r`i Or4 OTY,ER vN1tS
1-1 . SEE E),,P1aNc+TO" Or) 4A, QUr..Q ('9NNl''f RVNOIr`(
CPC A-\\ v4.:aW-g y- SvA's-CM - A.o.c /*\LO m 0 r••• c.s S v PPf‘e
G o% Love Lz-‘)0 Sw', K eP-ovm,oe , Na i,a `A6 Vtzto
�F SEE Frry c4)0. 61)-e-0c ONI
Failure to list exceptions may be cause for equipment to be rejected at time of delivery
Name (print) -MO YIN) W 9R-s F4-)t3E z•
Signed
Title VxGe PR'EsmoEr.rr
March 2014
SPECIFICATIONS FOR A TRUCK MOUNTED BRINE DISTRIBUTION SYSTEM
WITH SELF LOADING LEGS
GENERAL:
The intent of this bid is to purchase (5) five truck mounted brine systems which
will be delivered to the City of Omaha and installed in current City of Omaha tandem
axle 58,000 GVW dump trucks with the approximate bed length of 14' and width of 84".
The brine units will be delivered ready to install and be fully functional after
installation by City of Omaha mechanics. The units must be capable of being calibrated,
programmed and controlled by a Force 5100 controller linked to a ground speed sensor.
YES NO OTHER 1. OPERATIONAL REQUIREMENTS
X A. Anti-icing unit must be capable of applying liquid
product to road surfaces at a constant,operator set
application rate at speeds between 0 to 50 mph.
B. The truck's hydraulic system will drive the
liquid product pump.
C. The system bid must be compatible with a variety of
de-icing solutions including but not limited to calcium
chloride, sodium chloride, magnesium chloride,
potassium acetate and CMA,
D. The system must come complete with a liquid spray
pump, single polyethylene liquid tank
mounted on a skid frame, tank mounting straps,
discharge spray booms and nozzles, closed loop
flow meter(accuracy rate of+or— 1%on flows from
10 to 130 gallons per minute, all plumbing and hardware
YES NO OTHER 2. LIQUID TANK
X. A. The tank shall be a flat bottomed single molded
polyethylene UV protected, with a minimum of(2)two
baffles to prevent "sloshing".
B. Tank capacity to be a minimum of 1,650 gallons but no
more than 1,800 gallons and able to fit in a 14' X 7'
dump box
C. Must have at least a 16"threaded man-way for access
into the tank.
*)( D. There must be a calibrated gallonage marks located at
the rear of the tank visible
from the spray bar end when mounted.
E. The tank must be designed for use as a mobile anti-
icing unit with a low center of gravity.
F. All fittings must be corrosion resistant.
X G. The tank must be securely mounted to a skid frame with
2014 Truck Mounted Brine Distributors final Page 1 of 4
(3)three or more 1 1/2"wide corrosion resistant straps.
X H. To include full tank baffling AND 15-inch, polyethylene
baffle balls to reduce sloshing.
YES NO OTHER 3. SKID FRAME ASSEMBLY
A. The tank and all related components shall be mounted
on a stainless steel skid assembly to be installed in a
standard contractor body dump box.
B. Frame shall be constructed of 6"x 8" stainless steel
running full length on each side with similar cross
members running under the tank across the frame.
C. Entire unit shall fit inside a 14' long by 84" wide.
. dump box. Liquid tank shall be mounted forward,
within 6 inches of the cab end of the box
D. There shall be (2)two grease-able steel caster wheels on
the front end of the frame for easy loading and 2 self
loading legs.
E. The successful bidder shall submit shop
drawings to the City for approval prior to manufacture.
F. Skid frame to lock into lower tailgate linkage and have
necessary tie down points for securing unit in truck bed.
YES NO OTHER 4. LIQUID PUMP
A. The product pump shall be a cast iron centrifugal pump
capable of putting out a minimum of 200 GPM @ 40
PSI.
B. The pump shall have a case iron impeller, 2"NPT inlet
with 1 %s"NPT outlet port, and be hydraulically driven
by a gerotor motor which is directly coupled to the
pump.
C. The pump must have a drain port with a drain valve
installed.
D. The pump and all plumbing shall be corrosion
resistant.
