RES 2013-0461 - PO to Wausau Equipment Company Inc for snow plows giv
�NIANA.NFd R t t..` r 1 V L.. Li
: , �'s Public Works Department
�� 'Aii�,C__ tas Omaha/Douglas Civic Center
��CC «! n 13 g ; 29 1 2. 0 1819 Farnam Street,Suite 601
®74 rim, '¢► r April 9, 2013
o,.. _ , .,;^� Omaha,Nebraska 68183-0601
�A ,L (402)444-5220
04,
4E0
PE9RP0 CITY CLEF:'.C. Fax(402)444-5248
r,;1;M!? �r "�" ', ` Robert G.Stubbe,P.E.
City of Omaha
Jim Suttle,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 Wausau Equipment Company, Inc. on the bid for the purchase of four
hydraulic reversible 11' lower trip edge snow plows to be utilized by the Street Maintenance
Division.
The following bids were received on December 5, 2012. A detailed bid tabulation is attached.
Contractor Total Bid
WAUSAU EQUIPMENT COMPANY, INC. $23,480.00 (LOW BID)
Pal Fleet $23,915.00
Badger Body $24,600.00
Tenco $28,092.00
Aspen Equipment $43,644.00
The Contractor has a current Contract Compliance Report Form (CC-1) 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 the purchase four hydraulic reversible
11' lower trip edge snow plows from the Street and Highway Allocation Fund 12131, Snow and
Ice Control Organization 116154, year 2013 expenditures.
The Public Works Department recommends the acceptance of the bid from Wausau Equipment
Company, Inc. in the amount of $23,480.00, being the lowest and best bid received within the
bid specifications, and requests your consideration and approval of this Resolution.
Res ectfully submitted, Ref to Cit Council Consideration:
C ,,--- )PCP-044-- '''
____p_?
Robert G. Stubbe, P.E. Date ti'savor's U ice Date
Public Works Director
Approved as to Funding: Approved: f
CCU —_ A. 3 -.26/� ;2r i l t'.��. ` l ��1
Allen Herink Date Huan i 7hts and Relations�. Date
`p-9 Acting Finance Director Department
2121 1 3scp
BID BOND: 5%
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Hydraulic Reversible 11' Lower Trip Edge Snow Plows
Aspen Badger Palfleet Tenco Wausau Winter
Date of Opening Page 1 Equipment Body Equipment Equipment
December 5, 2012
Department As Read in Bid mittee
Fleet Maintenance iU1
Quantity DESCRIPTI N UNIT UNIT UNIT UNIT UNIT UNIT
PRICE B PRICE C PRICE B PRICE C PRICE B PRICE
Hydraulic Reversible 11' Lower Trip Edge
4 each Snow Plows
BID/each: $10,911.00 $6,150.00 $5,978.75 $7,023.00 $5,870.00
TOTAL BID: $43,644.00 S24,600.00 S23,915.00 $28,092.00 $23,480.00
NO BID
Terms: 100%/Net30 0%/Net15 Net30 0%/Net30 100%/30 days
Delivery(calendar days following award): 56 60-90 55-70 45-60 60-90
Preiner, Sue (PWks)
From: McCoy, Marc(VMF)
Sent: Wednesday, March 20, 2013 8:57 AM
To: Preiner, Sue (PWks)
Cc: McIntyre, Scott (PWks); Hurt, Holly (Prch); Carlson, Eric J. (Prch); Nissen, Joe (VMF); Faris,
Steve (VMF)
Subject: 2013 11' Plows for Tandem Dump Trucks
Attachments: 2012 Lower Trip Edge Plow Bid Tab.pdf
INTEROFFICE MEMORANDUM
TO: SU1?PRE1N1?R
FROM: MARC MCCOY
SUBJECT: 11'LOWI I. TRIP-EDGE SNOW PLOWS
DATE: 03/20/2013
CC: SCOT"MCINTYRI?,I JOLLY I IURT,1:RIC CARLSON,JO1:NISSI:N,SI7:V'E FARIS
Sue, please generate a Council resolution for the purchase of four (4) additional 11' lower trip-edge snow plows
per the bid opened December 05, 2012. Wausau Equipment Company submitted the lowest bid of$5,870.00 each for a
total of$23,480.00. This purchase is part of Street Maintenance's 2013 equipment budget.
Scott McIntyre will submit a requisition for the purchase. Attached is the bid tabulation and specifications from
Wausau Equipment Company.
The contact for this quote is:
John Lemke
Regional Sales Manger
Wausau Equipment Company, Inc.
1905 South Moorland Road
New Berlin, WI 53151-2321
Phone (262) 894-0510
Fax (262) 784-6720
Thank you,
Marc McCoy
Equipment Services Manager
City of Omaha Fleet Manageent
2606 N. 26th Street
Omaha, Nebraska 68111
(402)444-6191 Office
I
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Hydraulic Reversible 11' Lower Trip Edge Snow Plows
RETURN BIDS TO: Published: November 21,2012 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,December 05,2012
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 date and time indicated in a seated envelope marked:
BID ON:CITY OF OMAHA Hydraulic Reversible 11'Lower Trip Edge Snow Plows 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.doug)ascountypurchasing.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
4 each Hydraulic reversible 11' lower trip-edge snow plows, per
attached four(4) pages of specifications and two (2)
pages of drawings and photos.
Brand/Model: 11' l/EN/.36VeScu1 REP LC
Delivery time:
BID/each: $ JOB 9/400
TOTAL BID: $ 431 w 444: 00
Questions regarding this bid should be directed to: (5"/8 u ppon thrs tnoisatoruebased
amount)
Steve Faris at (402)680-0827 or
Marc McCoy at(402)444-6191.
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 cashiers
check drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States,
or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements.
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 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 /00 % J' er 3O Firm: igSp,&A) &*�L Jp/b p47- orporated
Delivery(or completion) Name: CfibJ s' E8,6E1.3 Signature: 7 J
`S6 calendar days following Title:Tz3Rr-R17`/y MA -ER Phone: 4-32. 8c4 Q300 Fax: cl-OZ, gq4'. (4302
award Address: ))47 S S. /rJ? rT Y A4 NE to J
8 3R
Street/P.O.Box City State Zip
Email Address: ce eh ® aspen ec Corn
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Hydraulic Reversible 11' Lower Trip Edge Snow Plows
NOT AN ORDER Page 2
DESCRIPTION
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 cashiers check drawn on a national bank or a bank chartered under the
laws of the state, payable to the city, or lawful money of the United States, or a United States Governement Bond
(negotiable) are acceptable substitutes for bond requirements.
PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to
his bid within ten(10)calendar days from award of the contract. The surety company issuing the performance 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 cashiers check drawn on a national bank or
a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United
States Governement Bond (negotiable) are acceptable substitutes for bond requirements.
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 Fir .4
/ham .�
By y."
Title
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
1„,4
J� '."' ''!may,.
I. Regulation: '1.P0 i.r,1)R'''
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
7 authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
1 1! Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
l 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.).
1--- ". Contractor has not been convicted of any tax violations(local,State and Federal)within the last
I three years from the date this bid is submitted.
Administration,
has not,upon final determination by the Occupational Safety and Health
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.
/-•---------2./. 'i2--1//-.7 /.7 -3 -/? ,
Signature Date
By signing,1 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.
SPECIFICATIONS
FOR
HYDRAULIC REVERSIBLE
11 FOOT LOWER TRIP-EDGE SNOW PLOWS
(Truck Mounted with INTEGRAL Shield)
GENERAL: PLOW
Truck mounted snow plows to be heavy duty all steel constructed, hydraulic reversible type with
lower trip edge only, to be the latest current model of standard design. Bidders are to supply full
description and descriptive materials on units bid with the proposal.
Yes No Other 1. TYPE—LOWER TRIP EDGE
A. These specifications are for snow plow moldboard assemblies
with hydraulic reversing push frames only, designed to fit
present City of Omaha truck mounted push frames and lifting
mechanisms. Delete caster wheels and skid shoes. No dealer
decals.
Other or Comment
Yes No Other 2. MOLDBOARD
A.Type: Lower trip edge with integral shield
(see attached design)
�.1 B. Length: 11' foot
C. Height: 36 inch minimum, 38 inch maximum
D. Thickness: 3/16" minimum
E. Weight: 1800 lbs. minimum weight of reversing push
frame, moldboard and two 1/2" x 8"x 11'
cutting edge.
F. Braces: Minimum of five (5) vertical braces, full
length top and bottom bracing.
G. Cutting Edges: One piece 1/2" x 8" x 11'cutting edge with
standard AASHO punching. To have two(2)
k 6, CAR IDE cutting edges stacked and bolted on. Edges
Go'Ee zimo a to be through harden meeting a minimum
hardness specification of Rc43 (BR400).
H. Trip: Spring loaded lower trip only, minimum of
five (5) horizontal torsion springs.
�-1 I. Lifting Device: Lifting cable arrangement to be same as
presently used on City of Omaha snow
plows. Lifting cable 1/2" x 8', 6 x 19, i.w.r.c.
Cable must be able to adjust if needed. Must
also include City of Omaha sheeve type
roller.
J. Plow Guides: Install one plow guide on each end.
K. Rubber deflector: Install deflector on upper edge of
Hydr Rev lift Snow Plow Page 1 of 6
moldboard 12"wide X 11' long.
Other or
Comment
Yes No Other 3. REVERSIBLE PUSH FRAME
A. Reversing push frames on plows shall fit present
City of Omaha front truck mounted push frames. It shall be the
responsibility of the successful bidder for delivering of snow
plows as per specifications that will mount to present City of
Omaha truck mounted push frames.
B. Mount a 2,000 lb. Minimum capacity Bulldog style jack
on the frame so the frame work can be easily lifted or lowered
during hookup of the plow to the truck. The jack must be
attached with a pin so jack can be rotated and locked in
position or removed without tools.
See attached drawing for minimum requirements for snow
plow push frame hookup.
Other or Comment
Yes No Other 4. PLOW CONSTRUCTION (see attached sketches)
A. The reversing mechanism must consist of an "A" frame.
design. Semi-Circle designs are not acceptable.
B. The main structure of the lower"A" frame
is to be constructed from closed square tubular
steel sections or closed, built up 3/8"thick plate sections. Open
sections such as channel, "Z", angle,or plate tangs are not
acceptable in the main structure, but can be used for attachment
points or secondary bracing only.
C. There must be contoured stops of adequate size to cushion the
blow when the trip blade trips back. The torsion springs are
not to absorb the return.
(See attached drawing for minimum requirements for
snow plow push frame hookup.)
Other or Comment
Hydr Rev lift Snow Plow Page 2 of 6
Yes No Other 5. HYDRUALIC REVERSING SYSTEM
A. Hydraulic reversing system shall be equal to system presently
used of City of Omaha snow plows complete with hydraulic
cylinders, hoses, cushion valve and quick couplers.
B. Hydraulic quick couplers shall be interchangeable with quick
couplers 3/8 Aero Quip, Male#5602-6-6S, Female #5601-6-
6S.
Other or Comment
Yes No Other 6. MOUNTING
A. Mounting of snow plow shall be done by the successful bidder
locally, cost of which shall not be paid directly but shall be
considered incidental to bid price. Units shall be mounted
within ten (10) days from delivery date.
B. All mounting bolts to be heat treated grade eight(8) minimum.
C. All bolts used for manufacture and mounting shall meet S.A.E.
J 429 specifications.
D. Push frames shall fit present City of Omaha truck mounted
push frames.
E. See attached drawing for requirements of push frame hook up.
F. The push frame is not to swivel .
Other or Comment
Yes No Other 7. PAINT
—! A. Snow plows shall be primed with two coats of zinc chromate
primer and shall be painted Dupont Orange#83-876-DH.
Other or Comment
Yes No Other 8. PARTS LIST
A. Two (2) copies of parts manuals shall be provided.
Other or Comment
Hydr Rev lift Snow Plow Page 3 of 6
Yes No Other 9. WARRANTY
A. Manufacturer's standard warranty to apply and to include one
year total parts and labor warranty after satisfactory acceptance
v of the vehicle.
B. The manufacturer's standard warranty shall apply and shall be
in effect for one year from date of satisfactory delivery.
v C. Regular manufacturer's standard warranty, manufacturer's
statement of origin, and completed pre-delivery inspection
certificates required with each unit delivered.
D. The manufacturer's standard warranty shall be stated in the bid.
E. The vendor will be responsible for providing all warranty work
within twenty-five drive-able miles from 72nd& Dodge. If
warranty work is not available within the above described, the
vendor will be responsible for any cost including
transportation.
F. The vendor must be able to provide warranty work within 24
hours of break down. If there is no local dealer the vendor
must locate and or provide the work within the 24-hour time
frame.
