Loading...
RES 2008-1261 - PO to M-B Companies Inc of Pennsylvania for paint striper OD Mnee, i F o NF6p' 1 L L. # ?� ;.,,,. L � � � Public Works Department ��•�;�r P �r r 9. S E P _5 P i k 1: 147 Umaha/.Douglas Civic Center i 1, ,,, September 16, 2008 1819 Farnam Street,Suite 601 A `ry Omaha,Nebraska 68183-0601 r� R�t•4 ' �• y; (402)444-5220 FED Fax(402)444-5248 i ha �i ��. �� r - k City of Omaha Robert G.Stubbe,P.E. Mike Fahey,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 M-B Companies, Inc. of Pennsylvania on the bid for the purchase of a paint striper mounted on a 40,000 GVW truck cab and chassis to be utilized by the Traffic Engineering Division. The following bids were received on August 6, 2008. A detailed bid tabulation is attached. Contractor TOTAL BID M-B COMPANIES, INC. OF PENNSYLVANIA $284,104.00 (LOW BID) Peterbuilt of Norfolk $286,367.00 M-B Companies, Inc. of Oregon $381,594.41 Omaha Truck $628,687.00 This bid price includes an optional scavenger style paint heating system and an optional reader and software package. The Contractor has on file a current Contract Compliance Report Form (CC-1). As is City policy, the Human Rights and Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost for the purchase of a paint striper mounted on a 40,000 GVW truck cab and chassis from the Street and Highway Allocation Fund 12131, Pavement Markings Organization 116184,year 2008 expenditures. The Public Works Department recommends the acceptance of the bid from M-B Companies, Inc. of Pennsylvania in the amount of $284,104.00, being the lowest and best bid received within the bid specifications, and requests your consideration and approval of this Resolution. Respectfully submitted, Referred to City Council for Consideration: 6P-/9-00 ,2 -0 8' -4( ert G. Stubbe,P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: :4 / C. .- 0. 1,E Sia-3 ` Carol A. Ebdon ��,,,,4/) Date Gai Kinsey ompso )�D,at�e Finance Director // Human Rights and Relations Director 1209scp er DAY $600.00 TAB Construction Company $75.00 per DAY $1,125.00 9 900.009 REMOVE AND REPLACE PRE-CAST CONCRETE INLET COVER w/FACE ARMOR Engineeer's Estimate .22 @ $1,900.00 EACH $41,800.00 Navarro Enterprise Construction, Inc. $1,900.00 EACH $41,800.00 Daedalus Construction Company $2,125.00 EACH $46,750.00 TAB Construction Company $2,105.00 EACH $46,310.00 • Page 4 of 5, 8/13/2008 1:17:38 PM, Bid Tabulation, Generated by: admin for project OPW 51548 400.00 TAB Construction Company $6.00 per SY $7,200.00 Page 6 of 7, 8/13/2008 2:00:39 PM, Bid Tabulation, Generated by: admin for project OPW 51306 * Corrected Extension c. $5.50 per LF $1,138.50 TAB Construction Company $2.90 per LF $600.30 Page 5 of 7, 8/13/2008 2:00:39 PM, Bid Tabulation, Generated by: admin for project OPW 51306 * Corrected Extension - � W . a- . s_.;...s m W � � �, c.... ik 1 k -. F $. I— Ill N. , -- ;1'k in N\ °715 F%.-- ".. 1---.' :L4 i - -".4014 7,9 - N D LL 1 �- .� al:(3..._ ..14. . _.0 --(‘: :):* H W 4ig, "."2\1 . . F- Ill - * I czg- D X 1 g <r_ 1.: .. .,._,•. L, M .... , ._ , ,. .. T N ,„. ..Alb i— i(I.J) • cos czk a\ ! .4-1 TA c:9- ' 4- z — E --z • D EE 13 I ... ,, 4,. . A., i _ ..,.. ._... , ....i..:1 RP -1B- " ilr -ter CD a3 ui cn E c A. E c Q w( O LLJc 0 — co 0 03 w O C a � ❑ ms o f O r E' a) iA Q 1/1 c W W a Q) a' U C CO N y a) N a] Q3 0 0 al U a o �► -� � ; 01-0 CD C 0) & 3 Z Z .