Loading...
RES 2012-0027 - PO to Municipal Pipe Tool Co for sewer cleaners 4oMAHA,N.4,_ a; �' E ' °" 1' Public Works Department ti! C �„ , Omaha/.Douglas Civic Center �®. , � f i January 10, 2012 1 i DF C 30 A : 28 1819 Farnam Street,Suite 601 o''•' y Omaha,Nebraska 68183-0601 �iOoR 4yro c..,.,r r., - ' (402)444-5220 .4TFo FEBRr � t . Fax(302)444 5248 City of Omaha Robert G.Stubbe,P.E. 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 Municipal Pipe Tool Co. on the bid for the purchase of two truck mounted high pressure sewer cleaners to be utilized by the Sewer Maintenance Division: The following bids were received on November 30, 2011. A detailed bid tabulation is attached. Contractor Total Bid MUNICIPAL PIPE TOOL CO. $210,000.00 (Sole Bid) 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 of two truck mounted high pressure sewer cleaners to be utilized by the Sewer Maintenance Division from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, year 2011 expenditures in the amount of$105,000 and 2012 expenditures in the amount of$105,000.00. The Public Works Department recommends the acceptance of the bid from Municipal Pipe Tool Co. in the amount of$210,000.00, being the sole bid received and requests your consideration and approval of this Resolution. • Respectfully submitted, Referred to City Council for Consideration: 67,4,t,..rde..„ /2 :/z-/.i /7 .20 -Ze l( Robert G. Stubbe, P.E. Date Mayor's ffice Date Public Works Director Approved as to Funding: Approved: ,-----42 j � ,t 1A/f�Jll —/vr=// J 1JJQJ 4?v am Spaccarotella Date Human Rights and Relations Date Finance Director Department 179111scp ed by the manufacturer of the equipment currently in use, • This is the same data capture software that is the basis of protocol for televising inspections for the LTCP for CSO, shared with the City and engineers of the PMT, Project Plan is$6,487,795.00. A copy of said plan is Subscribed in my presence and sworn to before me this 4 day of available for public in- �anup ,2012. spection in the City -- r Clerk's Office. Public Hearing will be ,, held before the City Council of the City of 1 Omaha, in the Legisla- Q GENERAL NOTARY-State of Nebraska tive Chambers, Omaha ��' MARCIA A.GUSTAFSONAtatt, ram-- /Douglas Civic Center, I �" 1819 Farnam Street, My Comm.Exp.June 30,2012 Omaha,Nebraska. Notary Public Buster Brown City Clerk ALL REQUESTS FOR SIGN LANGUAGE INTER- PRETERS(SIGNERS) WILL REQUIRE A MINI- MUM OF 48 HOURS Printer's Fee$ ADVANCE NOTICE. IF ALTERNATIVE FOR- Affidavit MATS ARE NEEDED ALL REQU EQIRE A STS MINIM WIUM OF LL Paid By 72 HOURS ADVANCE NOTICE. PLEASE NOTIFY CINDY FORD THINNES- 444-5553, IF ARRANGEMENTS NEED TO BE MADE. i --- DAtn>K>+l-m((-��( t0"Im - V) m A - AFO m AyyWW00 C IA x y� OD4 2 20ti Ulf O m N OO TOZCZ pU �y0 OpmAOm N-< Am <Ojl000m COm N �Am^m�C.'zA A , NZ O !..„..l2�I2 y�O.T, !� 2+I53a_�� 0 _.2 O -NCwo -y- <)mo 0Ss10 4O p.y,mO oy O NJCti�'->N 0�+, m0 m ��2 p Z � "mm>SZ2m .. 029Am 2m DN 2cAnD A�D O00 -y< fQ V,.Zl1 .s Of•ol ' cr,t - .*p JZmiz K A A T IppIITrr��� TmDf-mOm00 y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 F' w Z U D re I- w Z C) a T ~ w 65 Z U O -10 c = z - a c 0 0 wEa W m R z w a z 03 to tts o a n w oo w a ea cn 0 F- w a m Qa. o O Q -a. a c = o U 1- u_ .N Z toZ m tO T a 1° z m L O �- co °- U c N U w , v Q C U L n) Z 0 .�. L U CO aNi M L U) Ea .co o LL r- N to O z C N ro 0 0 O Q. 2 ., 8 Z 1^ c a L agi c U O Q ) O m C co CO J = = 0 CO a) O d _N V m I- 0 Z OE urrent 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 of two truck mounted high pressure sewer cleaners to be utilized by the Sewer Maintenance Division from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, year 2011 expenditures in the amount of$105,000 and 2012 expenditures in the amount of$105,000.00. The Public Works Department recommends the acceptance of the bid from Municipal Pipe Tool Co. in the amount of$210,000.00, being the sole bid received and requests your consideration and approval of this Resolution. • Respectfully submitted, Referred to City Council for Consideration: 67,4,t,..rde..„ /2 :/z-/.i /7 .20 -Ze l( Robert G. Stubbe, P.E. Date Mayor's ffice Date Public Works Director Approved as to Funding: Approved: ,-----42 j � ,t 1A/f�Jll —/vr=// J 1JJQJ 4?v am Spaccarotella Date Human Rights and Relations Date Finance Director Department 179111scp ed by the manufacturer of the equipment currently in use, • This is the same data capture software that is the basis of protocol for televising inspections for the LTCP for CSO, shared with the City and engineers of the PMT, Project Plan is$6,487,795.00. A copy of said plan is Subscribed in my presence and sworn to before me this 4 day of available for public in- �anup ,2012. spection in the City -- r Clerk's Office. Public Hearing will be ,, held before the City Council of the City of 1 Omaha, in the Legisla- Q GENERAL NOTARY-State of Nebraska tive Chambers, Omaha ��' MARCIA A.GUSTAFSONAtatt, ram-- /Douglas Civic Center, I �" 1819 Farnam Street, My Comm.Exp.June 30,2012 Omaha,Nebraska. Notary Public Buster Brown City Clerk ALL REQUESTS FOR SIGN LANGUAGE INTER- PRETERS(SIGNERS) WILL REQUIRE A MINI- MUM OF 48 HOURS Printer's Fee$ ADVANCE NOTICE. IF ALTERNATIVE FOR- Affidavit MATS ARE NEEDED ALL REQU EQIRE A STS MINIM WIUM OF LL Paid By 72 HOURS ADVANCE NOTICE. PLEASE NOTIFY CINDY FORD THINNES- 444-5553, IF ARRANGEMENTS NEED TO BE MADE. i --- DAtn>K>+l-m((-��( t0"Im - V) m A - AFO m AyyWW00 C IA x y� OD4 2 20ti Ulf O m N OO TOZCZ pU �y0 OpmAOm N-< Am <Ojl000m COm N �Am^m�C.'zA A , NZ O !..