G. 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.
Other or Comment
Yes No Other 10. DELIVERY
1.1 A. Unit to be delivered to the City of Omaha, Fleet
Management Facility, 2606 North 26th Street unless other
arrangements have been made. 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.
Hydr Rev lift Snow Plow Page 4 of 6
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Hydraulic Reversible 11'Lower Trip Edge Snow Plows
RETURN BIDS TO: Published: November21,2012 Page 1
CITY CLERK
1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 6%.
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,December 05,2012
IMPORTANT
1. Bid must be in the office of the CITY CLERK,1819 Farnam Street,LC-1, 4. If Federal Excise Tax apples.show amount of same and deduct.
OMAHA-DOUGLAS CIVIC CENTER.Omaha,NE 88183-0011 Exemption certificates will be lurnshed. Do not include tax in bid
by the opening date and tine indicated in a sealed envelope marked:
BID ON:CITY OF OMAHA Hydraulic Reversible 11'Lower Trip Edge Snow Plows 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
2. As evidence of good faith a bid bond or certified Bieck must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make
Bid bond or corldied check shall be made payable to'Cdy 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 m 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 tst.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
�.v,•,v aouglasccuclvonrchosieq.cm. 00 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
4 each Hydraulic reversible 11' lower trip-edge snow plows, per
attached four(4) pages of specifications and two (2)
pages of drawings and photos.
Brand/Model: VA Ix j( t t z - t► P t�
Delivery time: G 0 — 915 8c -
BlDleach: $ �o�t'
00
TOTAL BID: $ b O
(5%Bid B is to be based
Questions regarding this bid should be directed to: upon lids amouni)
Steve Fads at (402)680-0827 or
Marc McCoy at (402)444-6191.
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 cashiers
check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,
or a United States Govemement Bond(negotiable)are acceptable substitutes for bond requirements.
All bidders awarded a contract in the amount of S5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compllenoe P. art(€-rm CC-1). T rc ;strati w,,,offs:t for 24 iliOritifT5 from the date r red 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) 7�
Payment Terms ( % CT t S Firm:r7A(%3U,. po .. 76N C C2 J s r m „ Into tad In: Pe
Delivery(or completion) Name: SP9 h f 0 b y` Signature:
l)^9 th calendar days following Title: D 9 1Phone.4c .5-6-2 s..i'O Fax:40 $ 7 4(„
award Address: 633(o G rc,v e•^ S 1 f2 t,4IIk ne 6 A /D
Street/P.O.Box City
!City State Zip
Email Address: p e V G ✓ 4 �Kqf 9 F ' �B d ►v . C C
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Hydraulic Reversible 11' Lower Trip Edge Snow Plows
NOT AN ORDER Page 2
DESCRIPTION
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 cashiers check drawn on a national bank or a bank chartered under the
laws of the state, payable to the city, or lawful money of the United States, or a United States Govemement Bond
(negotiable)are acceptable substitutes for bond requirements.
PERFORMANCE BOND:The contractor shall provide a performance bond or certified or cashier's check equal to
his bid within ten(10)calendar days from award of the contract. The surety company issuing the performance 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 cashiers check drawn on a national bank or
a bank chartered under the laws of the state, payable to the city,or lawful money of the United States, or a United
States Govemement Bond(negotiable)are acceptable substitutes for bond requirements.
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.rle.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 Fi• lly KA e r a.?d Y ;p
Title
[�
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
sR�
1. Regulation: T•�?' U►r.D�:p
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
NHauthorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
F71Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev. Stat. Section 48-2901 et seq.).
S j- Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Law(Neb.Rev. Stat.Section 73-104 et seq.).
1 1 Contractor has not been convicted of anytax 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
5,1 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.
iiContractor 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.
/7- I..J-43 I I
Signs e Date 1
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.
SPECIFICATIONS
FOR
HYDRAULIC REVERSIBLE
II FOOT LOWER TRIP-EDGE SNOW PLOWS
(Truck Mounted with INTEGRAL Shield)
GENERAL: PLOW
Truck mounted snow plows to be heavy duty all steel constructed,hydraulic reversible type with
lower trip edge only, to be the latest current model of standard design. Bidders are to supply full
description and descriptive materials on units bid with the proposal.
Yes No Other 1. TYPE—LOWER TRIP EDGE
A. These specifications are for snow plow moldboard assemblies
with hydraulic reversing push frames only, designed to fit
present City of Omaha truck mounted push frames and lifting
mechanisms. Delete caster wheels and skid shoes. No dealer
decals.
Other or Comment
Yes No Other 2. MOLDBOARD
✓ A.Type: Lower trip edge with integral shield
(see attached design)
B. Length: 11' foot
C. Height: 36 inch minimum, 38 inch maximum
D. Thickness: 3/16"minimum
E. Weight: 1800 lbs. minimum weight of reversing push
frame, moldboard and two 1/2"x 8"x 11'
cutting edge.
F. Braces: Minimum of five(5) vertical braces, full
length top and bottom bracing.
G. Cutting Edges: One piece 1/2"x 8" x 11'cutting edge with
standard AASHO punching. To have two(2)
cutting edges stacked and bolted on. Edges
to be through harden meeting a minimum
f hardness specification of Rc43 (BR400).
H. Trip: Spring loaded lower trip only,minimum of
five(5)horizontal torsion springs.
I. Lifting Device: Lifting cable arrangement to be same as
presently used on City of Omaha.snow
plows. Lifting cable 1/2" x 8',6 x_19, i.w.r.c.
Cable must be able to adjust if needed. Must
also include City of Omaha sheeve type
roller.
J. Plow Guides: Install one plow guide on each end.
✓ K Rubber deflector: Install deflector on upper edge of
Hydr Rev llflt Snow Plow Page 1 of 6
moldboard 12"wide X 11' long.
Other or
Cogent
Yet. No Other 3. REVERSIBLE PUSH FRAME
�/ A. Reversing push frames on plows shall fit present
City of Omaha front truck mounted push frames. It shall be the
responsibility of the successful bidder for delivering of snow
plows as per specifications that will mount to present City of
J Omaha truck mounted push frames.
B. Mount a 2,000 lb. Minimum capacity Bulldog style jack
on the frame so the frame work can be easily lifted or lowered
during hookup of the plow to the truck. The jack must be
attached with a pin so jack can be rotated and locked in
position or removed without tools.
See attached drawing for minimum requirements for snow
plow push frame hookup.
Other or Comment
Yes No Other 4. PLOW CONSTRUCTION(see attached sketches)
A The reversing mechanism must consist of an"A"frame.
design. Semi-Circle designs are not acceptable.
