Loading...
RES 2011-1017 - PO to Aspen Equipment Co for hopper spreaders t , OMAHA, e � `1 . :E Public Works Department .r~ j; r+ Omaha/Douglas Civic Center M. 1 1, ' 1 G 12 PM 1: 4 3i 1819 Farnam Street,Suite 601 c+® rl �►6 - "'� Omaha,Nebraska 68183-0601 September 13;'`2011 oh v", Ef r ?"`z ,r (402)444-5220 41WoieraR p�.a l� ' e�„`'y Fax(402)444-5248 CV 4 e n e 61 a id2�'a�T v';?', 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 Aspen Equipment Co. on the bid for the purchase of five stainless steel hopper spreaders to be utilized by the Street Maintenance Division. The following bids were received on June 15, 2011. A detailed bid tabulation is attached. Contractor Total Bid Nebraska Environmental Products $149,129.00 (Non-compliant Bid) ASPEN EQUIPMENT CO. • $157,805.00(RECOMMENDED BID) Badger Body $160,284.55 Aspen Equipment Co. (Alternate) $161,090.00 Palfleet $173,025.00 The low bid did not meet bid specifications as detailed in the attached bid rejection letters.A copy of the bid documents is on file and available for inspection and review in the City Clerk's office. 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 five stainless steel hopper spreaders from the Street and Highway Allocation Fund 12131, Snow and Ice Control Organization 116154,year 2011 expenditures. - The Public Works Department recommends the acceptance of the bid from Aspen Equipment Co, in the amount of$157,805.00,being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Re ctfully submitted, Referr o City Council for Consideration: X' •/2 // R bert G. Stubbe,P.E. Date Mayor's f ice Date Public Works Director • Approved as to Funding: Approved: 640 U L6/1 C2.11.1\di( erK3% Pam Spaccarotella Date Human Rights and Relations ULM / ate Finance Director Department 171111scp 4dt Mayor roviding a 10 foot wide concrete trail along the east side of 180th Street. 18. Including provisions for use,ownership and maintenance of the outlots in the subdivision agreement. 19. Providing needed pedestrian/bicycle connections. 20. Submitting a letter from Douglas County Emergency Management confirming that acceptable emergency warning has been provided for the area. 21. Providing a letter of approval from Douglas County Environmental Services for the Noxious Weed Plan. 22. Providing a letter of approval from the U.S.Postal Service regarding centralized mailbox units. 23. The total debt ration being 4% or less. Ph11063tt `� o O CQQ u a<< =u a) E u o C v u.p00 ^ C) up.00_ a, . u.00 v N 0•00 0 vw v 0 a Z C � aJ.O� O CO`O aJ L'D O Q COO OLD O CSO a)-a O• w CSO aJ� O Ut� w i ra > o�NN C aJ O_ CNN C vd W-SIC C a1 n, r bNN a1 o_ I_CNN c a1 n.. �a0 C O rO n I-ro a ce ra n F- c0 can `t ro n v m v am E E �� x o zm E E �� x 0 um E E 7� x� wm E E o x o w_m E E x o rao I- On LO O ut w N W BOO O vt-W v W On O` OO NSW a! Lt_ pi)OE OL NW a1 V OII� utW a1 mN E C E X co C v-r- rn a1 'O C w r- v, a1.SQ 0 C v-w in a1_"O Q C v-4- v,+,,'O Q C 4-'.- vt 'p tangy N C! > E O•- aJ aJ 7 U C Z'� a) a! O V C a1 a) U C to aJ a V Cdi c Lt_ a) a1- U C�Q i +� an+ 2 CL C C C v C_ 0 D O C C ,- C.� U C C C O.O a1 J V C c c a) a) a1 J V.0 C C �.,U-�J CN_,W V n a zones =� > o =Q - On7 =Y > o =Q Yon= =u > oCQ -� ungS.NobAQ wtm»� 2CQ •CAE•-' c2 v 4 a) N v, 7 a)d N I'- > aJ V, V, 7 aJ d N I- a) N V, 7 aJ 0_N 1- m a) v, V1 C d N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 F— W Z V n re O. m o 0 �, o O a) W (NIZ () O co D IT . co N EA- 69 CU m O ca • 46 0 O N E j I- Ilil0 O N C N Z U coo Z > 0_ d CV '�t c — yg W EA- A o U rn i m H w 6 4 rn M C.) Lo O co M o COCC▪S a CO "E. m o 0 o O (D• E fE 1- w CoQ a. Eci Z U N O Q � N Cr �a 4. co co w c, 69 m (A) C N v o O o H M rn M � M •©co L O Q Q Z w co ("I 0 N N- U Co W O. = 69. = EF> b9 M N N t Ei E ai •ram'.+ i V - > 13 < wco 0 Q ~ CI J O i = o Cl U - CO O~ C < < -a as 0 .N 2 w m Z Z ca O c c 0 Q- s ww - a iu- v L. cu d U a Q co = 2 C Z O= 0 Ili w m O o o• 0 W w w 0N m ( Z o cD Z W = w fn co O Q O O —Id ,- r. Z W Z 0 Q Q O� N d R '.4 c) — CO J I w L, E C as Ea I- 0 -) D u_ • ol Organization 116154,year 2011 expenditures. - The Public Works Department recommends the acceptance of the bid from Aspen Equipment Co, in the amount of$157,805.00,being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Re ctfully submitted, Referr o City Council for Consideration: X' •/2 // R bert G. Stubbe,P.E. Date Mayor's f ice Date Public Works Director • Approved as to Funding: Approved: 640 U L6/1 C2.11.1\di( erK3% Pam Spaccarotella Date Human Rights and Relations ULM / ate Finance Director Department 171111scp 4dt Mayor roviding a 10 foot wide concrete trail along the east side of 180th Street. 18. Including provisions for use,ownership and maintenance of the outlots in the subdivision agreement. 19. Providing needed pedestrian/bicycle connections. 20. Submitting a letter from Douglas County Emergency Management confirming that acceptable emergency warning has been provided for the area. 21. Providing a letter of approval from Douglas County Environmental Services for the Noxious Weed Plan. 22. Providing a letter of approval from the U.S.Postal Service regarding centralized mailbox units. 23. The total debt ration being 4% or less. Ph11063tt `� o O CQQ u a<< =u a) E u o C v u.p00 ^ C) up.00_ a, . u.00 v N 0•00 0 vw v 0 a Z C � aJ.O� O CO`O aJ L'D O Q COO OLD O CSO a)-a O• w CSO aJ� O Ut� w i ra > o�NN C aJ O_ CNN C vd W-SIC C a1 n, r bNN a1 o_ I_CNN c a1 n.. �a0 C O rO n I-ro a ce ra n F- c0 can `t ro n v m v am E E �� x o zm E E �� x 0 um E E 7� x� wm E E o x o w_m E E x o rao I- On LO O ut w N W BOO O vt-W v W On O` OO NSW a! Lt_ pi)OE OL NW a1 V OII� utW a1 mN E C E X co C v-r- rn a1 'O C w r- v, a1.SQ 0 C v-w in a1_"O Q C v-4- v,+,,'O Q C 4-'.- vt 'p tangy N C! > E O•- aJ aJ 7 U C Z'� a) a! O V C a1 a) U C to aJ a V Cdi c Lt_ a) a1- U C�Q i +� an+ 2 CL C C C v C_ 0 D O C C ,- C.