> z p Ilk O m O 2 a`a) Q 70 a) a 2 0 U C O C V W m o N Q, . m < < 3 V) 0 cn p -a v o C otS O N v� m •- E N (6 E -0 2 2 U m c 2 o o w 0_ m _, cn ,' > 2 D D N oO Ea) a) v) �a m y �a � E U Y C. ti O O a) p N p a) O a) O O LU W CD Z U O Q) rii a) C ❑ ❑ O Q °' a o on o o_ 0 0 o_ O E Q Q 0 1- • d00 o — - Q J (� C. N CNC _ L — O L C T •C O N r co < (B a c a = I-- ca Q 0 0 - _—.._. I. , ._._, _ _ . 1 .y , Referred to City Council for Consideration: 6P-/9-00 ,2 -0 8' -4( ert G. Stubbe,P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: :4 / C. .- 0. 1,E Sia-3 ` Carol A. Ebdon ��,,,,4/) Date Gai Kinsey ompso )�D,at�e Finance Director // Human Rights and Relations Director 1209scp er DAY $600.00 TAB Construction Company $75.00 per DAY $1,125.00 9 900.009 REMOVE AND REPLACE PRE-CAST CONCRETE INLET COVER w/FACE ARMOR Engineeer's Estimate .22 @ $1,900.00 EACH $41,800.00 Navarro Enterprise Construction, Inc. $1,900.00 EACH $41,800.00 Daedalus Construction Company $2,125.00 EACH $46,750.00 TAB Construction Company $2,105.00 EACH $46,310.00 • Page 4 of 5, 8/13/2008 1:17:38 PM, Bid Tabulation, Generated by: admin for project OPW 51548 400.00 TAB Construction Company $6.00 per SY $7,200.00 Page 6 of 7, 8/13/2008 2:00:39 PM, Bid Tabulation, Generated by: admin for project OPW 51306 * Corrected Extension c. $5.50 per LF $1,138.50 TAB Construction Company $2.90 per LF $600.30 Page 5 of 7, 8/13/2008 2:00:39 PM, Bid Tabulation, Generated by: admin for project OPW 51306 * Corrected Extension , Copy # 1 . . .. , . .., ... TM gm3 r ash:..:' ;.f r_+ !.7:: 76:-W�.,- want ....,. .._.. 7006 AS PER i;=� % rt M-B Companies, Inc. Attachments Division, Pavement Marking Division Airport Snow Removal Products Brush Replacements, 79 Montgomery Street 1200 Park Street Administration Montgomery,PA 17752 Chilton,WI 53014 TM 1615 Wisconsin Avenue Phone: 888-323-2900 Phone: 800-558-5800 P.O.Box 200 Fax: 570-547-1629 Fax: 920-849-2629 New Holstein,WI 53061 Phone: 800-558-5800 Fax: 920-898-4588 ,936.00 • • Page 3 of 5, 8/13/2008 1:17:38 PM, Bid Tabulation, Generated by: admin for project OPW 51548 dmin for project OPW 51548. tt �. DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA NEBR 68183 PHONE (402) 444-4954 FAX(402) 444-4992 July 24, 2008 NOTICE TO BIDDERS: -. REQUEST FOR BID ON PAINT STRIPER MOUNTED ON 40,000 GVW TRUCK CAB & CHASSIS (complete) Closing Date: August 6,;2008, 11:00 A.M. • ADDENDUM NO.2: Modifications to bid sheet and specifications as follows: On the bid sheet,delete the first option listed, shown as: Optional Site, item 29, page 22. This item is NOT an option and a cost should not be shown on the bid sheet for this item. It is a requirement of the striper and NOT an option. Item 37 page 25,A and B refers to being in lieu of a heat system that is not in the specs, and should read as follows. 37.OPTIONAL PRICE SCAVENGER STYLE PAINT HEATING SYSTEM YES A. A scavenger paint heating system utilizing the cooling system from the auxiliary engine shall be bid as an option YES B. System shall include stainless steel heat exchangers for yellow and white paint with 68 square foot surface area each. YES C. System shall include a 3rd heat exchanger(stainless steel) to isolate paint from engine coolant. YES D. Pumping system shall be pumped with air powered one(1") inch diaphragm pump. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. M-B Companies, Inc. off.' Patrick Burke City Purchasing Agent Signed By - Rose Shrimp Assistant Secretary Title Date: August 1, 2008 N oO Ea) a) v) �a m y �a � E U Y C. ti O O a) p N p a) O a) O O LU W CD Z U O Q) rii a) C ❑ ❑ O Q °' a o on o o_ 0 0 o_ O E Q Q 0 1- • d00 o — - Q J (� C. N CNC _ L — O L C T •C O N r co < (B a c a = I-- ca Q 0 0 - _—.._. I. , ._._, _ _ . 