B. The main structure of the lower"A"frame
is to be constructed from closed square tubular
steel sections or closed, built up 3/8"thick plate sections. Open
sections such as channel, "Z",angle, or plate tangs are not
acceptable in the main structure,but can be used for attachment
points or secondary bracing only.
C. There must be contoured stops of adequate size to cushion the
blow when the trip blade trips back. The torsion springs are
not to absorb the return.
(See attached drawing for minimum requirements for
snow plow push frame hookup.)
Other or Comment
llydr Rev lift Saow Plow Page 2 of 6
Ye9' No Other 5. HYDRUALIC REVERSING SYSTEM
A. Hydraulic reversing system shall be equal to system presently
used of City of Omaha snow plows complete with hydraulic
7
cylinders,hoses, cushion valve and quick couplers.
V B. Hydraulic quick couplers shall be interchangeable with quick
couplers 3/8 Aero Quip, Male#5602-6-6S, Female#5601-6-
6S.
Other or Comment
Yes No Other 6. MOUNTING
✓ _ A. Mounting of snow plow shall be done by the successful bidder
locally, cost of which shall not be paid directly but shall be
considered incidental to bid price. Units shall be mounted
within ten(10)days from delivery date.
B. All mounting bolts to be heat treated grade eight(8)minimum.
✓ C. All bolts used for manufacture and mounting shall meet S.A.E.
J 429 specifications.
✓ D. Push frames shall fit present City of Omaha truck mounted
push frames.
f E. See attached drawing for requirements of push frame hook up.
�✓ F. The push frame is mot is swivel.
Other or Comment
Yes,. No Other 7. PAINT
A. Snow plows shall be primed with two coats of zinc chromate
primer and shall be painted Dupont Orange#83-876-DH.
Other or Comment
Ye) No Other 8.PARTS LIST
�/ A. Two(2) copies of parts manuals shall be provided.
Other or Comment
Hydr key 11ft Smsw Plow Page 3 of 6
Yes No Other 9. WARRANTY
A. Manufacturer's standard warranty to apply and to include one
year total parts and labor warranty after satisfactory acceptance
of the vehicle.
B. The manufacturer's standard warranty shall apply and shall be
in effect for one year from date of satisfactory delivery.
C. Regular manufacturer's standard warranty, manufacturer's
statement of origin, and completed pre-delivery inspection
certificates required with each unit delivered.
f D. The manufacturer's standard warranty shall be stated in the bid.
f 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 above described,the
vendor will be responsible for any cost including
J transportation.
F. The vendor must be able to provide warranty work within 24
hours of break down. If there is no local dealer the vendor
must locate and or provide the work within the 24-hour time
/ frame_
G. 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.
•
Other or Comment D n`i c .0_&v/' 1/3 ,s(
Yes No Other 10. DELIVERY
�/ A. Unit to be delivered to the City of Omaha, Fleet
Management Facility, 2606 North 26th Street unless other
arrangements have been made. 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.
Hydr Rev lift Snow Plow Page 4 of 6
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Hydraulic Reversible 11' Lower Trip Edge Snow Plows
RETURN BIDS TO:
Published: November 21,2012 Page 1
CITY CLERK BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5%
1819LC-1 Farnam Street IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE.
Omaha,NebraskarDouglas3-Civic Center BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO
68183-0011 "CITY OF OMAHA"
NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,December 05,2012
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 Hydraulic Reversible 11'Lower Trip Edge Snow Plows 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
stio change inof mrel reduction
or inutilization hts er standard this
its s or possible throughquantitu change.
FAILURE TO DO SO IS CAUSE FOR REJECTION.
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 SUBMITTEDyour eto
ARE moved AVAIL from om our
ON THE mailingD list.
TABULATIONAS COUNTYSHEETSE OR THE BIDS
accept or reject any part of your bid unless otherwise indicated by you.
T
www.dounlascountvourchasina.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
4 each Hydraulic reversible 11' lower trip-edge snow plows, per
attached four(4)pages of specifications and two (2)
pages of drawings and photos.
Brand/Model: HP/ike 1391k/(/5
Delivery time: �,7 — 7U !✓A yf' C p'7['
BID/each: $ J ci 7o` r,] �
TOTAL BID: $ 2-3'/.+
.
(5%Bad Bond is to be based
Questions regarding this bid should be directed to: upon this amount)
Steve Faris at(402)680-0827 or
Marc McCoy at(402)444-6191.
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 cashiers
check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,
or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements.
Ail bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights&
Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights&
Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-
5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms,/V e.1% l U o&y Firm: pA l f! C `Incorporated In:
/
Delivery(or completion) Name: /ro iL a l/v f /17417 Signature: / q_
;$ 70 _calendar days following Title: /'CitA-1 /1 Ai4�7AC/1 `Phone: fA/a2.-G3r43t`O1Fa1x: 112 7z1 -1 7
award Address: Z 70 C 5 o ei/4 7 (%/rt T
3Ueet/P. .Box Ciitt CtJsi/vietfv,Btate L of Zip S l( 0 /
Email Address: /4(� MG 4/1`) )c //r e l
Responsible Contractor Compliance Form
RC-1
�' � I,
~1. Regulation: '''f.0,.r,DI%-
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
0-- authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
rContractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
l Employee law(Neb.Rev.Stat. Section 48-2901 et seq.).
p. Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Law(Neb.Rev.Stat.Section 73-104 et seq.).
f Contractor has not been convicted of any tax violations(local,State and Federal)within the last
r/H' three years from the date this bid is submitted.
Contractor has not,upon final determination by the Occupational Safety and Health
( ZA 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.
i y/ ���?i
.Sr "ature 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.
SPECIFICATIONS
FOR
HYDRAULIC REVERSIBLE
11 FOOT LOWER TRIP-EDGE SNOW PLOWS
(Truck Mounted with INTEGRAL Shield)
GENERAL: PLOW
Truck mounted snow plows to be heavy duty all steel constructed,hydraulic reversible type with
lower trip edge only, to be the latest current model of standard design. Bidders are to supply full
description and descriptive materials on units bid with the proposal.
Ye5. No Other 1. TYPE—LOWER TRIP EDGE
A.These specifications are for snow plow moldboard assemblies
with hydraulic reversing push frames only,designed to fit
present City o f Omaha truck mounted push frames and lifting
mechanisms. Delete caster wheels and skid shoes. No dealer
decals.