X E.The pump shall be variable speed, capable of running for
extended times between 0 and 200 GPM without
damage to the pump.
F. Pump discharge is to have a serviceable filter Y-strainer,
recirculation valve, and a flow meter.
YE,S NO OTHER 5. PLUMBING AND HARDWARE
A. All plumbing components shall be made from corrosion
resistant materials such as reinforced polypropylene and
or stainless steel.
2014 Truck Mounted Brine Distributors final Page 2 of 4
X B. There must be a 2" drain— fill connection with shutoff
ball valve and quick couplers.
X C. All mounting hardware and fasteners are to be 304
stainless steel including clamps.
YES NO OTHER 6. SPRAY SYSTEM
A. The system will be controlled by a Force America 5100
controller which is currently mounted in the City
trucks.
B. This distribution system must be complete with any and
all wiring adapters needed plus any additional
controllers necessary to operate a three lane spray
system from the cab ofthe truck.
C. The controller must allow application of the brine at a
pre-set, pre-determined rate and must not change with
the speed of the truck.
D. A tank empty indicator must be provided which will be
mounted in the cab of the truck.
E.The three lane spray system will incorporate spray bars
made of schedule 80 PVC, with brass, straight stream,
quick change nozzles which clip on.
F. Center spray boom must have a minimum of(8)eight
nozzle assemblies and be adjustable from 12"to 18" in
height from the pavement.
G. Both right side and left side spray booms must have a
minimum of(4) four nozzle assemblies.
H. All booms should be capable of being independently
controlled by electric on/off ball valves manifold
together and be capable of being used independently or
all at the same time. A 12 volt DC electric ball valve
shall be provided for activation and de-activation of
7C each spray bar.
I. All booms must contain an inline check valve.
Yes No Other 7. MANUALS
A. Upon delivery of the units bid, The Manufacturer must
provide(2)two copies of the operational and(2)two
1 ' copies ofthe parts manuals.
B.The operation manuals must be complete and provide
detailed clear instructions and procedures for the proper
-and safe operation ofthe brine distribution system bid.
Yes No Other 8. WARRANTY
N A. Unit warranty will be for a(12)twelve month period from
the time the system is installed and operational. In no case
2014 Truck Mounted Brine Distributors final Page 3 of 4
will the warranty period extend beyond an(18)eighteen
month period from date of delivery.
B.The vendor must be 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.
C.The vendor must be able to provide needed parts within
24 hours of break down. If shipping by air is needed,the
dealer will be responsible for any additional cost.
D.Manufacturer's standard warranty to apply and to include
one year total parts and labor warranty after satisfactory
acceptance of the units bid.
E. The vendor will be responsible for providing all warranty
work within twenty-five drive-able miles from 72' &Dodge.
If warranty work is not available within the area described
above, the vendor will be responsible for any cost including
transportation.
F. The tank shall be covered for a(3)three year warranty from the
date of delivery against leakage and breakage.
G. Defective parts, system components and flaws due to sub-
standard workmanship or materials shall be replaced or
corrected by the manufacturer at NO COST to the City.
Yes No Other 9.DELIVERY
A.Unit are to be delivered to the City of Omaha, Fleet
Management Facility,2606 North 26th Street. 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 units or related parts/materials
Other or Comment
2014 Truck Mounted Brine Distributors final Page 4 of 4
VARITECH
(e.�tl INDUSTRIES
Inc Application Equipment Anti-icing System
A Subsidiary of FORCE America, Inc. F E AT U R ES
The Anti-icing application
system is designed to slide • Extra Heavy Duty U.V. Stabilized Tank
in-to medium and heavy duty Able to accurately apply high specific gravity liquids.
dump trucks with an inside
box width of 83" or . Optional Tank Baffling
greater. This system is Improved vehicle stability with less material movement.
available with tank capacities
ranging from 735 gallons up to • Flanged Tank Fittings
3400 gallons,and come Fast and easy maintenance of worn or damaged fittings.
standard with a galvanized • Available 1,2, or 3 Lane Stainless Spray Booms
steel frame and glass filled Perfect solution for mounting in compact areas.
polypropylene fittings for
years of dependable use. The • Hydraulic or Gas Driven Centrifugal Pump
self-loading leg kit, Baffle Pre-engineered mounting system fits the most popular truck boxes.