„..l2�I2 y�O.T, !� 2+I53a_�� 0 _.2 O -NCwo -y- <)mo 0Ss10 4O p.y,mO oy O NJCti�'->N 0�+, m0 m ��2 p Z � "mm>SZ2m .. 029Am 2m DN 2cAnD A�D O00 -y< fQ V,.Zl1 .s Of•ol ' cr,t - .*p JZmiz K A A T IppIITrr��� TmDf-mOm00 y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 • • • H.H. • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA High Pressure Sewer Cleaner(Truck Mounted) RETURN BIDS TO: Published: November 16,2011 Page 1 CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER 1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% Omaha,Nebraska 68183-0011 IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 A.M.on Wednesday,November 30,2011 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated Exemption certificates will be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA High Pressure Sewer Cleaner(Truck Mounted) 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.doualascountyourchasing.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 1 each High pressure sewer cleaner in accordance with the attached specifications eleven(11)pages of specifications and six(6) pages of drawings. Unit to be mounted on 35,000 GVW cab • and chassis provided by the City of Omaha. Manufacturer&Model: Sewer Eav+t.emervi- $00- 1-4 vrtpan oc/syw2vita BID/each: $ 10500 C.Y? (5%Bid Bond is to be based upon this amount) Exceptions to specifications must be noted on the "Exceptions to Specifications"sheet. A 14-ev- . 'S • The City of Omaha will retain 10% on invoices until all ' ' 1OO f�Q urt manuals are delivered. ► tbid Bidders must indicate delivery time on bid sheet. V6. inakikatc4 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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. (PLEASEE PRINT LEGIBLY OR TYPE) • Payment Terms_0 % SCFirm: , U,,1�71f.t pa,1 Pr`Pe Teo I (o+m ny L L Incorporated In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA HIGH PRESSURE SEWER CLEANER(TRUCK MOUNTED) NOT AN ORDER Page 2 DESCRIPTION REQUIREMENTS FOR BID BOND The surety company issuing the bid bond or 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. 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 per cent. 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 or 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 You are hereby on notice that as of October 1, 2009,Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne.us 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 11/07/2011 SPECIFICATIONS FOR HIGH PRESSURE SEWER CLEANER (Truck Mounted) GENERAL: High Pressure Sewer Cleaner,to be the latest current model of standard design manufactured, complete, with all standard equipment, tools and warranty. Bidders are to supply full description and descriptive materials on unit bid with the proposal. It is the intent of these specifications to describe the minimum requirements for a high pressure sewer cleaner designed to use high.velocity water jets to remove soluble grease, sand and other materials from storm, sanitary and combined sewers, from pipe drains and other conduits. The unit including all necessary equipment, shall be furnished complete and ready for mounting on City of Omaha truck. The equipment must be designed and all components selected and used according to sound engineering principles. The intended use of this equipment requires that it be available for full time use in all weather conditions, including sub-zero temperatures. Meet Specification-Please indicate-(if other explain on comment line). Yes No Other 1. CONTROLS A. All operating controls including truck R.P.M. gauge,hour meter,overhead light control,heater control, water control and electrically or air or throttle cable operated throttle control shall be grouped so operator can have complete control of cleaning operation while standing in one location at rear of sewer cleaning unit. Reel speed control and handle to be located at ✓ the lowest left side of control panel. B. All pressure gauges to be glycerin filled dampening. C. The engine control shall be infinitely adjustable throughout the the RPM Range. D. To have hydraulic pressure gauge mounted on the operator control panel. Other or Comment Yes No Other 2. ELECTRICAL A. One(1)Federal Signal 454301-AB LED Highlighter to be High Pressure Sewer Clnr Page 1 of 11 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 r , 11/07/2011 mounted in the rear of the roof. Shall have dash mounted flush rocker style switch. Strobe lights shall be activated by a twenty(20)amp circuit breaker installed in fuse box. The strobe light is only to be activated when the ignition key is in the"on"position. The system shall be protected by NAPA ARA272 accessory relay. If the vehicle is not equipped with a plug in, an adapter will have to be used. No type of solenoid shall be used in the system. All strobe light wires are to be protected by plastic loom covering. Highlight shall have the amber light on the right and blue light on the left. ✓ B. All clearance and cluster lights are to be LED ✓ C. Install two(2)rear mounted adjustable flood lights for night time operation. D. Bidder to supply arrow board mounted below top of truck on rear with dash mounted right and left control switch with a twenty-(20)amp, circuit breaker. Switch