Other or Comment
Yc* No Other 2. MOLDBOARD
A.Type: Lower trip edge with integral shield
(see attached design)
B. Length: 11' foot
C. Height: 36 inch minimum,38 inch maximum
D. Thickness: 3/16"minimum
E. Weight: 1800 lbs. minimum weight of reversing push
frame, moldboard and two 1/2" x 8"x 11'
/ cutting edge.
(� F. Braces: Minimum of five(5) vertical braces,full
length top and bottom bracing.
G. Cutting Edges: One piece 1/2" x 8"x 11' cutting edge with
standard AASHO punching.To have two(2)
cutting edges stacked and bolted on. Edges
to be through harden meeting a minimum
hardness specification of Rc43 (BR400).
H.Trip: Spring loaded lower trip only, minimum of
five(5) horizontal torsion springs.
I!. 1 !!E: 1•i!!��iv.`!:!i!U4!111 L1LgG1S14114 iii uc SiliilG aJ
presently used on City of Omaha snow
plows. Lifting cable 1/2" x 8', 6 x 19,i.w.r.c.
Cable must be able to adjust if needed. Must
also include City of Omaha sheeve type
.1.11¢ rid :z of rf nstall one plow guide on each end.
K. Rubber deflector: Install deflector on upper edge of
nEC• 5 2012.
Hydr Rev lift Snow Plow Page 1 of 6
P,SPES'ICAD rals
Referred?o purek:as»il Agesifi
moldboard 12"wide X 11' long.
Other or
Comment
Yes No Other 3. REVERSIBLE PUSH FRAME
A. Reversing push frames on plows shall fit present
City of Omaha front truck mounted push frames. It shall be the
responsibility of the successful bidder for delivering of snow
plows as per specifications that will mount to present City of
/ Omaha truck mounted push frames.
B. Mount a 2,000 lb. Minimum capacity Bulldog style jack
on the frame so the frame work can be easily lifted or lowered
during hookup of the plow to the truck.The jack must be
attached with a pin so jack can be rotated and locked in
position or removed without tools.
See attached drawing for minimum requirements for snow
plow push frame hookup.
Other or Comment
Yes/ No Other 4. PLOW CONSTRUCTION (see attached sketches)
�/ A.The reversing mechanism must consist of an"A"frame.
/ design. Semi-Circle designs are not acceptable.
V B. The main structure of the lower"A" frame
is to be constructed from closed square tubular
steel sections or closed,built up 3/8"thick plate sections. Open
sections such as channel,"Z",angle,or plate tangs are not
acceptable in the main structure,but can be used for attachment
points or secondary bracing only.
C. There must be contoured stops of adequate size to cushion the
blow when the trip blade trips back.The torsion springs are
not to absorb the return.
(See attached drawing for minimum requirements for
snow plow push frame hookup.)
Other or Comment
Hydr Rev lift Snow Plow Page 2 of 6
Yes No Other 5. HYDRUALIC REVERSING SYSTEM
A. Hydraulic reversing system shall be equal to system presently
used of City of Omaha snow plows complete with hydraulic
cylinders,hoses, cushion valve and quick couplers.
1f` B. Hydraulic quick couplers shall be interchangeable with quick
couplers 3/8 Aero Quip, Male#5602-6-6S, Female#5601-6-
6S.
Other or Comment
Yes No Other 6. MOUNTING
A. Mounting of snow plow shall be done by the successful bidder
locally;cost of which shall not be paid directly but shall be
considered incidental to bid price. Units shall be mounted
within ten(10) days from delivery date.
B. All mounting bolts to be heat treated grade eight (8) minimum.
C. All bolts used for manufacture and mounting shall meet S.A.E.
J 429 specifications.
D. Push frames shall fit present City of Omaha truck mounted
push frames.
V F. See attached drawing for requirements of push frame hook up.
F. The push frame is not to swivel .
Other or Comment
Yey No Other 7. PAINT
ll A. Snow plows shall be primed with two coats of zinc chromate
primer and shall be painted Dupont Orange#83-876-DH.
Other or Comment
Ye,4' No Other S.PARTS LIST
rJ/ A.Two (2) copies of parts manuals shall be provided.
Other or Comment
DEC 5 2012
Hydr Rev lift Snow Plow ks PER 01-1DitEN Page 3 of 6
noicrrad to Purchasing Agant
Yes No Other 9. WARRANTY
A. Manufacturer's standard warranty to apply and to include one
year total parts and labor warranty after satisfactory acceptance
of the vehicle.
B. The manufacturer's standard warranty shall apply and shall be
in effect for one year from date of satisfactory delivery.
V C. Regular manufacturer's standard warranty, manufacturer's
statement of origin, and completed pre-delivery inspection
/ certificates required with each unit delivered.
1/ D. The manufacturer's standard warranty shall be stated in the bid.
V E. The vendor will be responsible for providing all warranty work
within twenty-five drive-able miles from 72nd&Dodge. If
warranty work is not available within the above described,the
vendor will be responsible for any cost including
transportation.
F. The vendor must be able to provide warranty work within 24
hours of break down. If there is no local dealer the vendor
must locate and or provide the work within the 24-hour time
frame.
.1 G. 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.
Other or Comment
Ye,s No Other 10. DELIVERY
i/ A. Unit to be delivered to the City of Omaha, Fleet
Management Facility, 2606 North 26th Street unless other
arrangements have been made. 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.
Hydr Rev lift Snow Plow Page 4 of 6
iu • t
a t 1-= 1
4. • • .7/.
V
bi 1--L
. i_ -
• itit :- _ • . .
vls,.. —\\.—
ge. \
1
4.3 is
•
• W 1
QPENh 9Y COMMIn
CLEIVrEe
•
r-{I-1 'yl
. v tr•
52012
r
• 1—._•_ __.1 47rlM
Hydr Rev lift Snow Plow Page 6 of 6
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Hydraulic Reversible 11'Lower Trip Edge Snow Plows
RETURN BIDS TO: Published: November 21,2012 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,December 05,2012
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 date and time indicated in a sealed envelope marked:
BID ON:CITY OF OMAHA Hydraulic Reversible 11'Lower Trip Edge&now Plows 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 shalt 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 dose will indcate
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 indcated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT
www.douolascounNaurchasingorq. 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
4 each Hydraulic reversible 11' lower trip-edge snow plows, per
attached four(4) pages of specifications and two (2)
pages of drawings and photos.
Brand/Model: i evi co
Delivery time: - 6' C? a ecrS
BID/each: $ 7, O z 3,00
TOTAL BID: $ ,;?e, U 9d'00
(5%Bid Bond is to be based
Questions regarding this bid should be directed to: upon this amount)
Steve Fans at(402)680-0827 or
Marc McCoy at (402)444-6191.