Ball system, and automatic • Galvanized Steel Frame
rate controllers can all be Ensures long service life with high use applications.
added to make this a truly
turn-key package. • Optional Electronic Flow Meter
Accurately measures dispersed material with the use of a closed
loop spreader control.
• Optional Self-Loading Legs
Easier loading and unloading, providing an excellent means of off
THIS LITERATURE MAY NOT MEET EXACT
season storage.
SPECIFICATIONS REQUESTED. THE PRODUCT • Optional Automatic Rate Controllers
WILL BE BUILT TO SPECIFICATIONS
UNLESS VARIATIONS ARE NO
' Cimee. .:''' . 111-010. 1 If..
tiJ t . N � ,,
i re- ai� „1
it, r
. NI
. ,,
_.___...• .. .
3-lane Anti-Icing Unit with optional NOaT "'t;TRUCK EQUI t {' '1 !RP.
self-loading legs NI ply ,,.
(shown) 5" Asa i
SIOUX FillA, B. 5101.2435
888-208-0686 www.varitecti-industries.com
4115 Minnesota Street, Alexandria, MN 56308 / PH: 320-763-5074 FX: 320-763-5612 EM: infowvaritech•indestries.coltl
Part Number.00000 ®2009 VariTech Industries
VARITECH
(de.-, INDUSTRIESI„c Application Equipment Tank Tamers
FEAT U R ES
Tank Tamers are used in large • Complete Tank Baffling
mobile liquid tanks increasing Eliminates fluid sloshing for increased driver safety
the stability of the vehicle by • Injection Molded
reducing sloshing associated Debris associated with drilled holes is eliminated
with vehicle movement. • Increased Vehicle Life Expectancy
Reduced payload movement reduces wear and tear on vehicle
Tank tamers are easy to • Extra Heavy-Duty Construction
assemble and can be added
to any liquid tank with a 16 or Withstands the movement of high specific gravity liquids
larger man-way • Rigid, Self-Locking Snap Assembly
Easily assembled, no metal parts to rust or break
• Field Removable
Easily removed for tank cleaning or maintenance
• Reduced Driver Fatigue
Stabilizes liquid material improving driver comfort
• U.V. Stabilized Plastic
Prevents brittleness and adds to the life expectancy
THIS LITERATURE MAY NOT MEET EXACT
SPECIFICATIONS REQUESTED. THE PRODUCT
WILL BE BUILT TO SPECIFICATIONS
UNLESS VARIATIONS ARE NOTED.
Tank Gallonage/14=Approximate
Number of Tank Tamers Needed
£.
•
x -
c 'r;
MORTEN PM lP E!!T C
Example TankhownwithTankTamerS stem pa, °�'" 4i '' 1
p y , r ��:::rt.L-,1::'� 15 in.Tank Tamer
SIOU 4 , ' :t;v:j Oil 01443
8 8 8 - 2 0 8 - 0 6 8 6 www.varitech-industries.com
VT101 0513-02
S 7 6 5 A 3 2 T
■ II
II
F
F
_t - 1=
II
■ =t � 1=
„,,.....„ riii.
E
E
II I IfR f
-I - = l= g
( figir1000 •,;,.
'�L:^
siiiit
MINIMMININIIMMill
I I
52.00
i�a lommilm.
\\
68.04 `'-
Illrin
nr,
S S
5 .1611111....11L11111111111.14 AA Ohl 1 .. .... . 6/. ......• INIMIIMINImml ;
-.$II - Mili 110 . .
g 181.13
VARITECH
A .:4 ._.. INDUSTRIES I n c A3i T :
J am
:�{I1,*50 GAL LD FRAME W/LEGS AND FORK TUBES
TNfi DRAWING IS THE PROPERTY OP VARITEC I INOVSTRIES.INC.R OONTAPIS PROPRN:TARV NiORNATION
AND 15 TRANSMITTED AEA CONFIDENTIAL OISCLOSVRE IT MAY NOT el CORED CR ITSCONTENTE
REVEALED TOOTNERS ATTMOUT MARTEN CONSENT OF VARREGN INOVSIAIES.INC.