� U C C C O.O a1 J V C c c a) a) a1 J V.0 C C �.,U-�J CN_,W V n a zones =� > o =Q - On7 =Y > o =Q Yon= =u > oCQ -� ungS.NobAQ wtm»� 2CQ •CAE•-' c2 v 4 a) N v, 7 a)d N I'- > aJ V, V, 7 aJ d N I- a) N V, 7 aJ 0_N 1- m a) v, V1 C d N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 • 4 • 4,y,h3a:x, L {'Q� Public Works Department Omaha/Douglas Gvic Center 1819 Farnam Street,Suite 601 ' i ! Omaha,Nebraska 68183-0601 (402)444-5220 k: Fax(402)444-5248 City of Omaha Robert G.Stubbe,P.E. Public Works Director Jim Suttle,Mayor July 18, 2011 Mr. Greg Oliverius Sales Manager Nebraska Environmental Products 2621 West "M" Court Lincoln, NE 68522 RE: City of Omaha Request for Bid — Stainless Steel Hopper Spreaders Dear Mr. Oliverius: Section 10-110 of the Omaha Municipal Code allows a department director to reject any bidder's bid because the bids received were non-compliant to specifications. This letter is to serve as written notice that your bid submitted for the City of Omaha Stainless Steel Hopper Spreaders is being rejected because the bid does not meet the required specifications. Because of recurrent issues with rust and corrosions, the City of Omaha has specified that many items on the spreaders be fabricated from stainless steel. Past experience shows that components manufactured from stainless steel last much longer than similar components manufactured from ordinary steel. Page 4 of the request for bid states the unit bid "To have collapsible and/or folding stainless steel legs to be used as a stand when the spreader is not in the truck and to assist in installing and removing the spreader from the truck." The unit you bid states it will have hot roll steel constructed "Stands Alone" stands that are painted black. Within 10 days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons for the objection. Sincerely yours, • Ro ert G. Stubbe, P.E. Director c: Pat Burke, Purchasing Agent Buster Brown, City Clerk Members of the City Council f the bid from Aspen Equipment Co, in the amount of$157,805.00,being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Re ctfully submitted, Referr o City Council for Consideration: X' •/2 // R bert G. Stubbe,P.E. Date Mayor's f ice Date Public Works Director • Approved as to Funding: Approved: 640 U L6/1 C2.11.1\di( erK3% Pam Spaccarotella Date Human Rights and Relations ULM / ate Finance Director Department 171111scp 4dt Mayor roviding a 10 foot wide concrete trail along the east side of 180th Street. 18. Including provisions for use,ownership and maintenance of the outlots in the subdivision agreement. 19. Providing needed pedestrian/bicycle connections. 20. Submitting a letter from Douglas County Emergency Management confirming that acceptable emergency warning has been provided for the area. 21. Providing a letter of approval from Douglas County Environmental Services for the Noxious Weed Plan. 22. Providing a letter of approval from the U.S.Postal Service regarding centralized mailbox units. 23. The total debt ration being 4% or less. Ph11063tt `� o O CQQ u a<< =u a) E u o C v u.p00 ^ C) up.00_ a, . u.00 v N 0•00 0 vw v 0 a Z C � aJ.O� O CO`O aJ L'D O Q COO OLD O CSO a)-a O• w CSO aJ� O Ut� w i ra > o�NN C aJ O_ CNN C vd W-SIC C a1 n, r bNN a1 o_ I_CNN c a1 n.. �a0 C O rO n I-ro a ce ra n F- c0 can `t ro n v m v am E E �� x o zm E E �� x 0 um E E 7� x� wm E E o x o w_m E E x o rao I- On LO O ut w N W BOO O vt-W v W On O` OO NSW a! Lt_ pi)OE OL NW a1 V OII� utW a1 mN E C E X co C v-r- rn a1 'O C w r- v, a1.SQ 0 C v-w in a1_"O Q C v-4- v,+,,'O Q C 4-'.- vt 'p tangy N C! > E O•- aJ aJ 7 U C Z'� a) a! O V C a1 a) U C to aJ a V Cdi c Lt_ a) a1- U C�Q i +� an+ 2 CL C C C v C_ 0 D O C C ,- C.� U C C C O.O a1 J V C c c a) a) a1 J V.0 C C �.,U-�J CN_,W V n a zones =� > o =Q - On7 =Y > o =Q Yon= =u > oCQ -� ungS.NobAQ wtm»� 2CQ •CAE•-' c2 v 4 a) N v, 7 a)d N I'- > aJ V, V, 7 aJ d N I- a) N V, 7 aJ 0_N 1- m a) v, V1 C d N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 ... Public Works Department ', Omaha/Douglas Civic Center ._`'-,k�wAw���- 1819 Famam Street,Suite 601 ` 'o ,.,. Omaha,Nebraska 68183-0601 (402)444-5220 ��. qV. Fax(402)444-5248 City of Omaha Robert G.Stubbe,P.E. Public Works Director Jim Sutde,Mayor August 24, 2011 Mr. David Jacobs Vice President Badger Body & Truck Equipment 6336 Grover Street Omaha, NE 68106 RE: City of Omaha Request for Bid Stainless Steel Hopper Spreaders Dear Mr. Jacobs: Section 10-107 of the Omaha Municipal Code awards bid to the lowest and best bidder. This section also allows the award to be made to one other than the apparent low bidder. A letter providing notification in writing is made listing the reason(s) why the bid is not being recommended. This letter is to serve as written notice that your bid for Stainless Steel Hopper Spreaders is being recommended to be awarded to another vendor. , Although two units you bid were less than the recommended vendor, your total bid for five stainless steel hoppers was more than the bid submitted by the recommended vendor. The recommended vendor also listed a short delivery time which is imperative if these spreaders are to be in service by winter. Within 10 days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons for the objection. Sincerely, ) e;-6.2.-4_1(j.,-„, ii1-4-€} Robert G. Stubbe, P.E. Public Works Director c: Pat Burke, Purchasing Agent Buster Brown, City Clerk Members of the City Council City Council by filing with the City Clerk a written objection stating all reasons for the objection. Sincerely yours, • Ro ert G. Stubbe, P.E. Director c: Pat Burke, Purchasing Agent Buster Brown, City Clerk Members of the City Council f the bid from Aspen Equipment Co, in the amount of$157,805.00,being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Re ctfully submitted, Referr o City Council for Consideration: X' •/2 // R bert G. Stubbe,P.E. Date Mayor's f ice Date Public Works Director • Approved as to Funding: Approved: 640 U L6/1 C2.11.1\di( erK3% Pam Spaccarotella Date Human Rights and Relations ULM / ate Finance Director Department 171111scp 4dt Mayor roviding a 10 foot wide concrete trail along the east side of 180th Street. 18. Including provisions for use,ownership and maintenance of the outlots in the subdivision agreement. 19. Providing needed pedestrian/bicycle connections. 20. Submitting a letter from Douglas County Emergency Management confirming that acceptable emergency warning has been provided for the area. 21. Providing a letter of approval from Douglas County Environmental Services for the Noxious Weed Plan. 22. Providing a letter of approval from the U.S.Postal Service regarding centralized mailbox units. 23. The total debt ration being 4% or less. Ph11063tt `� o O CQQ u a<< =u a) E u o C v u.p00 ^ C) up.00_ a, . u.00 v N 0•00 0 vw v 0 a Z C � aJ.O� O CO`O aJ L'D O Q COO OLD O CSO a)-a O• w CSO aJ� O Ut� w i ra > o�NN C aJ O_ CNN C vd W-SIC C a1 n, r bNN a1 o_ I_CNN c a1 n.. �a0 C O rO n I-ro a ce ra n F- c0 can `t ro n v m v am E E �� x o zm E E �� x 0 um E E 7� x� wm E E o x o w_m E E x o rao I- On LO O ut w N W BOO O vt-W v W On O` OO NSW a! Lt_ pi)OE OL NW a1 V OII� utW a1 mN E C E X co C v-r- rn a1 'O C w r- v, a1.SQ 0 C v-w in a1_"O Q C v-4- v,+,,'O Q C 4-'.- vt 'p tangy N C! > E O•- aJ aJ 7 U C Z'� a) a! O V C a1 a) U C to aJ a V Cdi c Lt_ a) a1- U C�Q i +� an+ 2 CL C C C v C_ 0 D O C C ,- C.