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 cashiers
check drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States,
or a United States Gover nement Bond(negotiable)are acceptable substitutes for bond requirements.
AJI 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 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_p % n of 0 dirm: /C.a < , _Li r c✓v t' ,e , corporated In: /993
Delivery(or completion) Name: all be r 7-- y:G p r,' Signatur� fi7�to
e-tS-iO 60calendar days following Tftle:/4s"At,y `/S fa Ar,/ Mu-,1 e: ‘,6-es---4 5,49/1,� Fax:
award Address: 6 70 0 S .C, .a fl.,r //e ,, , /y /ez,
Street/P.O.Box City Lq ,//,, State it/if Zip /y y cf 0
Email Address: je0 6 %p.-r C oe..' 79 .
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Hydraulic Reversible 11' Lower Trip Edge Snow Plows
NOT AN ORDER Page 2
DESCRIPTION
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 cashiers check drawn on a national bank or a bank chartered under the
laws of the state, payable to the city, or lawful money of the United States, or a United States Governement Bond
(negotiable) are acceptable substitutes for bond requirements.
PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to
his bid within ten (10) calendar days from award of the contract. The surety company issuing the performance 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 cashiers check drawn on a national bank or
a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United
States Govemement Bond(negotiable)are acceptable substitutes for bond requirements.
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
By llo o
Title Z,ve. 7'f'.r.-, cit Too i ��inG�vz
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
t.,,,,n.% ,, .
7 J
r" w '
It .. 1ii#e• b
1. Regulation: .''7.4 u,reo-''
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
authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
11 II Employee law(Neb.Rev. Stat. Section 48-2901 et seq.).
Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
TR.--
Law(Neb.Rev.Stat. Section 73-104 et seq.).
v I
re-ontractor 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
[---- ----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
l comply with the provisions of the Responsible Contractor Compliance Form RC-1.
Sign - i �. —i>/ /�pty r 4:,( _26 ,2o/o2
C 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.
SPECIFICATIONS
FOR
HYDRAULIC REVERSIBLE
11 FOOT LOWER TRIP-EDGE SNOW PLOWS
(Truck Mounted with INTEGRAL Shield)
GENERAL: PLOW
Truck mounted snow plows to be heavy duty all steel constructed,hydraulic reversible type with
lower trip edge only, to be the latest current model of standard design. Bidders are to supply full
description and descriptive materials on units bid with the proposal.
Yes No Other 1. TYPE— LOWER TRIP EDGE
✓ A. These specifications are for snow plow moldboard assemblies
with hydraulic reversing push frames only,designed to fit
present City of Omaha truck mounted push frames and lifting
mechanisms. Delete caster wheels and skid shoes. No dealer
decals.
Other or Comment
Yes No Other 2. MOLDBOARD
✓ A.Type: Lower trip edge with integral shield
(see attached design)
✓ B.Length: 11' foot
C. Height: 36 inch minimum,38 inch maximum
D. Thickness: 3/16"minimum
E. Weight: 1800 lbs. minimum weight of reversing push
frame, moldboard and two 1/2" x 8"x 11'
cutting edge.
V F. Braces: Minimum of five (5)vertical braces, full
length top and bottom bracing.
✓ G. Cutting Edges: One piece 1/2" x 8" x 11'cutting edge with
standard AASHO punching. To have two(2)
cutting edges stacked and bolted on. Edges
to be through harden meeting a minimum
hardness specification of Rc43 (BR400).
✓ H.Trip: Spring loaded lower trip only,minimum of
five(5) horizontal torsion springs,
V I. Lifting Device: Lifting cable arrangement to be same as
presently used on City of Omaha snow
plows. Lifting cable 1/2" x 8',6 x 19,i.w.r.c.
• Cable must be able to adjust if needed. Must
also include City of Omaha sheeve type
roller.
J. Plow Guides: Install one plow guide on each end.
K. Rubber deflector: Install deflector on upper edge of
Hydr Rev lift Snow Plow Page 1 of 6
moldboard 12"wide X 11' long.
Other or
Comment
Yes / No Other 3. REVERSIBLE PUSH FRAME
✓ A. Reversing push frames on plows shall fit present
City of Omaha front truck mounted push frames. It shall be the
responsibility of the successful bidder for delivering of snow
plows as per specifications that will mount to present City of
Omaha truck mounted push frames.
B. Mount a 2,000 lb. Minimum capacity Bulldog style jack
on the frame so the frame work can be easily lifted or lowered
during hookup of the plow to the truck.The jack must be
attached with a pin so jack can be rotated and locked in
position or removed without tools.
See attached drawing for minimum requirements for snow
plow push frame hookup.
Other or Comment
Yes No Other 4. PLOW CONSTRUCTION (see attached sketches)
A. The reversing mechanism must consist of an "A"frame.
design. Semi-Circle designs are not acceptable.
B. The main structure of the lower"A"frame
is to be constructed from closed square tubular
steel sections or closed,built up 3/8"thick plate sections. Open
sections such as channel,"Z", angle,or plate tangs are not
acceptable in the main structure,but can be used for attachment
points or secondary bracing only.
C. There must be contoured stops of adequate size to cushion the
blow when the trip blade trips back. The torsion springs are
not to absorb the return.
(See attached drawing for minimum requirements for
snow plow push frame hookup.)
Other or Comment
Hydr Rev lift Snow Plow Page 2 of 6
Yes No Other 5. HYDRUALIC REVERSING SYSTEM
A. Hydraulic reversing system shall be equal to system presently
used of City of Omaha snow plows complete with hydraulic
cylinders,hoses, cushion valve and quick couplers.
B. Hydraulic quick couplers shall be interchangeable with quick
couplers 3/8 Aero Quip, Male#5602-6-6S,Female#5601-6-
6S.
Other or Comment
Yes No Other 6. MOUNTING
V A. Mounting of snow plow shall be done by the successful bidder
locally, cost of which shall not be paid directly but shall be
considered incidental to bid price. Units shall be mounted
within ten(10) days from delivery date.
B.All mounting bolts to be heat treated grade eight(8)minimum.
C. All bolts used for manufacture and mounting shall meet S.A.E.
J 429 specifications.
D. Push frames shall fit present City of Omaha truck mounted
push frames.
E. See attached drawing for requirements of push frame hook up.
✓ F: The push frame is not to swivel .