5 7 A .5 I.. 6 3 I
E 7 6 5 4 3 2 I
II
v
v
II
Y =1 = = I=
E :11� E
II P'
(Li) *kip' ,1114„....0.0.
II
1 I H:411141
74
.: 41111111%/11444441 opillibillW '..-1114
1 ii•
I I
I-- 82.00
c c
II II II it
/ II It II II
60.16 111
111
( I
6 E
._ I
1
€ III _ II6 • • !
181.38 1
N0 7 `..t1`RUCK E � 1PMEN CO RP.
IIARITECH
„8 F Y-. :,;a -`'`_
"��T :� ,:' INDUSTRIES/nc®A _ �Jf ,LLi Z� �r' w�� A
.101iX Fif!IZ s SD N 101•
2435
.1mIr---•20 GAL LD FRAME IN/LEGS AND FORK TUBES
dORAAING IE16E PROPERTY OF INDUSTRIES,NC.RC ME TART I
NFORMATiON THIS
AROLTRANSITTECAsA0 MTLN.06 E,RJ NOT EECORp ORITS CONTENTS
REVALEC TOOTnESYM6gUT WiRIEp CONSENT OFVMTECN MgtSTR1F5,INC.
VARITECH
,_., INDUSTRIES Inc
WARRANTY INFORMATION
Varitech Industries warrants, to the original purchaser, that if any part of the product proves to be defective in workmanship
or material within one (1) year, limited,from the date of purchase, and is returned to us within 30 days of the discovered
defect, we will (at our option) repair or replace the defective part. This warranty does not apply to damage resulting from
misuse, neglect, accident, or improper system installation. It also does not include normal operational wear or damage
resulting from lack of preventative maintenance. This warranty is exclusive and supersedes all other warranties, whether
expressed or implied. Varitech Industries neither assumes, nor authorizes anyone to assume for it, any other obligation
or liability in connection with this warranty and will not be liable for consequential damages.
All purchased components are warranted by their manufacturer and not by Varitech Industries. The manufacturer's warranty
will apply to these parts. Electrical and hydraulic components are not to be disassembled without the express written
consent of Varitech Industries. Use of replacement parts other than the original equipment voids this warranty.
All returns and warranty claims must have the prior written approval of Varitech Industries.
HOW TO ORDER PARTS
Refer to the appropriate parts list, find the part you require, and take note of the Varitech part number. Have this number,
along with your purchase order or credit card number, on hand when you call Varitech industries or your local distributor.
It is also suggested that you refer to the recommended spare parts list and use this opportunity to order parts that will be
required to maintain your system in the future. Remember downtime can be costly.
I OR I ERN 1 HUCK RUIPE1 CORP,
r0 ,,Y
a a '�J�im`e,„Fair the mew lap-age with she leader
SIOUX I'll a 571 -2435
VAMP/INDI/SIRIES
ALEXANDRIA MN,ddd 208 06d6
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on March 26, 2014 for the purchase,of five truck
mounted brine distribution systems to be utilized by the Street Maintenance Division; ark;
WHEREAS, Northern Truck Equipment submitted a bid of$88,275.00, being the lowest
and best bid received within the bid specifications, for the purchase of five brine distribution
systems.
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 Northern Truck Equipment for the purchase of five truck mounted brine
distribution systems to be utilized by the Street Maintenance Division in the amount of
$88,275.00; and, that the Finance Department is authorized to pay this cost from the Street and
Highway Allocation Fund 12131, Snow and Ice Control Organization 116154, year 2014
expenditures.
245014scp APPROVED AS TO FORM:
axITY ATTORNEY DATE
By AAtiftt,
Councilmember
Adopted APR 2 9 2014
City Clerk .6///
Approve dat-k
Mayor
P. c
NO S5Z
Resolution by
Res. that, as recommended by the Mayor, the
Purchasing Agent be authorized to issue a
Purchase Order to Northern Truck Equipment
for the purchase of five truck mounted brine
•
distribution systems to be utilized by the
Street Maintenance Division in the amount of
$88,275.00; and, that the Finance Department
is authorized to pay this cost from the Street
and Highway Allocation Fund 12131, Snow
and Ice Control Organization 116154, year
2014 expenditures.
245014Ascp
Presented to City Council
APR 2 9 2014
Adopted _c
grown
City Clerk