� U C C C O.O a1 J V C c c a) a) a1 J V.0 C C �.,U-�J CN_,W V n a zones =� > o =Q - On7 =Y > o =Q Yon= =u > oCQ -� ungS.NobAQ wtm»� 2CQ •CAE•-' c2 v 4 a) N v, 7 a)d N I'- > aJ V, V, 7 aJ d N I- a) N V, 7 aJ 0_N 1- m a) v, V1 C d N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 r ,1 • . r, • • H.H. DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA STAINLESS STEEL HOPPER SPREADERS RETURN BIDS TO: Published: June 1,2011 Page 1 CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 8%. 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,June 15,2011 IMPORTANT 1. Bid must be In the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax apples,show amount of same and deduct 1819 Famam Street,Omaha,NE 68183.0011 by the closing date and time indicated Exemption certificates wit be furnished. Do not include tax in bid. In a sealed envelope marked: BID ON:CITY OF OMAHA STAINLESS STEEL HOPPER SPREADERS 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 shat 7. If you do not bid,return sheets with reason for declining. Fafure 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.doualascounlvourchasina.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION 5 each Stainless Steel Hopper Spreaders for 60,000 GVW vehicle per attached seven (7) pages of specifications. - fj��'fS 3-726/�94/897 Ji31123, oc BlD/each: $ $ 157,go5'. O (5%Bid Bond is to be based Or fS 3-720/79z 32,, 2. 18,00 • upon this amount) Any and all exeptions to specifications must be noted on the attached "Exceptions to Specifications"sheet. Two (2) copies of full descriptive literature on each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 r r DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA STAINLESS STEEL HOPPER SPREADERS NOT AN ORDER Page 2 DESCRIPTION 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 ASPEN c>16r,ENT Co . BY ,VAl1Yl SEIARoN HEN(-EL Title /1 R M4NA&E ' CONTINUATION SHEET IT PRICE EXTENSION 5 each Stainless Steel Hopper Spreaders for 60,000 GVW vehicle per attached seven (7) pages of specifications. - fj��'fS 3-726/�94/897 Ji31123, oc BlD/each: $ $ 157,go5'. O (5%Bid Bond is to be based Or fS 3-720/79z 32,, 2. 18,00 • upon this amount) Any and all exeptions to specifications must be noted on the attached "Exceptions to Specifications"sheet. Two (2) copies of full descriptive literature on each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 • May 2011 SPECIFICATIONS FOR STAINLESS STEEL HOPPER SPREADERS /l'lode I a-'d f Ic,,der 50^ GENERAL: The spreader to be the latest current model of standard design manufactured, {S H complete with all standard equipment,tools and warranty. Bidders are to supply full description and descriptive materials on unit bid with the proposal. The units bid will be installed by the successful bidder on used 60,000 GVW cab&chassis with 14' dump bodies.Units bid must be capable of being operated by Force America 5100 control box. Meet Specification-Please indicate-(if other explain on comment line). Yes No Other 1. 304 STAINLESS STEEL HOPPER A. Body length to be 11 foot B. Inside body width must be at least 78" X C. Side height must be at least 48"but not more than 50" D. Body sides slope 45 degrees for easy flow of material. E. The spreader hopper and all body/frame components are to be constructed from 10 gauge 304 stainless steel. F. Body ends(front&rear)are sloped at leastl8 degrees with inside welds continuous top to bottom. G. Top edge of sides and ends are formed "J"channel Approximately 1-5/8"x 3/4". 1( H. Side supports should be made of 10 gauge material with 90-degree edges for strength. �_ I. Bottom edge of sill is flanged 90 degrees and rests on cross members of 1-1/2"x 3"channel iron(4.1 lbs./ft)x 39"long or on structural tubing. J. Body floor should be made of 7 gauge bolt in replaceable material.Floor has rollover lips front&rear with belt type wiper under rear rollover. Floor should extend at least 7"beyond feed gate. )( K. Chain shields should be10 gauge bolt in replaceable. )( L. Feedgate should be 10 gauge 10"x 18"with adjustable manually operated stainless steel screw jack control and ruler for accurate material handling. M.Feedgate tracks are 1/4"x 1-1/2"formed angle each side with 1/4"x 1"spacer and bolted on hopper. X N. All hardware should be stainless steel or zinc plated. 0. Four(4)lift hooks,one at each corner,are 1/4"x 2" formed steel plate or round eyelets. P. No cross braces will be accepted inside the hopper except for the mount to support the chain guard"V"section. Other or Comment r. C)° rear i 6° -Fro^4- S Aye. Z , ForMe d —12 a . Page 1 of M, -7c,a. X I. 6X o.A le. n each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 Yes No Other 2. CONVEYOR DRAG CHAIN A. 24"wide all steel,spring loaded,pintle type chain. Consists of two(2)heavy duty strands of formed,heat treated alloy steel with a tensile strength of 21,000lbs.per. strand. B. Cross bars are 3/8"x 1-1/2"x 19-5/8"spaced on 4-1/2" centers. C. Pins are 7/16"diameter.Chain pitch approximately 2-1/4" D. Sprockets are to be at least 6.75" in diameter,8 tooth self- cleaning,cast iron or dropped forged -,x- E. Drive shaft should be 1-1/2"diameter or larger, cold roll alloy steel with a tensile strength of 102,000 lbs/in. X F. Idler shaft should be 1-1/2"diameter with greaseable bearings for lubrication and have a tensile strength rating of 75,000 to 85,000 lbs./in. G. Should have two(2)spring-loaded 5/8"zinc plated chain Adjusters with a 3"minimum thread travel to minimize shock and provide proper chain tension Other or Comment Yes No Other 3. CONVEYOR GEARCASE ASSEMBLY A. Hi-tensile cast iron housing,oil tight with breather and oil level plug. -�— B. Should be a 50:1 reduction worm gear. Steel worm is hardened and ground. C. Gear is aluminum bronze with tensile strength of 90,000 lbs. _ D. Output bearing is of the tapered roller or ball bearing type. E. Hydraulic motor is direct mounted to gear case. X( F. Motor is a"Char-Lynn gerotor type H series(#101-1035) or equal,5.9 cir. maximum speed of 674 rpm @ 15 gpm 1350 in.peak/lbs.of torque,and rated at 11.4 hp. G.The hydraulic motor must have a rate sensor mounted Integral between the motor and the gear case with a spacer OR screw directly into the hydraulic motor NOTE: SHAFT MOUNTED EXTERIOR RATE SENSORS ARE UNACEPTABLE. Other or Comment Page 2 of 8 steel screw jack control and ruler for accurate material handling. M.Feedgate tracks are 1/4"x 1-1/2"formed angle each side with 1/4"x 1"spacer and bolted on hopper. X N. All hardware should be stainless steel or zinc plated. 