shall be activated with the truck ignition switch. Twelve(12) gauge wire size minimum for power feed from battery terminal to solenoid. V Arrow board to be Federal Signal 321102. E. Any electrical components that are hooked up to the Cab& Chassis must be hooked up to spare circuits or breakers and must not exceed the breaker rating. If a separate breaker panel is to be used it will be up to the Jet vendor to provide and install. This is to assure that the Cab& Chassis electrical system is not overloaded. Other or Comment Yee No Other 3. WATER PUMP A. Water pump shall be the latest current standard production model available, Meyers D 6520. B. Pump shall have cast iron gear case and ductile iron flue and pump weight not to exceed 525 pounds. C. Valve chamber openings shall be equipped with"0"ring sealed access covers. Pump shall be 20 mesh stainless steel"Y" strainer in suction line, located for easy removal while standing outside of unit at ground level. D. Shall be equipped with an adjustable water pressure regulator, range 0-2000 P.S.I. Other or Comment yesZ No Other 4. PUMP POWER SOURCE A. Water pump drive shall be hydraulic with the truck engine as the power source without using transmission, split-shaft, engine belt drives, or auxiliary transmission PTO's. High Pressure Sewer Clnr Page 2 of 11 m 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 11/07/2011 B. Water pump driven by a direct coupled hydraulic motor to the water pump's pinion gear drive shaft. l� C. Hydraulic motor coupled to water pump is powered by a hydraulic pressure compensating pump. Pump shall be covered with a shield. D. Hydraulic pressure compensating pump directly coupled to, and powered by, the front of the truck engine by a live drive shaft, not requiring engagement or disengagement from the engine to be mounted above the bottom of chassis frame. E. Hydraulic oil cooler mounted in pump compartment. F. Hydraulic oil reservoir capacity no less then 24 U.S.gallons with internal oil filter(s)and oil temperature indicator. (7 G. Hydraulic oil filtered through dual cartridge filters mounted on the section line. Two (2) spare cartridge filters to be included valve on both sides of filters. H. Hydraulic hose lines running from front of truck to pump compartment to be mounted in hanger brackets bolted to chassis frame, and located above the bottom of the frame, permitting inspection of the lines. Each hydraulic hose shall be in three pieces. Supply lines to be large enough to operate in- 20 degree weather. Where ever hydraulic line go through bulk head or through any sheet metal it must go through manifold to prevent any cut hoses. All pressure hoses must be Weather head H425. (No exceptions.) I. The hydraulic oil reservoir, water pump, and hydraulic motor are to be mounted above the chassis frame rails in the enclosed pump compartment, located rear of the water tank. J. Pressure compensating pump controlled by a throttle cable located at operator's control panel at the rear of the unit. Other or Comment Yes „ No Other 5. HOSE REEL AND HYDRAULIC SYSTEM A. Hose reel shall be narrow design not to exceed 22 inches inside width all steel constructed designed to withstand maximum working pressure without distortion and have a drum diameter of not less than twenty inches(20")to prevent hose damage ` under high pressure tension. V B. Reel flanges shall be designed to prevent hose damage from contact during all working conditions(roll formed). C. Hose reel must be solidly braced inside compartment. D. Reel shall be driven by hydraulic power in both directions, either with or without the water pump in operation. E. The hydraulic drive shall have sufficient power to retract the hose when fully extended into the sewer line with the cleaning nozzle"in operation. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 11/07/2011 G. The hydraulic controls shall be at operator reach at the control panel. The control shall allow the hose out by pulling a handle and return by pushing the handle. V H. Reel shall be equipped with a hand operated hose guide. ✓ I. Reel shall have a minimum capacity of 800 feet of one inch (1") 1.D. high pressure sewer cleaning hose. J. Shall be equipped with an air valve connection to permit purging of the water hose while wrapped on reel and drip pan beneath the hose reel to drain excess water from hose to ✓ ground. K. Hose reel hydraulics to be integral part of the hydraulic pressure compensating pump's hydraulic oil system. ✓ L. Hose reel hydraulic pump direct coupled to the front of the pressure compensating pump, and is live when truck engine is / running, not requiring any engagement or disengagement. M. Hose reel hydraulic pump.to have rating of 0 to 14 G.P.M.at 2000 P.S.I. N. Hose reel powered in both directions by a hydraulic motor with direct drive to sprocket on hose reel, or a chain drive through the hydraulic motor. If chain drive, it must have adjustable ✓ chain and shielded. Hydraulic motor to reel must be solid shaft. O. Hose reel hydraulic system equipped with separate built-in overload relief, directional control and speed control valves relief valve and hydraulic hose rated to withstand the maximum system pressure. P. Hydraulic system shall be capable of retrieving 800 feet of sewer cleaning hose while operating at maximum pressure and gallonage. Q. Hose supply lines to be large enough to operate