1 .y , Referred to City Council for Consideration: 6P-/9-00 ,2 -0 8' -4( ert G. Stubbe,P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: :4 / C. .- 0. 1,E Sia-3 ` Carol A. Ebdon ��,,,,4/) Date Gai Kinsey ompso )�D,at�e Finance Director // Human Rights and Relations Director 1209scp er DAY $600.00 TAB Construction Company $75.00 per DAY $1,125.00 9 900.009 REMOVE AND REPLACE PRE-CAST CONCRETE INLET COVER w/FACE ARMOR Engineeer's Estimate .22 @ $1,900.00 EACH $41,800.00 Navarro Enterprise Construction, Inc. $1,900.00 EACH $41,800.00 Daedalus Construction Company $2,125.00 EACH $46,750.00 TAB Construction Company $2,105.00 EACH $46,310.00 • Page 4 of 5, 8/13/2008 1:17:38 PM, Bid Tabulation, Generated by: admin for project OPW 51548 400.00 TAB Construction Company $6.00 per SY $7,200.00 Page 6 of 7, 8/13/2008 2:00:39 PM, Bid Tabulation, Generated by: admin for project OPW 51306 * Corrected Extension c. $5.50 per LF $1,138.50 TAB Construction Company $2.90 per LF $600.30 Page 5 of 7, 8/13/2008 2:00:39 PM, Bid Tabulation, Generated by: admin for project OPW 51306 * Corrected Extension DOUGLAS COUNTY • PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA NEBR 68183 PHONE (402)444-4954 FAX (402) 444-4992 July 2I, 2008 NOTICE TO BIDDERS: REQUEST FOR BID ON PAINT STRIPER MOUNTED ON 40,000 GVW TRUCK CAB & CHASSIS (complete) Closing Date: August 6, 2008, 11:00 A.M. ADDENDUM NO. 1: Modifications to wording in "Specifications for Truck Mounted Airless Highway Striping Machine"dated April 7, 2008: Specification#32 Factory Visits-Part A to read: A pre-construction meeting shall be held at a designated City of Omaha Facility approximately 2 months after bid award.At least one company representative from the winning bidder must attend. Factory visit B, 80% completion meeting shall remain unchanged. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. Patrick Burke City Purchasing Agent M-B Companies, Inc. Name Signed By - Rose Shrimp Assistant Secretary Title Date - August 1, 2008 YES C. System shall include a 3rd heat exchanger(stainless steel) to isolate paint from engine coolant. YES D. Pumping system shall be pumped with air powered one(1") inch diaphragm pump. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. M-B Companies, Inc. off.' Patrick Burke City Purchasing Agent Signed By - Rose Shrimp Assistant Secretary Title Date: August 1, 2008 N oO Ea) a) v) �a m y �a � E U Y C. ti O O a) p N p a) O a) O O LU W CD Z U O Q) rii a) C ❑ ❑ O Q °' a o on o o_ 0 0 o_ O E Q Q 0 1- • d00 o — - Q J (� C. N CNC _ L — O L C T •C O N r co < (B a c a = I-- ca Q 0 0 - _—.._. I. , ._._, _ _ . 1 .y , Referred to City Council for Consideration: 6P-/9-00 ,2 -0 8' -4( ert G. Stubbe,P.E. Date Mayor's Office Date Public Works Director Approved as to Funding: Approved: :4 / C. .- 0. 