0. Four(4)lift hooks,one at each corner,are 1/4"x 2" formed steel plate or round eyelets. P. No cross braces will be accepted inside the hopper except for the mount to support the chain guard"V"section. Other or Comment r. C)° rear i 6° -Fro^4- S Aye. Z , ForMe d —12 a . Page 1 of M, -7c,a. X I. 6X o.A le. n each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 Yes No Other 4. SPINNER CHUTE A. Should be 10 gauge one(1)piece totally enclosed for dump body or body mount as specified. B. Should have two(2) internal baffles "slide rod"adjustable for control of material placement onto the spinner. C. Four(4)sectional deflectors with overlapping corners are "rod&clip pin"adjustable for complete control of spread direction and chassis undercarriage protection. D. Both deflectors and baffles are hand adjustable without tools. E. Spread range is 4'to 40'. F. To have fold up chute to be operated by a manual stainless steel winch so that one person can raise and lower the chute with ease. _ G.Gusset chute at stress points when raising or lowering with winch. �( H. Winch to have stainless steel cable. -�— I.Chute to have safety hooks and chains on both sides to Secure while transporting in the raised position. Other or Comment Yes . No Other 5.TELESCOPIC CHUTE A. Chute is to be adjustable from a minimum of 38" extended to 26"when compressed below mounting surface in(4)four or more 3"increments(total of 12" adjustment) Other or Comment 2, 75" n C re-r•eA 1.S Yes No Other 6. SPINNER ASSEMBLY A. 10 gauge 20"diameter disc with replaceable machined • steel hub. (note:spinner assembly may be polyurethane constructed) _x— B. Six(6) 10 gauge 409 Stainless Steel or high carbon steel bolt-on-replaceable "G"shaped fins.(see above note) C.Hydraulic motor mounts directly to the top of spinner disc (1"motor output shaft). D.Motor is a Char-Lynn gerotor type H series(#101-1311) 2.8 cir.maximum speed of 1068 rpm @ 7 gprn, 735 in.. peak/lbs.of torque and rated at 9.3 h.p. Other or Comment Page 3 of 8 ruler for accurate material handling. M.Feedgate tracks are 1/4"x 1-1/2"formed angle each side with 1/4"x 1"spacer and bolted on hopper. X N. All hardware should be stainless steel or zinc plated. 0. Four(4)lift hooks,one at each corner,are 1/4"x 2" formed steel plate or round eyelets. P. No cross braces will be accepted inside the hopper except for the mount to support the chain guard"V"section. Other or Comment r. C)° rear i 6° -Fro^4- S Aye. Z , ForMe d —12 a . Page 1 of M, -7c,a. X I. 6X o.A le. n each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 • Yes No Other 7. ADDITIONAL COMPONANTS A. Hopper should have a "V"shaped 10 gauge stainless steel section installed over the conveyor chain with the purpose of keeping the weight off chain,preventing damage and to help prevent material compaction which can make it difficult to start chain movement. Section should bolt to body sides of hopper and be adjustable in height,,installed at factory.Mounting braces shall not extend higher than the top of the"V"section when adjusted to the highest position. B.There must be stainless steel top grate screens covering the hopper. -X. C.To have calapsable and/or folding stainless steel legs to be used as a stand when the spreader is not in the truck and to assist in instaling and removing spreader from truck. Other or Comment SfaAd Lti l 1 be Seod IyPe_ c,Ad ra,'Se. Over a.l l Yes No Other 8. CHAIN OILER AND SPEADER CAPACITY e i h f fo 58 A. Must have at least a two quart tank,gravity feed, petcock adjusted,with stainless, aluminum,brass or copper tubing,(no plastic tubing)and mounted at rear of spreader for easy access to fill and operate. B. Inside body length, 11 feet. _ C. Overall length not to exceed 14 foot including spinner chute. D. Struck Capacity,minimum 5.8 yds E. HeapedCapacity nogreater then 8.0 yds � P Y Other or Comment Yes No Other 9. WELDING A.No skip welding,all joints and seams to be fully welded. Other or Comment Yes No Other 10.HOSES AND FITTING -,�— A.The successful bidder will install all hoses and dripless hydraulic quick couplers.Quick couplers will be mounted several inches inside the truck frame and have rubber plugs installed for covering when not in use. B.All fitting will be hydraulic grade,no black pipe will be accepted. Other or Comment Page 4 of 8 cer and bolted on hopper. X N. All hardware should be stainless steel or zinc plated. 0. Four(4)lift hooks,one at each corner,are 1/4"x 2" formed steel plate or round eyelets. P. No cross braces will be accepted inside the hopper except for the mount to support the chain guard"V"section. Other or Comment r. C)° rear i 6° -Fro^4- S Aye. Z , ForMe d —12 a . Page 1 of M, -7c,a. X I. 6X o.A le. n each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 Yes No Other 11.ELECTRICAL A.To have two 12 volt LED rubber mounted recessed strobe lights mounted in stainless steel housings on rear of the hopper to be approximately 6"long and 2"deep.Lights should be Federal Signal Tech LED 607101-02 Amber and 607101-3 Blue or approved equal. X B. To have two 6"x 2"oval LED stop/tail/turn lights mounted in stainless steel housings at rear of hopper. C. To have two LED recessed back-up lights mounted in stainless steel housings at rear of hopper. D.To have a"boss"plug wired to the City of Omaha Specification. Other or Comment Yes No Other 12. PRE-WET SYSTEM . A.Spreader unit to be equipped with(2)two side tanks having a minimum combined capacity of 300 gallons. Tank straps and trays are to be stainless steel. B. Pre-wet pump must be hydraulically operated and run from the hydraulic oil return line from the spreader drive gear box. C. Spray hose/s are to be located at the inside top of spreader chute. X D. Pre-wet system must have clean-able filter located in the lines before the holding tanks. E.Unit must be equipped with an electric controlled shut off solenoid,a manual flow control and an electric float switch in the tank to shut off the solenoid if the tank runs empty of pre-wet fluid.A rocker shut of switch and a tank tank empty light will need to be installed in the cab of currant City of Omaha trucks. F.ALL HOSES FOR THE HYDRAULIC SYSTEM AND PRE-WET SPRAY OPERATION REQUIRED. Other or Comment A . Two 2,c'o Pon fi��ks 1 400 c q IloAL Yes No Other 13. ADDITIONAL X A. All components such as winch,gate jack and linkage,etc. will be stainless steel, if stainless is not available then it must be approved by City of Omaha Fleet Management. Other or Comment Wit.c.k c..Ad c.cK c,.re Z ;nc_ p Ic›Le d, 6L,..sk ,'.S poy I•-)Gnd le- f. -S'-.;nkcSS Si'ee 1, Page 5 of 8 be stainless steel or zinc plated. 