in-20 degree weather. Other or Comment Yes/No Other 6. WATER PIPING A. All piping subjected to high pressure shall be fabricated of extra strong class(80)pipe with class(80) forged steel fittings. B. Pump suction and low pressure return lines may be standard pipe with malleable fittings. C. Suction line from water tank to pump shall be of adequate size ✓ to feed water pump properly. D. A strainer shall be installed in the suction line at a location permitting easy accessibility for cleaning. V E. A valve for draining water tank at the lowest point in water tank shall be accessible to operator to drain tank without operator having to crawl under vehicle. F. Drain control to be located at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 • • 11/07/2011 opening equipped with drain cocks. Other or Comment Yes /No Other 7.SEWER CLEANING HOSE A. Shall have 800 continuous feet of one inch(I") I.D. plastic sewer cleaning hose. Hose shall be specifically designed for sewer cleaning application and applied. B. Sewer cleaning hose shall have a minimum bursting pressure of 6000 P.S.I. C. The following power cleaning tools shall be supplied. 1). Jet Saw (root cutter) (#WJ-49R) 2). Little Thunder (#LT-1) 3). Destroyer Nozzle(Tadpole) (#DES 1) 4). Leader Hose (1" x 10') (#2H-1) Equipment listed above shall be equal to Sewer Equipment Company of America. (Equipment part numbers shown). Other or Comment Yeses No Other 8. HOSE GUIDE V A. Shall be equipped with two(2)three foot (3') flexible hose guides to protect cleaning hose from sharp edge on sewer tile / in manhole. B. Bidder shall furnish top manhole roller. Other or Comment Yes No Other 9. WATER SUPPLY TANK A. Water tank shall be constructed of no less than 3/8" Poly- duralene, 1500-gallon capacity minimum,with a life time warranty. Tank to have two baffles to control sloshing of water front to rear. B. Baffles to be bolted end type. C. Tank to be fitted with an external sight gauge for immediate reference of water level. D. Tank to be equipped with a sediment chamber located at pump suction,complete with a removable strainer for cleaning purposes. E. To have life time warranty on tank. ITZ P. Tank to be equipped with positive anti-siphoning air gap type, gap shall be five(5") inches fill pipe filling from ground level High Pressure Sewer Clnr Page 5 of 11 A. All piping subjected to high pressure shall be fabricated of extra strong class(80)pipe with class(80) forged steel fittings. B. Pump suction and low pressure return lines may be standard pipe with malleable fittings. C. Suction line from water tank to pump shall be of adequate size ✓ to feed water pump properly. D. A strainer shall be installed in the suction line at a location permitting easy accessibility for cleaning. V E. A valve for draining water tank at the lowest point in water tank shall be accessible to operator to drain tank without operator having to crawl under vehicle. F. Drain control to be located at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 11/07/2011 both sides of vehicle. Fill pipe shall be constructed of two and • one-half inch(2 1/2")heavy duty pipe and shall be designed so as to self drain when hose is removed from hydrant.To have anti-spill Ring at fill hole or tank ring to be minimum of / twelve inches(12") with three inch(3") sides tapered to 45 degrees at top. �/✓ G. There shall be a ladder for easy accessibility to the tank top. H. The tank shall have atop hatch cover and it shall be large enough to permit entry to the tank. I. Minimum of 2 ten foot(10')of 2 1/2 inch water fill hose shall be furnished with City of Omaha threaded female couplings one end with male threaded adapters on fill pipes. Hose shall be double jacketed dacron, filler strands 1100/10-10%pure dacron. ✓ Fill hose to have quick couplers at hose end and tank end. J. Hose shall come out on CURB side for easy access from the / curb or rear of the machine. ✓ K. Shall have Sump for each compartment. If more than one(I) Sump, the Drakes shall be connected by a conveyor manifold so you only have to drain from one place. L. Water tank style shall be square or rectangular design. ✓ M. Shall have a 2"drain. Drain handle to extend to the rear or curb side. Other or Comment Yes /No Other 10. SEWER CLEANER MAIN FRAME A. Sewer cleaner unit shall be assembled on a heavy steel frame as a complete unit,ready for mounting on City of Omaha / furnished truck chassis. V B. Sewer cleaner unit shall be mounted on truck chassis with suspension arrangement to eliminate all twisting in sewer cleaner to insure longer life with a minimum amount of service. Other or Comment Yes No Other 11. BODY AND SHROUDING _ A. The reel and water pump compartment shall be protected by minimum 14 grade steel shrouding,extending from water tank over hose reel, water pump and the operator's working area. B. Rear door or doors to compartment shall be balanced for easy opening by operator. Doors to be made of fiberglass or light weight material. Must have gas shocks to assist in lifting. C. Pump compartment doors shall be hinge type and shall not exceed 30 inches. V D. Canopy door on side of unit will not be acceptable. However, door on rear of unit shall be of canopy-type or roll up type. High Pressure Sewer Clnr Page 6 of 11 ted at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 / 11/07/2011 � E. Doors shall open 180 degrees and have hold opens or be roll up type. F. Compartment shall be weather tight so heater can maintain above freezing temperature during cold weather operations to keep water pump,piping and hose from freezing. G. Entire rear compartment must be level deck. H. Compartment shall also be equipped with right and left,access doors for servicing and to allow proper circulation of outside air during hot weather operations. l/ 1. Body shall be of full, skirted design, the skirting shall incorporate not less than one storage compartment on each side. J. All doors shall be equipped with grease able hinges and key locking recessed paddle type locks, keyed alike with keys. ✓, K. Must have toolbox to hold long tools under truck. 