1,E Sia-3 ` Carol A. Ebdon ��,,,,4/) Date Gai Kinsey ompso )�D,at�e Finance Director // Human Rights and Relations Director 1209scp er DAY $600.00 TAB Construction Company $75.00 per DAY $1,125.00 9 900.009 REMOVE AND REPLACE PRE-CAST CONCRETE INLET COVER w/FACE ARMOR Engineeer's Estimate .22 @ $1,900.00 EACH $41,800.00 Navarro Enterprise Construction, Inc. $1,900.00 EACH $41,800.00 Daedalus Construction Company $2,125.00 EACH $46,750.00 TAB Construction Company $2,105.00 EACH $46,310.00 • Page 4 of 5, 8/13/2008 1:17:38 PM, Bid Tabulation, Generated by: admin for project OPW 51548 400.00 TAB Construction Company $6.00 per SY $7,200.00 Page 6 of 7, 8/13/2008 2:00:39 PM, Bid Tabulation, Generated by: admin for project OPW 51306 * Corrected Extension c. $5.50 per LF $1,138.50 TAB Construction Company $2.90 per LF $600.30 Page 5 of 7, 8/13/2008 2:00:39 PM, Bid Tabulation, Generated by: admin for project OPW 51306 * Corrected Extension DOUGLAS COUNTY P.M.B. REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Paint striper mounted on 40,000 GVW truck cab & chassis (complete) FROM: P.M. Burke Published: July 16,2008 Asst.Douglas County Purchasing Agent Page 1 902 Omaha-Douglas Civic Center NOT AN ORDER 1819 Famam Street Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% 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" Bid Closing Time&Date: 11:00 A.M.on Wednesday,August 06,2008 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. 1 in a sealed envelope marked: BID ON:CITY OF OMAHA Paint striper mounted on 40,000 GVW truck cab& 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. chassis(complete) 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 of ce if;ed chec?,s ai_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.douglascountyourchasinq.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 The City of Omaha is seeking bids to provide a truck mounted airless striping machine mounted on a 40,000 GVW cab and chassis. This unit is to be shipped complete and ready for use per the attached specifications for truck mounted airless highway striping machine(25 pages) and specifications for 40,000 GVW �m truck cab &chassis(8 pages). Complete Unit Total Bid: $ 269,268.00 Vo-kiN ,-E .A1-Ca was S LA A$I N wi I (orc�e -Is 6,4/ (5%bid bond to be based bons St ping Machine I 6V8'd1 upon this amount) Optional Site, item 29, page 22 $ deleted per Addendum #1 Optional Paint& Bead Data Acquisition System, item 35, page 23 $ 13,564.00 Optional Laser Guidance System, item 36, page 24 $ 5,556.00. Optional Scavenger Style Paint Heating System, item 37, page 25 $ 13,436.00 Optional Video Guidance system, item 38, page 25 $ 5,173.00 All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)fisting from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY". 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con CENTURY OF INNOVATION SINCE 1907 Corporate Resolution Resolved, that the following officer of M-B COMPANI NC. a/k/a M-B COMPANIES, INC. OF WISCONSIN a/k/a M-B Cr_c, m'A NY, I OF WISCONSIN a/k/a M-B COMPANY, INC., a WI ; , to-wit: Rose Shrimp, Assistant-Secretary, is hereby aytho... ecifor an. e of and in the name of said corporation to execute Invit: -es and corifra behalf of the M-B Companies, Inc. I, Terrence J. Cosgrove, do .y certify t am the duly efe`ptea and quptippd-preSident,of said corporatio. -qusto, COMPANIES, INC PLIVO-NkO0001PA,. COMPANY,:INC: 'OF .,.., 4,!trr\ts42X,1"4:4, corporation, organized ,04tgAtitli,a,44(Apftttip51Atp:-of that the fe duly-ad.OPteci in aeco- nce with the law i'Alie`?•::. IN WITNESS REOF, I have a y10 9 . NN‘' ; corporatii - '• )/ • . / IrI. I 3 - I (// 10 : •-s. ".- ) Dat foer.06.4'e.14 ,OBS'611V4.4qe40.!tic, ;).) .1;-2 • - (). • ;r1 '' rence J. Cos. e, President of said corpoatioo, d,O,herelay pe'rtify "' , that the •'ng is a tr •py of the resolution passed as ahOve,Set forth. tahlDr} „ Date Terrence Oagi-o , . (, ) ; , • • • •cri,) \ • .