Other or Comment
Ye_s/ No Other 7. PAINT
V A. Snow plows shall be primed with two coats of zinc chromate
primer and shall be painted Dupont Orange#83-876-DH.
Other or Comment
Yes No Other 8. PARTS LIST
A. Two(2) copies of parts manuals shall be provided.
Other or Comment
Hydr Rev lift Snow Plow Page 3 of 6
Yes No Other 9. WARRANTY
A. Manufacturer's standard warranty to apply and to include one
year total parts and labor warranty after satisfactory acceptance
of the vehicle.
B. The manufacturer's standard warranty shall apply and shall be
in effect for one year from date of satisfactory delivery.
C. Regular manufacturer's standard warranty, manufacturer's
statement of origin, and completed pre-delivery inspection
certificates required with each unit delivered.
D. The manufacturer's standard warranty shall be stated in the bid.
E. The vendor will be responsible for providing all warranty work
within twenty-five drive-able miles from 72nd&Dodge. If
warranty work is not available within the above described,the
vendor will be responsible for any cost including
44/ transportation.
F. The vendor must be able to provide warranty work within 24
hours of break down. If there is no local dealer the vendor
must locate and or provide the work within the 24-hour time
/ frame.
G. 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.
Other or Continent
Yes No Other 10. DELIVERY
A. Unit to be delivered to the City of Omaha,Fleet
Management Facility, 2606 North 26th Street unless other
arrangements have been made. 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.
Hydr Rev lift Snow Plow Page 4 of 6
•
Conventfenal
"A"Frame
Tube 3"z 3"s 3ni"or larger tube
41119
•
—Tatbe
• winter tube
• Tube
. 4'i 4-'A 3i8"tube
•
• • All dimensions i>isiuimum
Built-up
"A"Frnam '
•
. Top mote
a .
Side m ate(s)
Rear plate
'serum pose
3?8"Otte thruagkett
g}1 diroensianS minimum
•
Hydr Rev lift Snow Plow Page 5 of 6
.
u
� .� ti. C -
•
%..-' u - .
.• ti k-,:• ~gin
. r ) - ;
I) Jr -'
• '" 1II_:
. r —W- -
C.73:Kcs,.
A 2
,,..._,, ,. .
.t.
. ,. .„...
•
. .
u c''
•
4._ •
, r` ; � 1•
Hydr Rev lift Snow Plow Page 6 of 6
•
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Hydraulic Reversible 11' Lower Trip Edge Snow Plows
RETURN BIDS TO: Published: November 21,2012 Page 1
CITY CLERK
1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 6%
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,December 05,2012
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 date and time indicated in a sealed envelope marked:
BID ON:CITY OF OMAHA Hydraulic Reversible 11'Lower Trip Edge Snow Flows 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.douglascountyourchasina.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
4 each Hydraulic reversible 11' lower trip-edge snow plows, per
attached four (4) pages of specifications and two (2)
pages of drawings and photos.
Brand / Model: WAUSAU HSS3611
Delivery time: 60 - 90 days
BID/each: $ 5,870.00
TOTAL BID: $ 23,480.00
(5%Bid Bond is to be based
Questions regarding this bid should be directed to: upon this amount)
Steve Faris at (402)680-0827 or
Marc McCoy at (402)444-6191.
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 cashiers
check drawn on a national bank or a bank chartered under the laws of the state, payable to the city, or lawful money of the United States,
or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements
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 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 100 % 30 daysFirm:Wausau Equipment Company, Inc. orat In: Delaware
Delivery(or completion) Name: John Lemke Signature:
60-90 calendar days following Title: Regional Sales Mgr. Phone: 262-894-0510 - 262-784-6720
award Address: 1905 S. Moorland Road, New Berlin, I 53151-2321
Street/P.O.Box City State Zip
Email Address: jlemke@wausau-everest.com
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Hydraulic Reversible 11' Lower Trip Edge Snow Plows
NOT AN ORDER Page 2
DESCRIPTION
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 cashiers check drawn on a national bank or a bank chartered under the
laws of the state, payable to the city, or lawful money of the United States, or a United States Governement Bond
(negotiable) are acceptable substitutes for bond requirements.
PERFORMANCE BOND: The contractor shall provide a performance bond or certified or cashier's check equal to
his bid within ten (10)calendar days from award of the contract. The surety company issuing the performance 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 cashiers check drawn on a national bank or
a bank chartered under the laws of the state, payable to the city, or lawful money of the United States, or a United
States Governement Bond(negotiable)are acceptable substitutes for bond requirements.
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 Waus'. ipm=nt CO., Inc.
By
Title Regiinagres Manager
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
00.014 At,
44' '\\i/.
.rs i� ' i'..
1. Regulation:
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
X authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
x Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
X Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Law(Neb.Rev.Stat.Section 73-104 et seq.).
X 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
X 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.
X 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-I.
12-03-2012
Signat a 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.
SPECIFICATIONS
FOR
HYDRAULIC REVERSIBLE
11 FOOT LOWER TRIP-EDGE SNOW PLOWS
(Truck Mounted with INTEGRAL Shield)
GENERAL: PLOW
Truck mounted snow plows to be heavy duty all steel constructed, hydraulic reversible type with
lower trip edge only, to be the latest current model of standard design. Bidders are to supply full
description and descriptive materials on units bid with the proposal.
Yes No Other 1. TYPE—LOWER TRIP EDGE
X A. These specifications are for snow plow moldboard assemblies
with hydraulic reversing push frames only, designed to fit
present City of Omaha truck mounted push frames and lifting
mechanisms. Delete caster wheels and skid shoes. No dealer
decals.
Other or Comment
Yes No Other 2. MOLDBOARD
X A.Type: Lower trip edge with integral shield
(see attached design)
X B. Length: 11' foot
X C. Height: 36 inch minimum, 38 inch maximum
X D. Thickness: 3/16" minimum
X E. Weight: 1800 lbs. minimum weight of reversing push
frame, moldboard and two 1/2" x 8"x II'
cutting edge.
X F. Braces: Minimum of five(5) vertical braces,full
length top and bottom bracing.
X _ G. Cutting Edges: One piece 1/2" x 8" x 11'cutting edge with
standard AASHO punching. To have two(2)
cutting edges stacked and bolted on. Edges
to be through harden meeting a minimum
hardness specification of Rc43 (BR400).
X H.Trip: Spring loaded lower trip only, minimum of
five (5)horizontal torsion springs.
x 1.Lifting Device: Lifting cable arrangement to be same as
presently used on City of Omaha snow
plows. Lifting cable 1/2"x 8', 6 x 19, i.w.r.c.