1/i L. Access door must be at rear and center of truck. /� M. Size of tray to be eight foot(8')long and two foot(2') wide. N. All toolboxes shall be lined with a protective rubber dry deck to allow venting of moisture from metal surface. O. Fabricate and install tool box between cab of truck and sewer cleaning unit being installed as per drawing. Other or Comment Yes -No Other 12. COMPARTMENT HEATER A. 35,000 minimum BTU engine coolant heater with booster pump will be in the pump compartment to ensure safe cold climate operation. Other or Comment Y.es7 No Other 13. ADDITIONAL REQUIREMENT A. All special maintenance equipment and tools. B. Shall be equipped with a quick coupling device so water can be circulated from water tank through hose on reel and return to water tank during cold weather operation. C. Automatic truck engine controls for sewer jet control. D. A qualified factory service representative shall train City of Omaha personnel in the proper operation and maintenance of sewer cleaning unit for not less than sixteen(1b)hours. E.To have (2)two separate classes for mechanics and service personnel. Other or Comment Yes/No Other 14. PAINT • V A. NOTE: Solvent test must be performed to check integrity of High Pressure Sewer Clnr Page 7 of I I e hinge type and shall not exceed 30 inches. V D. Canopy door on side of unit will not be acceptable. However, door on rear of unit shall be of canopy-type or roll up type. High Pressure Sewer Clnr Page 6 of 11 ted at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 11/07/2011 . primer coat from the factory. Take a lacquer thinned soaked rag and rub the primer. If the primer is softened or removed, follow guidelines established with system A. If the primer is okay, follow the guidelines established with system B. ZB. System A: 1)Remove factory primer to bare substrate. 2)Treat bare substrate with Sherwin-Williams E2-G973 Vinyl Wash primer*, a minimum.4 mils is required. 3)Prime the entire unit with Sherwin-Williams PSE-4600 epoxy sealer*, a dry film thickness of 2.0-2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours. 4)Topcoat with Sherwin-Williams Low VOC Sunfire*. Spray to match vehicle and have a minimum 2.0 - 2.5 mils dry film thickness. 5)The entire system should have a minimum of4.4 dry • film thickness. v C. System B: 1) Scuff sand factory primer with a 3M-7447 scuff pad or 320 grit sandpaper. 2) Blow off and solvent clean with Sherwin-Williams W4K157* Low VOC. Solvent Cleaner. 3) Seal the entire unit with Sherwin-Williams PSE-4600 Epoxy Sealer, a dry film thickness of 2.0- 2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours. 4)Topcoat with Sherwin-Williams Low VOC Sunfire*. Spray to match vehicle and have a minimum 2.0 - 2.5 mils dry film thickness. 5)The entire system should have a minimum of 4.4 dry film thickness. *Follow guidelines outlined by the manufacturers Technical Product Data Sheets. High Pressure Sewer Clnr Page 8 of 11 circulated from water tank through hose on reel and return to water tank during cold weather operation. C. Automatic truck engine controls for sewer jet control. D. A qualified factory service representative shall train City of Omaha personnel in the proper operation and maintenance of sewer cleaning unit for not less than sixteen(1b)hours. E.To have (2)two separate classes for mechanics and service personnel. Other or Comment Yes/No Other 14. PAINT • V A. NOTE: Solvent test must be performed to check integrity of High Pressure Sewer Clnr Page 7 of I I e hinge type and shall not exceed 30 inches. V D. Canopy door on side of unit will not be acceptable. However, door on rear of unit shall be of canopy-type or roll up type. High Pressure Sewer Clnr Page 6 of 11 ted at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 11/07/2011 Also includes tool boxes and rear compartment. Other or Comment Ye-No Other 15. MANUALS A. The following copies of manuals shall be furnished with Sewer Cleaning Unit on all components of Sewer Cleaning Unit: Four (4)copies of operating manuals Three(3) copies of maintenance manuals Three(3)copies of repair manuals. (Must have trouble shooting and hydraulic pressure in manual.) Three(3)copies of parts list on all components of unit or Softwear. Other or Comment Yes/No Other 16. MOUNTING V A. Mounting of High Pressure Sewer Cleaning Unit on City of Omaha furnished 35,000 G.V.W. vehicle, shall be accomplished by the successful bidder, cost of which shall be included in the bid price. Truck chassis and cab will be delivered to the successful bidder's business location. B. All mounting bolts shall be heat-treated grade eight(8) minimum. No wood sills to be used in mounting of water