0. Four(4)lift hooks,one at each corner,are 1/4"x 2" formed steel plate or round eyelets. P. No cross braces will be accepted inside the hopper except for the mount to support the chain guard"V"section. Other or Comment r. C)° rear i 6° -Fro^4- S Aye. Z , ForMe d —12 a . Page 1 of M, -7c,a. X I. 6X o.A le. n each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 Yes No Other 14. CONTROLS A. The successful bidder will include and install Force America model SSC5100 controllers with all necessary • wiring, hydraulic valves, hoses and quick couplers on currant City of Omaha tandem dump trucks. NOTE;Some trucks already have some components • Installed. City truck numbers; 3-726 Truck already has wiring,hydraulic valves and hoses, vender will need to purchase and install controller,and Boss plug and wire in to truck. 3-794 Truck already has wiring,hydraulic valves and hoses, vender will need to purchase and install controller,and Boss plug and wire in to truck. 3-897 Truck already has hydraulic valves and hoses, vender will need to purchase and install controller,wiring and Boss plug and wire in to truck. 3-720 Truck does not have any components.Vender will need to purchase and install Force America Add-A-Fold hydraulic valves and hoses,quick couplers,controller, wiring,Boss plug and install and wire in to truck. 3-792 Truck does not have any components.Vender will need to purchase and install Force America Add-A-Fold hydraulic valves and hoses, controller,quick couplers, wiring,Boss plug and install and wire in to truck. Other or Comment Yes No Other 15. PAINTING A.Painting only on bare steel,not on stainless steel. _ B.May be painted manufacture standard colors. Other or Comment Yes No Other 16. WARRANTY A. The vendor must be able to provide warranty work within 24 hours of the break down. If there is no local dealer, the vendor must locate and/or provide the work within the 24-hour time frame. XB. 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. Page 6 of 8 K c,.re Z ;nc_ p Ic›Le d, 6L,..sk ,'.S poy I•-)Gnd le- f. -S'-.;nkcSS Si'ee 1, Page 5 of 8 be stainless steel or zinc plated. 0. Four(4)lift hooks,one at each corner,are 1/4"x 2" formed steel plate or round eyelets. P. No cross braces will be accepted inside the hopper except for the mount to support the chain guard"V"section. Other or Comment r. C)° rear i 6° -Fro^4- S Aye. Z , ForMe d —12 a . Page 1 of M, -7c,a. X I. 6X o.A le. n each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 S I •• t C. Manufacturer's standard warranty to apply and to include one year total parts and labors warranty after satisfactory acceptance of the vehicle. X D. The vendor will be responsible for providing all warranty work within twenty-five drive-able miles from 72nd&Dodge. If warranty work is not available within the above described, the vendor will be responsible for any cost including transportation. Other or Comment Yes No Other 17. DELIVERY A. Unit to be delivered to the City of Omaha,Fleet Management Facility,2606 North 26th Street,fully serviced to recommended new vehicle specifications. If the vendor is not in the City of Omaha area,the City will not be responsible for any cost from pickup or the delivery of any vehicle or mounted equipment. Other or Comment A pre bid meeting will be held at the City of Omaha vehicle maintenance facility at 2606 N.26th St. Omaha, NE on Thursday June 9rd 2011'at 8:00 A.M. EXCEPTIONS TO SPECIFICATIONS Page 7 of 8 ents.Vender will need to purchase and install Force America Add-A-Fold hydraulic valves and hoses, controller,quick couplers, wiring,Boss plug and install and wire in to truck. Other or Comment Yes No Other 15. PAINTING A.Painting only on bare steel,not on stainless steel. _ B.May be painted manufacture standard colors. Other or Comment Yes No Other 16. WARRANTY A. The vendor must be able to provide warranty work within 24 hours of the break down. If there is no local dealer, the vendor must locate and/or provide the work within the 24-hour time frame. XB. 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. Page 6 of 8 K c,.re Z ;nc_ p Ic›Le d, 6L,..sk ,'.S poy I•-)Gnd le- f. -S'-.;nkcSS Si'ee 1, Page 5 of 8 be stainless steel or zinc plated. 0. Four(4)lift hooks,one at each corner,are 1/4"x 2" formed steel plate or round eyelets. P. No cross braces will be accepted inside the hopper except for the mount to support the chain guard"V"section. Other or Comment r. C)° rear i 6° -Fro^4- S Aye. Z , ForMe d —12 a . Page 1 of M, -7c,a. X I. 6X o.A le. n each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 Check One The equipment offered meets all specifications as set forth in bid. Name(print) Signed Title K The equipment offered meets all specifications with the following exceptions: (Use separate attached sheet if more room is needed.) 5 ee_ Con,meA f Sec C r f / ,,s, J der S /F1 ,�M Tier., 13 A o14 0„G, 1 frrc,'n� De du,..74- — ., 998.00 -For 20 i 5?c•,lcss S ,Lre! ConS'rvc)''o\ J,e� o 304 s f4,' k3 Una i/'v(,4•'om‘ , ror On, AS 3 -726/3-795Li3-897 oled���- ' SES. 0. i ._Fee c/bGc,.E' h up,eJJ )S n07' n Pec4j /?Z,00 .Sfreecer Valve i Qr„es5 '.6 not needto1, Failure to list exceptions may be cause for equipment to be rejected at time of delivery. Name(print) C r'.'5 Signed 6'rt., / S Title /err..1ory /L1oN4x_er" Page 8 of 8 pre bid meeting will be held at the City of Omaha vehicle maintenance facility at 2606 N.26th St. Omaha, NE on Thursday June 9rd 2011'at 8:00 A.M. EXCEPTIONS TO SPECIFICATIONS Page 7 of 8 ents.Vender will need to purchase and install Force America Add-A-Fold hydraulic valves and hoses, controller,quick couplers, wiring,Boss plug and install and wire in to truck. Other or Comment Yes No Other 15. PAINTING A.Painting only on bare steel,not on stainless steel. _ B.May be painted manufacture standard colors. Other or Comment Yes No Other 16. WARRANTY A. The vendor must be able to provide warranty work within 24 hours of the break down. If there is no local dealer, the vendor must locate and/or provide the work within the 24-hour time frame. XB. 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. Page 6 of 8 K c,.re Z ;nc_ p Ic›Le d, 6L,..sk ,'.S poy I•-)Gnd le- f. -S'-.;nkcSS Si'ee 1, Page 5 of 8 be stainless steel or zinc plated. 