Cable must be able to adjust if needed. Must
also include City of Omaha sheeve type
roller.
X J. Plow Guides: Install one plow guide on each end.
x K. Rubber deflector: Install deflector on upper edge of
Hydr Rev lift Snow Plow Page 1 of 6
moldboard 12" wide X 11' long.
Other or
Comment
Yes No Other 3. REVERSIBLE PUSH FRAME
X A. Reversing push frames on plows shall fit present
City of Omaha front truck mounted push frames. It shall be the
responsibility of the successful bidder for delivering of snow
plows as per specifications that will mount to present City of
Omaha truck mounted push frames.
X B. Mount a 2,000 lb. Minimum capacity Bulldog style jack
on the frame so the frame work can be easily lifted or lowered
during hookup of the plow to the truck.The jack must be
attached with a pin so jack can be rotated and locked in
position or removed without tools.
See attached drawing for minimum requirements for snow
plow push frame hookup.
Other or Comment
Yes No Other 4. PLOW CONSTRUCTION (see attached sketches)
X A. The reversing mechanism must consist of an"A" frame.
design. Semi-Circle designs are not acceptable.
X B. The main structure of the lower"A"frame
is to be constructed from closed square tubular
steel sections or closed, built up 3/8"thick plate sections. Open
sections such as channel, "Z", angle, or plate tangs are not
acceptable in the main structure, but can be used for attachment
points or secondary bracing only.
X C. There must be contoured stops of adequate size to cushion the
blow when the trip blade trips back. The torsion springs are
not to absorb the return.
(See attached drawing for minimum requirements for
snow plow push frame hookup.)
Other or Comment
Hydr Rev lift Snow Plow Page 2 of 6
Yes No Other 5. HYDRUALIC REVERSING SYSTEM
X A. Hydraulic reversing system shall be equal to system presently
used of City of Omaha snow plows complete with hydraulic
cylinders, hoses, cushion valve and quick couplers.
X B. Hydraulic quick couplers shall be interchangeable with quick
couplers 3/8 Aero Quip, Male #5602-6-6S, Female#5601-6-
6S.
Other or Comment
Yes No Other 6. MOUNTING
x A. Mounting of snow plow shall be done by the successful bidder
locally, cost of which shall not be paid directly but shall be
considered incidental to bid price. Units shall be mounted
within ten (10) days from delivery date.
X B. All mounting bolts to be heat treated grade eight(8)minimum.
X C.All bolts used for manufacture and mounting shall meet S.A.E.
J 429 specifications.
X D. Push frames shall fit present City of Omaha truck mounted
push frames.
X E. See attached drawing for requirements of push frame hook up.
X F. The push frame is not to swivel .
Other or Comment
Yes No Other 7. PAINT
X A. Snow plows shall be primed with two coats of zinc chromate
primer and shall be painted Dupont Orange#83-876-DH.
Other or Comment
Yes No Other 8. PARTS LIST
X A. Two (2) copies of parts manuals shall be provided.
Other or Comment
Hydr Rev lift Snow Plow Page 3 of 6
Yes No Other 9. WARRANTY
x A. Manufacturer's standard warranty to apply and to include one
year total parts and labor warranty after satisfactory acceptance
of the vehicle.
X B. The manufacturer's standard warranty shall apply and shall be
in effect for one year from date of satisfactory delivery.
X C. Regular manufacturer's standard warranty, manufacturer's
statement of origin, and completed pre-delivery inspection
certificates required with each unit delivered.
x D. The manufacturer's standard warranty shall be stated in the bid.
x E. The vendor will be responsible for providing all warranty work
within twenty-five drive-able miles from 72"d&Dodge. If
warranty work is not available within the above described,the
vendor will be responsible for any cost including
transportation.
x F. The vendor must be able to provide warranty work within 24
hours of break down. If there is no local dealer the vendor
must locate and or provide the work within the 24-hour time
frame.
x G. 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.
Other or Comment
Yes No Other 10. DELIVERY
x A. Unit to be delivered to the City of Omaha,Fleet
Management Facility, 2606 North 26th Street unless other
arrangements have been made. 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.
Hydr Rev lift Snow Plow Page 4 of 6
•
Conventional
"A"Frame
Tube-. . 3"x 3"x 3/8"or)3rgar tube
•
• J
_Toe
•
• • winger tube
Tube •
•
4"i ex air tube
•
• • All dinAuefous miabnum
RedIt-up
"A'•'Prams •
. Top FIate • •
•
• ••••-• ///,
Sfele MEWS)
Rear plat*
".1111111.1111111111
a3.'8s pb�te throughout 3atLomPlatQ
4A dieserWns mtottaum
Hydr Rev lift Snow Plow Page 5 of 6
•
°71.....1 ..1 i_ . '
4.
. q
• .
• . _
. .
. . ,`� ka
.T.
4y •-: oz
"-4-.'''- . .-4•-•,.-1-4i-et l'
. • t arm; _"...-z-7.--_ •
.r t.,
„.. . , 1
SI
-. t
U c.y
• * 3.
.V
4
1
I. O
f -.47__....._ ,
1�_ 1
Hydr Rev lift Snow Plow Page 6 of 6
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on December 5, 2012 for the purchase of four hydraulic
reversible 11' lower trip edge snow plows to be utilized by the Street Maintenance Division; and,
WHEREAS, Wausau Equipment Company, Inc. submitted a bid of$23,480.00, being the
lowest and best bid received within the bid specifications, for the purchase of four hydraulic
reversible 11' lower trip edge snow plows.
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 Wausau Equipment Company, Inc. for the purchase of four hydraulic
reversible 11' lower trip edge snow plows to be utilized by the Street Maintenance Division in
the amount of$23,480.00; 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 2013 expenditures.
212213scp APPROVED AS TO FORM:
g„..-CITY ATTORNEY DATE
1/1077144 .
//`
B y � �
00 icilmember
Adopted APR - 9 2013
/d &
it erk A/1(—
Approved �' !i/j
",..
Mayor
NO. Val
Resolution by
Res. that, as recommended by the Mayor, the
Purchasing Agent be authorized to issue a
Purchase Order to Wausau Equipment
Company, Inc. for the purchase of four
hydraulic reversible 11' lower trip edge snow
plows to be utilized by the Street Maintenance
Division in the amount of $23,480.00; 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 2013 expenditures.
212213Ascp
Presented to City Council
APR - 9 2013
Adopted 7-0
r?inter grown
City Clerk