tank or sewer jet. C. City of Omaha furnished vehicle will have 120" cab to axle measurement. There shall be a minimum of thirty-six inches (36")clearance and a maximum of 38"between back of cab and front of sewer jet unit when being mounted on truck chassis. D. There shall be adequate clearance between the vehicle's rear dual tires(1100 x 20 mud and snow) and sewer jet body and shrouding. If rear tires extend outside of sewer jet body, then rubber type fender extension shall be installed. V E. Body shall be equipped with flexible rear mud guards. There must be at least six inches(6")of clearance between mud guard Vr and rear drive tires. F. Truck main frame to extend to rear skirting. Remove only the frame that is needed for proper weight distribution of sewer jet unit. By leaving 36 inches between cab and front of sewer jet unit you will have 84 inches of cab to axle to work with. V G. Rear and front bumper to be fabricated with painted steel l/ channel per attached drawings. H. Mounting of pressure compensating pump shall not interfere with drivers visibility forward while driving the truck. It must not extend above the hood of the truck. It must not extend High Pressure Sewer Clnr Page 9 of 11 hall not exceed 30 inches. V D. Canopy door on side of unit will not be acceptable. However, door on rear of unit shall be of canopy-type or roll up type. High Pressure Sewer Clnr Page 6 of 11 ted at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 • 11/07/2011 outside the truck chassis rails. C/ I. Truck to have integral factory frame extension for mounting of pressure compensating pump with front PTO take off capability. c/ J. Completed unit must have front bumper extending beyond all operating components for protection of the components and be fabricated using steel channel as per drawing. K. Truck headlights forward illumination not to be restricted in any manner by components. L. Mounting of sewer cleaning unit and its components must not interfere with towing the truck from the front,checking the engine oil,coolant,or forward tilt of truck hood. Disassembly of components must not be necessary to accomplish these tasks. M. No components are to be mounted in front of trucks'radiator unless they are designed for air flow through to the radiator. N. Truck equipped with vertical exhaust system. Provide alternate bid prices for inclusion of the following optional equipment listed below. The City of Omaha shall retain the right to accept or reject alternates. Other or Comment Yes 4lo Other 17.TRAVEL A. A Pre-delivery inspection will be completed at the manufactures factory prior to shipping. The installer will provide air fare and lodging, for two(2)City of Omaha employees and allow ample time for them to complete a pre-delivery inspection at the suppliers' location. Other or Comment Yes .I4o Other 18.WARRANTY A. The successful bidder shall warranty all components of the sewer cleaner for one full year from date of satisfactory delivery. The warranty shall cover defective materials and workmanship. Manufacturer's standard warranty to apply and include one year total parts and labor warranty. The vendor will be responsible for providing all warranty work within twenty-five driveable miles from 72nd & Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. High Pressure Sewer Clnr Page 10 of 11 ere with drivers visibility forward while driving the truck. It must not extend above the hood of the truck. It must not extend High Pressure Sewer Clnr Page 9 of 11 hall not exceed 30 inches. V D. Canopy door on side of unit will not be acceptable. However, door on rear of unit shall be of canopy-type or roll up type. High Pressure Sewer Clnr Page 6 of 11 ted at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 11/07/2011 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. 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. If no local dealer the vendor is to state how they will provide parts and timetable. This information must be included in bid. N ,i . p exf DoAY A-i r d e II�re.►� Other or Comment f'd a..q OYl 5i+ U.a trfa-f*t4 Yt p,(J1 i S POS51 of e Yes No Other 19. DELIVERY A. The completed units shall be delivered to the Vehicle Maintenance Division,2606 North 26th Street. Other or Comment Bidder shall state delivery time with bid. Bid will not be considered if not listed. Bidder maybe subject to a$50.00 per day penalty for late delivery. Unit should be installed and delivered to the City of Omaha 60 to 90 days after receipt of the cab and chassis. High Pressure Sewer Clnr Page 11 of 11 right to accept or reject alternates. Other or Comment Yes 4lo Other 17.TRAVEL A. A Pre-delivery inspection will be completed at the manufactures factory prior to shipping. The installer will provide air fare and lodging, for two(2)City of Omaha employees and allow ample time for them to complete a pre-delivery inspection at the suppliers' location. Other or Comment Yes .I4o Other 18.WARRANTY A. The successful bidder shall warranty all components of the sewer cleaner for one full year from date of satisfactory delivery. The warranty shall cover defective materials and workmanship. Manufacturer's standard warranty to apply and include one year total parts and labor warranty. The vendor will be responsible for providing all warranty work within twenty-five driveable miles from 72nd & Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. High Pressure Sewer Clnr Page 10 of 11 ere with drivers visibility forward while driving the truck. It must not extend above the hood of the truck. It must not extend High Pressure Sewer Clnr Page 9 of 11 hall not exceed 30 inches. V D. Canopy door on side of unit will not be acceptable. However, door on rear of unit shall be of canopy-type or roll up type. High Pressure Sewer Clnr Page 6 of 11 ted at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 EXCEPTIONS TO SPECIFICATIONS Check One v The equipment offered meets all specifications as set forth in the bid. Name(print) 51 ) 1A.)a-SC L1/Cat- Signed :/ (GZ'L07/1 /AJoA( /j Title i The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) Signed Title CA k / -• \ C / — _ a o ® - ® .