0. Four(4)lift hooks,one at each corner,are 1/4"x 2" formed steel plate or round eyelets. P. No cross braces will be accepted inside the hopper except for the mount to support the chain guard"V"section. Other or Comment r. C)° rear i 6° -Fro^4- S Aye. Z , ForMe d —12 a . Page 1 of M, -7c,a. X I. 6X o.A le. n each item bid are required with the bid. Prompt delivery is an essential element of this.bid. Delivery in 6o-0/d days following award. • Delivery may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 'FSH ..... , Sand and Salt Spreader Henderson History repeats itself...times three. Meet the FSH-I, II and III precision spreaders. The legendary Henderson FSH sand and salt spreader is maintenance so ingrained in the FSH have all been retained.- now available in three versions.The FSH-I, II and.11l have It's available in a variety of sizes to exactly conform to your subtle differences (see specification chart on back)to specifications. better meet varying specification requirements and specific So now you don't have to settle for less than a customer needs. Henderson FSH Spreader... regardless of your budget. The important features of the FSH are retained "across The Henderson FSH-I, II and III... the board"on all three models.The rugged dependability, they're what you'd expect from... '77j precision delivery of materials to the road surface and low 1;Y-PotteS 6: 1 e A ' a ' l 1 iniN Henderson • .•The telescopic chute assembly is 10 ga. •Inside seams are continuously weld- •Conveyor chain is protected by a steel and is totally enclosed with two internal adjustable baffles. ed for extreme duty. Sides and ends formed 10 ga.shield in the FSH-I are 10 ga.and floor is 7 ga. steel. and II.A replaceable bolt-in shield Three external adjustable deflectors is standard on the FSH-III and and one front fixed deflector with •Top edge of hopper is a formed overlapping corners also contribute "J" channel for added rigidity and optional on the FSH-II. to precise control of material spread strength. •Two 5/8"stainless steel chain pattern.A quick latching bypass •Conveyor is 24"wide,all steel adjusters with 4"of adjustment chute diverts material behind the pintle-type chain.The FSH-I and II provide optimum chain tension. spinner chute for fast unloading. have 1/4"x 1-1/2"crossbars while "Conveyor gearbox has thru-shaft •The 20"spinner disk is 10 ga.steel with the FSH-III has 3/8"x 1-1/2"cross- for electronic control system speed stainless steel fins. Polyurethane bars. Crossbars are spaced on 4- sensor hook-up. optional. 1/2"centers. Sprockets are cast iron •The hydraulic motor is mounted •All surfaces are high-pressure and are keyed to the drive and idler directly to the gearcase to eliminate cleaned and degreased with a phos- shafts to prevent slippage and sprockets,chains and couplers for phate solution before being primed maintain chain alignment. reduced maintenance. and finish painted with Highway Orange paint. ry may be made in 60 - 90 days following award of order. The City will retain 10% on invoices until all manuals are delivered. Questions regarding this bid should be directed to: Steve Faris at(402)680-0827 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. • All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms,NE T % .3o .04 yS Firm: A s PE N E o vI PM G N T C O• incorporated In: 101 C) Delivery(or completion) Name: C b'/ .rS E 6-6"E N 'Signature: a /C P� 60-90 calendar days following Title:TERR.rroRy it-1&./j ' �i •a Phone:c,z_8ct9._0�,3oOFax:402-.894-g302. award Address: 1 1475 S /53 '`d 5 T OMAMA NE 6 8)3 $ Street/P.O.Box City State Zip Email Address: C 6 6-6-6N e. ASPEN Q. CoM N I- m v V, V, =Q_N I- On N y a• lLm N Li_CY---- O Z CO V, NLL CYO. O am v, V,LL K..r O =m W 0 �m ,1,,LL..r Q I- f- w I- a I- n- I- o.. O- m I�NY I°m ICJ m Oo -, -, 0) V V V - --, (.)) 0) N A co co 0 - co 0) co O 0) (T (Cl N N (n no co O 0) CO 0 0 co A 0 0 0) O N CO AA A CO 0) A • o NO N _ _ A co N •-. _, _. N (n _, N N 0o O -, � v V (O A � N (O liz) O0 VI N V 0) C..) CD 01 CO CT al- V V 030 V 0 0 0) co O O 0) O O 01 V CO ~ CU a) s . rro w N tJ G- s_ ai o v - U N 0. p- rvo > b0 d. a " s 'OOD•a' n T ro 0 U '0 c .• = L Oa a 4! r `v cD rr° a m O.N j9,, v - C _C a v c o rL° v C a 4, r-1Nbov0. rpCt s-. 4' ro rnN L. a, cc � ra vNL V � i-+ cf0 LnNtx0 a) scEra. o v c v v - 0 0 ° ++ o v ro .c 0- O ° ++ O v ro ro �O O .N O v C a v, C O .r.+ N O o E L > .�V U = v1 N D co b0 f- N V = v1 N in >,V- O 0, V v1 N D .0 E ra o — r0 V v1 FEATURES & SPECIFICATIONS CUBIC YARD CAPACITY WEIGHTS LENGTH (Struck/Rounded) (Approx.) RECOMMENDED i Side Height Side Height CAB TO AXLE 48"or 50" 54"or 56" 60"or 62" 50" 56" 62" (Inches) • 8' 4.5/5.6 5.5/5.6 6.6/7.6 1780 1645 1930' 60 9' 5.1/6.3 6.2/7.3 7.4/8.5 1905 1995 2085 72 10' 5.6/6.9 6.9/8.2 8.3/9.6 2070 2166 2282 84 11' 6.2/7.6 7.6/9.0 9.0/10.4 2225 2327 2429 96 ar• w 12' 6.8/8.3 '8.4/9.9 9.9/11.4 2380 2488 2596 108 :.i 13' 7.3/9.0 9.0/10.7 ' 10.7/12.4 2535 2649 2763 96 C.T. r. 14' 7.9/9.8 9.7/11.4 11.6/13.3 2690 2810 2930 108 C.T. TOP GRATE SCREENS—OPTIONAL 15' 8.4/10.3 10.3/12.2 12.2/14.1 2845 2971 3097 120 C.T. Top grate screens are constructed of 3/8'welded rod 16' 8.9/10.9 11.0/13.0 13.0/15.0 3001 3132 3264 132 C.T. mesh to help keep unwanted larger material out of spreader while loading.Four or six sections are hinged FEATURE FSH-1 FSH-II FSH-III to a 5'I-beam support. Lengths 8'-16' 8'-16' 8'-16' _ Outside Width 84' 84' 84' A 4- Overall Height 48',54',or 60' 50',56'or 62' 50',56'or 62' Conveyor Style *6-tooth sprockets *8-tooth sprockets *8-tooth sprockets a •1-1/2'dia.drive shaft with •1-1/2'dia.drive shaft with •2'drive shaft with i roller bearings roller bearings roller bearings 1011 lit..: •Pintle type conveyor chain with •Pintle type conveyor chain with •Pintle type conveyor chain with t 1 1_ 1/4'x 1-1/2'crossbars on 1/4'x 1-1/2'crossbars on 3/8'x 1-1/2'crossbarsL. 4-1/2'centers 4-1/2'centers 4-1/2'centers �' ` ' Idler Type •1-1/4'dia.shaft with •1.1/2'dia.shaft with •2'dia..shaft with roller bearings ( t,x ,.. • roller bearings roller bearings =—• •4'idler adjustment •4'spring loaded idler adjustment 04'spring loaded idler adjustment spring loaded optional Conveyor 50:1 worm gear standard 50:1 worm gear standard 6:1 spur gearbox Gearbox Drive 25:1 optional 25:1 optional 50:1 or 25:1 worm gearbox optional Chain Shields standard:formed standard:formed standard:bolt-In replaceable FRONT IDLER AND GREASE TUBE EXTENSIONS bolt-in optional —OPTIONAL For convenience of adjusting the front idler and greasing it SPECIFICATIONS from the rear otthe body,extensions have been provided. flow to the spinner disk,improving spread pat- Greasing and adjusting tension can be done on the spot. BODY tern.It is mounted directly to the spinner for Sides,ends and side supports are of 10 ga.steel elimination of shaft and bearings.Two(2)internal baffles direct material flow onto the spinner disk ;; >. `: ;;; `'' .Y and are continuous-seam welded from the inside. `•,.