- 7 0 k / \ 0 • . . \ �� ING,ON-SITE(FOUR DAYS) in Omaha Lookin: east at vicini Proposed Garage Lofts LIHTC Protect* 202 North 19th Street ♦ Omaha, Nebraska 68102 The Assessment Group Inc. ©Copyright 2011 Page 9 • usbank.com • • / Approved... Mayor • J August! 1990 . • • • T. R;g1..... _.. • • Sc lc . 3rr ,, n • Top P _ V 1.e w $4mPcr• . • y • Rea Y • • • • g,ii .J +a BoFFan n C 4•rvcf • _ �.a,,,t '�o p o r Eian.P<r _ ZL fa Zd a 6.s G . I /f • u X L .t•!� [• l n o f 3a0 3(�x :o ) �X ��IX ��Xo f 4 i _I 6- I . A aa �a _.. �._� . -_ ___._.._....... . ..____ -3 8 - r , •. r. ) • • •• �i.J• M F"roN T `/ :C.W • • • �...r�-- _ -----�-•-`•'-..�_._._. _,r.�' \\ III ,• �f taw NooKs fter receipt of the cab and chassis. High Pressure Sewer Clnr Page 11 of 11 right to accept or reject alternates. Other or Comment Yes 4lo Other 17.TRAVEL A. A Pre-delivery inspection will be completed at the manufactures factory prior to shipping. The installer will provide air fare and lodging, for two(2)City of Omaha employees and allow ample time for them to complete a pre-delivery inspection at the suppliers' location. Other or Comment Yes .I4o Other 18.WARRANTY A. The successful bidder shall warranty all components of the sewer cleaner for one full year from date of satisfactory delivery. The warranty shall cover defective materials and workmanship. Manufacturer's standard warranty to apply and include one year total parts and labor warranty. The vendor will be responsible for providing all warranty work within twenty-five driveable miles from 72nd & Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. High Pressure Sewer Clnr Page 10 of 11 ere with drivers visibility forward while driving the truck. It must not extend above the hood of the truck. It must not extend High Pressure Sewer Clnr Page 9 of 11 hall not exceed 30 inches. V D. Canopy door on side of unit will not be acceptable. However, door on rear of unit shall be of canopy-type or roll up type. High Pressure Sewer Clnr Page 6 of 11 ted at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 • :;' j• TOP 'ric�'t FRONT 8UM?ER • • ' J f!Z k 3 1/2 x 12•• x 3/8"E , • Ink T . ,,,,,,, ....nil e .4 1111 ± . • f/2 x 12 x 3/a"[) / • • 35"+ -.- 4 TRUCK FRAME . . g• i CENTER ON TRUCK FRAME. & BOLT ON• • FRONT VIEW • T. - . , . f ,; ' 1 , c , i r • I I • • -. j_._ . . 8' • • 4- Lookin: east at vicini Proposed Garage Lofts LIHTC Protect* 202 North 19th Street ♦ Omaha, Nebraska 68102 The Assessment Group Inc. ©Copyright 2011 Page 9 • usbank.com • • / Approved... Mayor • ,Z ,.. . / • / tQ' i n • C C. . . \ . . • 0 d - . \i • 1 f r r O 0 . T' %1c„ t , { v R�-. 1 ("1 T. - . , . f ,; ' 1 , c , i r • I I • • -. j_._ . . 8' • • 4- Lookin: east at vicini Proposed Garage Lofts LIHTC Protect* 202 North 19th Street ♦ Omaha, Nebraska 68102 The Assessment Group Inc. ©Copyright 2011 Page 9 • usbank.com • • / Approved... Mayor x 1 7 z H I N . 1I II r �. •II m t' 73 tot i D x !I riv 7- Is H • . •.j 11 ;I sj 1 1 i t l' 4 (A -o IN o ^ v R�-. 1 ("1 T. - . , . f ,; ' 1 , c , i r • I I • • -. j_._ . . 8' • • 4- Lookin: east at vicini Proposed Garage Lofts LIHTC Protect* 202 North 19th Street ♦ Omaha, Nebraska 68102 The Assessment Group Inc. ©Copyright 2011 Page 9 • usbank.com • • / Approved... Mayor 1 .. • . ; r . . . H _ o . 1 :\ j.\ . A • . • % Cu - ti 1Th . Z . , t. �• : • .) . CA , . k -,. \ \ .\ 1 Lil (I) ,irl , 2:, ,,, ty\, rn. _,,, • 0 h �-v c= '� p . (�' 4H l � � � - t >' , r k v, °- k . r • �\ . X • x 4. � .• �` 1 . -- . °y . _ W )''.• .� �� P HTC Protect* 202 North 19th Street ♦ Omaha, Nebraska 68102 The Assessment Group Inc. ©Copyright 2011 Page 9 • usbank.com • • / Approved... Mayor . ! i o . . • I . , Ir. )...1• -/. . . /\ \ . \ 'k \ \ • i \ ; , \ ; , II. 1 , \ i , . ....., \ N)\, \ \ \ % II. 1. , • i , 1 \ 1 1 \ i I 1 ; I : . I I i .. . . . . ! t • .%) 1 . Cl. Nvi _ . . ... _......_._.. . . • �...r�-- _ -----�-•-`•'-..�_._._. _,r.�' \\ III ,• �f taw NooKs fter receipt of the cab and chassis. High Pressure Sewer Clnr Page 11 of 11 right to accept or reject alternates. Other or Comment Yes 4lo Other 17.TRAVEL A. A Pre-delivery inspection will be completed at the manufactures factory prior to shipping. The installer will provide air fare and lodging, for two(2)City of Omaha employees and allow ample time for them to complete a pre-delivery inspection at the suppliers' location. Other or Comment Yes .I4o Other 18.WARRANTY A. The successful bidder shall warranty all components of the sewer cleaner for one full year from date of satisfactory delivery. The warranty shall cover defective materials and workmanship. Manufacturer's standard warranty to apply and include one year total parts and labor warranty. The vendor will be responsible for providing all warranty work within twenty-five driveable miles from 72nd & Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. High Pressure Sewer Clnr Page 10 of 11 ere with drivers visibility forward while driving the truck. It must not extend above the hood of the truck. It must not extend High Pressure Sewer Clnr Page 9 of 11 hall not exceed 30 inches. V D. Canopy door on side of unit will not be acceptable. However, door on rear of unit shall be of canopy-type or roll up type. High Pressure Sewer Clnr Page 6 of 11 ted at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: `� WHEREAS, bids were received on November 30, 2011 for the purchase_of two-truck mounted high pressure sewer cleaners to be utilized by the Sewer Maintenance Division; and, WHEREAS, Municipal Pipe Tool Co. submitted a bid of$210,000.00, being the sole bid received for the purchase of two truck mounted high pressure sewer cleaners. 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 Municipal Pipe Tool Co. for the purchase of two truck mounted high pressure sewer cleaners to be utilized by the Sewer Maintenance Division in the amount of$210,000; and, that the Finance Department is authorized to pay this cost from the Sewer Revenue Fund 21121, Sewer Maintenance Organization 116511, year 2011 expenditures in the amount of$105,000.00 and 2012 expenditures in the amount of$105,000.00. 179211scp APPROVED AS TO FORM: ,--eITY ATTORNEY DATE 12.077144 �j ✓ s Byitto neilmember Adopted �...2fl 12.�A� _Ci ClerkOalg •Approved III agore Mayor tures factory prior to shipping. The installer will provide air fare and lodging, for two(2)City of Omaha employees and allow ample time for them to complete a pre-delivery inspection at the suppliers' location. Other or Comment Yes .I4o Other 18.WARRANTY A. The successful bidder shall warranty all components of the sewer cleaner for one full year from date of satisfactory delivery. The warranty shall cover defective materials and workmanship. Manufacturer's standard warranty to apply and include one year total parts and labor warranty. The vendor will be responsible for providing all warranty work within twenty-five driveable miles from 72nd & Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. High Pressure Sewer Clnr Page 10 of 11 ere with drivers visibility forward while driving the truck. It must not extend above the hood of the truck. It must not extend High Pressure Sewer Clnr Page 9 of 11 hall not exceed 30 inches. V D. Canopy door on side of unit will not be acceptable. However, door on rear of unit shall be of canopy-type or roll up type. High Pressure Sewer Clnr Page 6 of 11 ted at rear of truck. G. All piping shall be installed to drain by gravity through suitable High Pressure Sewer Clnr Page 4 of 11 tion. F. A manual rewind crank shall be provided. High Pressure Sewer Clnr Page 3 of 11 able 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 Municipal Pipe Tool Co. LLC By i�IQJI(m w docklLR-f-- Title ) CONTINUATION SHEET In: I_L )� Delivery(or completion) Name:y`}I fL1�prj1 ( aQ Signature:Sh ,i/ij1) ��c,L _f/i_fv1 Civ calendar days following Title: COO + Phone:3 tGi,q ,q aOS Fax: 3(q $g-fjO f, award Address:Ga c Gii,t St( Q.+ Street/P.O.Box 2e R City hiH iitC[S,(N State f/t Zip q 2 Email Address: S kayo yi vviQ1114t,i?l r'/�e-COrin y�IJ'm �n DOS U AA' yam" Am GI? Z,SY O OOOOn mm 4e1—V e'lOn �UlDv000 C��= >y 00m AOmr_00E2A AO 4Z',mm OmAZA O M0m1 NOZnZ NA 0.2/I ZF 1 O 2�nmOm 0Fp Oti VnOm;m ~ $ O. 9;:.ro220Z 9m Dm NOo. Z . OpmpO O .m1lm�1 F 5 ;Eel 04 �2^r 41 my r'l 0 c `-' O �Dn > •..•m V� >> ONO A8s4 8.. Gym Ct°f/y- A0 DNA~O DOO VA W8 tiVl� 0 m (m ECO�y�Glr '-.1 1,--,; e O UI� OD'C VCV11 tmilA rA� 0000;u."N vmiz oor2.,m in mn'z mo� y09yA 0`n -v�i zpo --m20Zmn4 O�mDQTp�t'/I OCm 0?-.154 I JC O ,!. VO N"1 00 V1 O• m iAt V A ZJk O q-s1PCO N F m 02 U, m O ' % 5,N 0 '� x1 O O Z0 AO A�1mm�mp AZ Z n000£ ,pm0 O 0 p0 Z00 4�0200 Om.Ai m m2 mC OOOODy=d m m-C m ; N A Z V m'Cm =,00 - £000 yy ..;.10C CD CCCCO° 3N0_E Ulm. O m Z m O m N z r=i� A 74mmzxu m. i. me ,1 Z y�ym c S� ��cA 70 g�im�m 0 go P0V2 U0 Zm m=r2=mv00 N mD Z2i mc. 1////I��_ HMIV- O • .Z�-4Z Okm-'Zlm+,D 2 ��zm cvmi c,� (� m o I- o �c)�m oz m I�t;.......,., mms z z io2 m� mAr�O=m�'mm? '�� NZ - (f.Zn, M.12' Cn O n,<�Om 4 gM /'.��:� rr \ y 0 D G] Om =mym ZZm o�p0(�=rrII <2 ;•yy -I�-i .'OSO NO ONmcOn of ',y'' » o•:m� CyZ yv mrr%1,.-Ipn%�,'D^ g-NLI-�(ay/I0 JVDOp O 2 NNE >c> W22 mm o ' I jj++;j; ]IOp 8 S, �I=OZIFUI 8D-9,8, 0JCO r�*N ~z�-0 mO O �Op.r. m NR;IZDO 20 ( .- f:i�, ;p'm -Z2 f£m/IS2m;A vd r/gp< s -<-<m O NRi N� m ,-o ZCo Pc, wm �'�'/'•........�1// 4�z xU ,Z 0p o m, m Co p - Y �m o� 00 •�iil/1 m SP v om yp O o 1 v m p p p a I I .i Z O of- P O D 1 D m O r m r• m$;�5.fie° ��I. m� 2,1 Gn1 r-i-.y F •pHill V1 �O $ @� i D ON 1-2 i m� 3 z g m �onm:. p D �. m Gno�A� 6 <ns-n� pn Two ,lg' m..Ap �n�W mZ <m aro SS i p mo gl 2ODm mBF.m of 151� .- __ - _ - -_._ _„,_ jt7 f : i - '!x 1 r-, cc.. ,- AD 69 (/]'C ► ) b b .O "1 cm C 1-, v, r C0i n. 5/3 7� .y 0 A, A� O" b N; a 'fui C CD 0' O CD N O N cD N O tl, t P n O O' p y Cr 5 a C1�~ NN C A--a F+ lirUL!4 C ' p C - C � _ ' ci, N ' _ an y pj• trg r�7 N.CCi, CDC.) I-; v, r0-h) O P CD • • • • • • •1' 1 1 Nebraska 68102 The Assessment Group Inc. ©Copyright 2011 Page 9 • usbank.com • • / Approved... Mayor