` :'°;' : : :.:.. :- ; .; •.• , ;,t: Side slopeis 45°with front slope at 18°and for directional spread control.Three external ° adjustable deflectors and one front fixed deflector s: rear slope 9 .Floor is replaceable 7 ga,steel, with overlapping corners contribute to precise i'`- ``'" r Longsills are 7 ga.steel continuous-seam welded pp g to the sides on mild steel units.Top edge of hop- control of material spread pattern.The adjustable per is formed`J"channel, 1-5/8"x 3/4".Feed- spinner deflectors are easily replaceable without gate is 10 ga. 10"x 18",screwjack adjustable tools for easy servicing.A quick latching spreader ,, :,:;,.r.z> ,, from curb side.Download pressure is reduced bypass chute diverts material behind spinner chute by an adjustable inverted vee(optional)to for fast unloading.Spinner disk is 20"diameter, reduce material compaction. 10 ga.steel with replaceable hub.Six(6)10 ga. AUGER CONVEYOR—OPTIONAL stainless steel vanes are bolt-on and replaceable. Seven-inch(7)auger conveyor provides a more even flow CONVEYOR PAINT than a standard chain conveyor with less maintenance. Rear discharge pintle chain conveyor is 24" A patented safety interlock feature helps prevent wide.Chain tension adjusting rod is 5/8"stain- All metal surfaces are high pressure cleaned with personal injury from the auger. less steel.Idler adjustment is 4". a phosphate solution to remove slag,spatter, . oxide and oil residue.The entire body is primed CONVEYOR GEARBOX with a high quality catalyzed primer and then OPTIONS finished with Highway Orange grade enamel. •304 Stainless Steel•Top Grate Screens• The FSH-1 and FSH-Il have a 50:1 or 25:1 worm The 304 Stainless Steel units are unpainted. Inverted Vee•Extended Front Idler Adjusters gearbox with extended thru-shaft for electronic •Extended Front Idler Grease Tubes sensor mounting.In addition,the FSH-Ill has a CONTROL VALVE—OPTIONAL •6"and 12"Side Extensions•Hold Down 6:1 spur gearbox available. Speed of conveyor and spinner motors is con- Kit• 18 HP Engine Group•Rubber Side Spill SPINNER CHUTE ASSEMBLY trolled by a dual pressure compensated control Shields•Roller Chain•Cab Shield•Spacer valve with a relief pre-set at 1500PSI.Valve has Bars*Ladders•Bumpers•Centerline Diverter Completely enclosed telescopic design is of 10 ga. twelve(12)detent settings for each circuit and Chute•Catwalks and Frame Mount Kit•Side steel.Top-mounted hydraulic spinner motor is an independent on/ofT valve to allow start/stop Tubes and Rear Hoses•Short Hose Kit with enclosed in the chute to maximize material without changing application rate. Quick Couplers•Automatic Control Systems ANIIN Henderflson P.Q.Box 40•Manchester,Iowa 52057 800-359-4970•www.henderson-mfg.com 02002 Henderson Mfg.Litho In USA.•Henderson Mfg.reserves the right in pursuit of continuous product Improvement to change specifications used herein. tOM 1/02 c-25a CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: ,` WHEREAS, bids were received on June 15, 2011 for the purchase of five stainless steel hopper spreaders to be utilized by the Street Maintenance Division; and, WHEREAS, Aspen Equipment Co. submitted a bid of$157,805.00, being the lowest and best bid received within the bid specifications, for the purchase of five stainless steel hopper spreaders. 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 Aspen Equipment Co. for the purchase of five stainless steel hopper spreaders to be utilized by the Street Maintenance Division in the amount of $157,805.00; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Snow and Ice Control Organization 116154, year 2011 expenditures. 171211scp APPROVED AS TO FORM: 1 (ham,(r CITY ATTORNEY ATE Byjidrinad " '7// • ncilmember Adopted ...sEP..1...3.20 , Zo fl /1:4CI Clerk111 Approved.. .. . .... .. .... Mayor A 4- Overall Height 48',54',or 60' 50',56'or 62' 50',56'or 62' Conveyor Style *6-tooth sprockets *8-tooth sprockets *8-tooth sprockets a •1-1/2'dia.drive shaft with •1-1/2'dia.drive shaft with •2'drive shaft with i roller bearings roller bearings roller bearings 1011 lit..: •Pintle type conveyor chain with •Pintle type conveyor chain with •Pintle type conveyor chain with t 1 1_ 1/4'x 1-1/2'crossbars on 1/4'x 1-1/2'crossbars on 3/8'x 1-1/2'crossbarsL. 4-1/2'centers 4-1/2'centers 4-1/2'centers �' ` ' Idler Type •1-1/4'dia.shaft with •1.1/2'dia.shaft with •2'dia..shaft with roller bearings ( t,x ,.. • roller bearings roller bearings =—• •4'idler adjustment •4'spring loaded idler adjustment 04'spring loaded idler adjustment spring loaded optional Conveyor 50:1 worm gear standard 50:1 worm gear standard 6:1 spur gearbox Gearbox Drive 25:1 optional 25:1 optional 50:1 or 25:1 worm gearbox optional Chain Shields standard:formed standard:formed standard:bolt-In replaceable FRONT IDLER AND GREASE TUBE EXTENSIONS bolt-in optional —OPTIONAL For convenience of adjusting the front idler and greasing it SPECIFICATIONS from the rear otthe body,extensions have been provided. flow to the spinner disk,improving spread pat- Greasing and adjusting tension can be done on the spot. BODY tern.It is mounted directly to the spinner for Sides,ends and side supports are of 10 ga.steel elimination of shaft and bearings.Two(2)internal baffles direct material flow onto the spinner disk ;; >. `: ;;; `'' .Y and are continuous-seam welded from the inside. `•,.` :'°;' : : :.:.. :- ; .; •.• , ;,t: Side slopeis 45°with front slope at 18°and for directional spread control.Three external ° adjustable deflectors and one front fixed deflector s: rear slope 9 .Floor is replaceable 7 ga,steel, with overlapping corners contribute to precise i'`- ``'" r Longsills are 7 ga.steel continuous-seam welded pp g to the sides on mild steel units.Top edge of hop- control of material spread pattern.The adjustable per is formed`J"channel, 1-5/8"x 3/4".Feed- spinner deflectors are easily replaceable without gate is 10 ga. 10"x 18",screwjack adjustable tools for easy servicing.A quick latching spreader ,, :,:;,.r.z> ,, from curb side.Download pressure is reduced bypass chute diverts material behind spinner chute by an adjustable inverted vee(optional)to for fast unloading.Spinner disk is 20"diameter, reduce material compaction. 10 ga.steel with replaceable hub.Six(6)10 ga. AUGER CONVEYOR—OPTIONAL stainless steel vanes are bolt-on and replaceable. Seven-inch(7)auger conveyor provides a more even flow CONVEYOR PAINT than a standard chain conveyor with less maintenance. Rear discharge pintle chain conveyor is 24" A patented safety interlock feature helps prevent wide.Chain tension adjusting rod is 5/8"stain- All metal surfaces are high pressure cleaned with personal injury from the auger. less steel.Idler adjustment is 4". a phosphate solution to remove slag,spatter, . oxide and oil residue.The entire body is primed CONVEYOR GEARBOX with a high quality catalyzed primer and then OPTIONS finished with Highway Orange grade enamel. •304 Stainless Steel•Top Grate Screens• The FSH-1 and FSH-Il have a 50:1 or 25:1 worm The 304 Stainless Steel units are unpainted. Inverted Vee•Extended Front Idler Adjusters gearbox with extended thru-shaft for electronic •Extended Front Idler Grease Tubes sensor mounting.In addition,the FSH-Ill has a CONTROL VALVE—OPTIONAL •6"and 12"Side Extensions•Hold Down 6:1 spur gearbox available. Speed of conveyor and spinner motors is con- Kit• 18 HP Engine Group•Rubber Side Spill SPINNER CHUTE ASSEMBLY trolled by a dual pressure compensated control Shields•Roller Chain•Cab Shield•Spacer valve with a relief pre-set at 1500PSI.Valve has Bars*Ladders•Bumpers•Centerline Diverter Completely enclosed telescopic design is of 10 ga. twelve(12)detent settings for each circuit and Chute•Catwalks and Frame Mount Kit•Side steel.Top-mounted hydraulic spinner motor is an independent on/ofT valve to allow start/stop Tubes and Rear Hoses•Short Hose Kit with enclosed in the chute to maximize material without changing application rate. Quick Couplers•Automatic Control Systems ANIIN Henderflson P.Q.Box 40•Manchester,Iowa 52057 800-359-4970•www.henderson-mfg.com 02002 Henderson Mfg.Litho In USA.•Henderson Mfg.reserves the right in pursuit of continuous product Improvement to change specifications used herein. tOM 1/02 -:, .. __ . 1,_, ... , .. . ... ---1 — t•.) CD •CD t,-.1--" PO ''t CD ,51 2 o—, • 0\ J—` •'CS _ ..---• ,--,• CD 0 0 • , CD • • IQ. .. P--` t-+-) PO --.1 0 0.) '.0 0-'\0-' .- ..'m ',. . ' - • ' 1.-, • VI )--, CA ,--0 sbo 0 ta, 0 pp pp •-` 0 , ,--` . ,-P' ' ;4 0 C D P 8 c(C ID !7,!cl)• r" I. '-.. Cc) 0' 0 gt-) 0 •.C::. r-, P 0 CrQ P 8 . . . 0 . —• c) — cn '',ti ' , (..1 1,,, ,.•.• 0 .5- cciD). a > ,. 0- t...) . cn • 0 . ,c..1), crg 0 c< 0 ., c. P-•''' tJ .0- ,-., -as,S) CD 4./) cc) rn B — •s - t--.1 '-'• . ,-,• ›. cr ','.-, --E) r-t- t< c-) Cm • 0 , CD cip. CD CD ,- . 1\ ga.i co ' ,-c3 (D• N •,, ,.... inct 0 ' r.y.. CI . —.a f::'-' • . CD ,....,CD ' 0.. Cn CD Po ra,(-) 1,, )-,- 5, . till a. p,.. a .1-' 0 • • 1:7.1 .w 5" . . e......... . ,-,• 0 (... 5 po E pi., tij 0" N i"...) (-.). k...a, •C=. k'-'' . \ • • 5+ 0 > P (7,D-k a:, •ca).tc<r 05 *lb - 0 • 0 0' CA C:1-' CD 0 pp ,--•• CD po ,-•,, _ = -.t J.+. En 5--, 00 , 0 0 0 ,•-4- gz '-'• c.) • • 0 ,ri ° .... . 4' ,. ' c.) — 0 . a. 5 •CD 1-i-) ,-r-- 1-t 1.-1 P CD , . . . .. - .,,.. • .1 • , , . . , . . ,*,- • . . , ,,, ,...--•---,,'. ,-,,,,,,, :','•,. ___,.,,,,, ;,'.7,.-:---,..,-,-;!'.:‘•-,.., ,, •--.•, 'Ct::'-.1..,•,:',•,V,‘"4,••,;!=;1,-,. '..,..,,,-,,,9 t: \ . . . I r• i, .f, ...r..} • , . Cl , Shields standard:formed standard:formed standard:bolt-In replaceable FRONT IDLER AND GREASE TUBE EXTENSIONS bolt-in optional —OPTIONAL For convenience of adjusting the front idler and greasing it SPECIFICATIONS from the rear otthe body,extensions have been provided. flow to the spinner disk,improving spread pat- Greasing and adjusting tension can be done on the spot. BODY tern.It is mounted directly to the spinner for Sides,ends and side supports are of 10 ga.steel elimination of shaft and bearings.Two(2)internal baffles direct material flow onto the spinner disk ;; >. `: ;;; `'' .Y and are continuous-seam welded from the inside. `•,.` :'°;' : : :.:.. :- ; .; •.• , ;,t: Side slopeis 45°with front slope at 18°and for directional spread control.Three external ° adjustable deflectors and one front fixed deflector s: rear slope 9 .Floor is replaceable 7 ga,steel, with overlapping corners contribute to precise i'`- ``'" r Longsills are 7 ga.steel continuous-seam welded pp g to the sides on mild steel units.Top edge of hop- control of material spread pattern.The adjustable per is formed`J"channel, 1-5/8"x 3/4".Feed- spinner deflectors are easily replaceable without gate is 10 ga. 10"x 18",screwjack adjustable tools for easy servicing.A quick latching spreader ,, :,:;,.r.z> ,, from curb side.Download pressure is reduced bypass chute diverts material behind spinner chute by an adjustable inverted vee(optional)to for fast unloading.Spinner disk is 20"diameter, reduce material compaction. 10 ga.steel with replaceable hub.Six(6)10 ga. AUGER CONVEYOR—OPTIONAL stainless steel vanes are bolt-on and replaceable. Seven-inch(7)auger conveyor provides a more even flow CONVEYOR PAINT than a standard chain conveyor with less maintenance. Rear discharge pintle chain conveyor is 24" A patented safety interlock feature helps prevent wide.Chain tension adjusting rod is 5/8"stain- All metal surfaces are high pressure cleaned with personal injury from the auger. less steel.Idler adjustment is 4". a phosphate solution to remove slag,spatter, . oxide and oil residue.The entire body is primed CONVEYOR GEARBOX with a high quality catalyzed primer and then OPTIONS finished with Highway Orange grade enamel. •304 Stainless Steel•Top Grate Screens• The FSH-1 and FSH-Il have a 50:1 or 25:1 worm The 304 Stainless Steel units are unpainted. Inverted Vee•Extended Front Idler Adjusters gearbox with extended thru-shaft for electronic •Extended Front Idler Grease Tubes sensor mounting.In addition,the FSH-Ill has a CONTROL VALVE—OPTIONAL •6"and 12"Side Extensions•Hold Down 6:1 spur gearbox available. Speed of conveyor and spinner motors is con- Kit• 18 HP Engine Group•Rubber Side Spill SPINNER CHUTE ASSEMBLY trolled by a dual pressure compensated control Shields•Roller Chain•Cab Shield•Spacer valve with a relief pre-set at 1500PSI.Valve has Bars*Ladders•Bumpers•Centerline Diverter Completely enclosed telescopic design is of 10 ga. twelve(12)detent settings for each circuit and Chute•Catwalks and Frame Mount Kit•Side steel.Top-mounted hydraulic spinner motor is an independent on/ofT valve to allow start/stop Tubes and Rear Hoses•Short Hose Kit with enclosed in the chute to maximize material without changing application rate. Quick Couplers•Automatic Control Systems ANIIN Henderflson P.Q.Box 40•Manchester,Iowa 52057 800-359-4970•www.henderson-mfg.com 02002 Henderson Mfg.Litho In USA.•Henderson Mfg.reserves the right in pursuit of continuous product Improvement to change specifications used herein. tOM 1/02