• • „, ,n)\ • .7.: ID.61A Urd1:1-KIP Lf4 ' 1-1.1F, !:,JE: 11inED _ - -• '-kfEtar4, 1V.*1;4L-4: - - -— - - - -rr - •. 3 r:: 1:31,1 I • , ss otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountyourchasinq.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 The City of Omaha is seeking bids to provide a truck mounted airless striping machine mounted on a 40,000 GVW cab and chassis. This unit is to be shipped complete and ready for use per the attached specifications for truck mounted airless highway striping machine(25 pages) and specifications for 40,000 GVW �m truck cab &chassis(8 pages). Complete Unit Total Bid: $ 269,268.00 Vo-kiN ,-E .A1-Ca was S LA A$I N wi I (orc�e -Is 6,4/ (5%bid bond to be based bons St ping Machine I 6V8'd1 upon this amount) Optional Site, item 29, page 22 $ deleted per Addendum #1 Optional Paint& Bead Data Acquisition System, item 35, page 23 $ 13,564.00 Optional Laser Guidance System, item 36, page 24 $ 5,556.00. Optional Scavenger Style Paint Heating System, item 37, page 25 $ 13,436.00 Optional Video Guidance system, item 38, page 25 $ 5,173.00 All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)fisting from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY". 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con a: t ' DOUGLAS COUNTY { REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Paint Striper mounted on 40,000 GVW truck cab&chassis(complete) NOT AN ORDER Page 2 QUANTITY DESCRIPTION =UNIT PRICE EXTENSION Options-40,000 GVW truck cab& chassis • Optional reader&software instead of manuals $ 1,400.00 Price to include parts books, service/maintenance manuals, and engine • emissions diagnostic test manuals per specifications. Furnish descriptive information with bid (2 copies). Show any exceptions on the exception sheet. The bidder, by signing this bid sheet, certifies that all other specifications are being fulfilled. City will retain 10% on invoices until all manuals are delivered. The City reserves the right to adjust quantities at time of order according to budget considerations. Unit prices are required. Any exeptions will be so noted on the attached "Exceptions to Specifications"sheet Questions regarding this bid may be directed to Joe Nissen at(402)444-4934. NOTE: Each bid shall be accompanied by: (1) proof that the bidder holds, as of the date of the bid, a Nebraska Motor Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev. Stat. Section 60-1401.01 et seq.; and (2) name of the bidder's salesperson, and proof that the bidder's salesperson holds, as of the date of the bid, a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act; and (3) name of the manufacturer of the product, and proof that the manufacturer holds, as of the date of the bid, a Nebraska Motor Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements may result in the bid being rejected. SIGN ALL COPIES Firm Comp n s, Inc. By p''ea Rose Shrimp • Title Assistant Secret y CONTINUATION SHEET r:: 1:31,1 I • , ss otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountyourchasinq.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 The City of Omaha is seeking bids to provide a truck mounted airless striping machine mounted on a 40,000 GVW cab and chassis. This unit is to be shipped complete and ready for use per the attached specifications for truck mounted airless highway striping machine(25 pages) and specifications for 40,000 GVW �m truck cab &chassis(8 pages). Complete Unit Total Bid: $ 269,268.00 Vo-kiN ,-E .A1-Ca was S LA A$I N wi I (orc�e -Is 6,4/ (5%bid bond to be based bons St ping Machine I 6V8'd1 upon this amount) Optional Site, item 29, page 22 $ deleted per Addendum #1 Optional Paint& Bead Data Acquisition System, item 35, page 23 $ 13,564.00 Optional Laser Guidance System, item 36, page 24 $ 5,556.00. Optional Scavenger Style Paint Heating System, item 37, page 25 $ 13,436.00 Optional Video Guidance system, item 38, page 25 $ 5,173.00 All contractors can obtain a current City of Omaha Certified Protected Business Enterprise/Certified Business Enterprise(PBE/DBE)fisting from the City of Omaha website at www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RIGHTS&RELATIONS";Click on"PBE/DBE CERTIFIED DIRECTORY". 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 or PBE/DBE Listings should be directed to the Human Rights&Relations Department at(402)444-5055. * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con c, . • Ga/G11Ga FRI 16:GG FAX 3.83828445 .Nrebr;aska Peterbiit 0013 - • lial,�,..k,�' •' �``. t.-i, .!;;•`+�-•v' - ,"v,,",,J`�, .�t+',1 'G'�^Y •rrraSi y �``n";'—" _ iR , (ac�io'+�4 4" a '.Cat CJ r, zl,.l'�' j .'�� `7 c;�,� `� '4�''�w''t i`/ s, eW�. �--, 6 A b J x ' •Lf 1 rty Jc' .v liter ^x �� ., • ! u'v>;�'F" `• rF�.s, ;�i.tji _ ct .a u'x .f�`io: ..�{ .r (i �` wi rye,"'',. .. 'r :'••.:. +t, t ., art, 4. s y �`4ti. t,-_ rL f r,�" i. 4," z+ ,U'`"b '�S Y.4 iI i� i ✓,,4y-\ .,A,''Fi C:t':1:^-'. j "`o� i0�i`'�'fl�,�Svrr/ t'%L, 'sf g `}` �{i 3 S .n 'r,�rs ``, �'r)) 0.cxJ'd: 7 7 1 3I ,,,dy*tia r4,�4::.1 �,. e 4Aw,4 ` .tee 'r'/, • I ,'N'krT JL Ft.`",t1 a:.i k '• ,:r a ',-.•d '�L. tta- .,.*,.__.,_.___ _, J 'r:,}./^''r,(�' vf.�y i:LA;� :• v.,;s;,,.a;Yts')JJ1 . �`Y•,/F31.J:'V 1l�+v,-j4!.f�. • x p j t) fel ` 1;.;-• SALESPERSON ; f..: ; 'l' LICENSEPrw-Z• ' {.r��6"4ir i:3r r � ;3,;<; ,�m't 1-�'?.tt' .'�' l�'` e.'a%w'`:�%is'_i 'L�•';re»,s,�'NiJx �:,�!::" r• fLf I(1I� �:44 $ 1� '.e*N5+ i4 !}`.�sJrr4i' j IA me a ty . ''£� .,,.i ' � v 1 ,�s ��f6 � .� r�x �,�,.,�',i^.�y�.3+�>'dr�lf,,�„a�2:,,{ "���,�'I� 1 5,'• �.,�+� t ', ' <'0•.4 tY r,,„.,, 1}. . 4 f 9F•5,7,r Y t 10 01 1•:ilfNvI i 4... .!t' % cf.r< ' etaQ'"'t , � ; rt v -q,�1j* ,fl'•,gs.: :'�, ,r^ y. ()r�u, �, 1�:r r e1 mot• �r �• • '' r�acr-1Lf � �. � a a; r r_ 1K2 �a � r e a,r v r "d +ti �`:-'_:h' , ltr3�SnHr i/1 �y ,fie � � rf iri y�r ay ,, a) 4!,,�,s a,i l+� ',r f'i;1d t +ayy 1 44 k 'i ti TT 3 x n ,J �(, 2� '�� ,r,14,s�1.74',,•rh i,I y r 4 Y*r r, 1i 2 fi 1°1iyf. '' ° � 1 i t t4,4•f . .4.1 ti1�w[ ~�'t4,-"yFI r9 f Y rl?A,.r ' S l dc'P 1� 1 5-' • , r yf1 r 'i ,4 a6 r SYjd•Id i r sc..01,raft!, I 1 I �rl' t + 'i'..di` '`Z - 'tr ,Lc a, �p r�,f ""r 9 f((�1 •y..r rf I 't4i srf '}p 1,,�, n'�t 1, J !/i"Ni'�,� >i ♦' Vrry`�'� 4 1�'th f! r to rA ak4a,L. fv- t }1 �' !ti try# ti wpi.ii!'� alit ) 3 0 � ., 1 i i!��give..if f ;N :2 r 1' a e J, + 4 q ''aK1y llt r,^'+ii+fr"R. 4 P ,.m,Y rkl.rfi� 4 r rq fi A 'L , '� z ..4 a4 er d'l�S-s' • r< i • O y9 V rfg y it 1('< .' •L, "9, t 3 ,�; �'L ,,;9F a ',n c1`'W'�.yy, Is �.'; rei, '' >`+rC�hir' ,c�dlt t st,4sni�f8r .hi� � $� r i . .fi t\ yr. : 6 E� "e.u ..1•e-i, 1 7) , 16. t5t,n ta+^^'`a 'q`,t t x a eg, .,- i( . (j a t a:e' etea' ,� dff _ .r �Ne 1e,.p lwy ,.. , , •,)ti e -q y 04..ei ° g�i, 1.1 - Yt`i 24 4t d' .'`t4y • 44;i; `J +,'t -ate i ill� ,(✓ rtti i4 LI. l 4-Y��4w��,tgrn 'w 5L ' a-+e ,a'���?j."R' Y�J ^i 611) c°'v.4+ rp jtf''s 1' is • .el YI s � ,d_ aA�V'.P ru..y.1 Y l �, Ian �t p� 1,1 pp }, � .:'c.4"Yarw , , 0�re� !"o<.�' i0i QQlfi• IaU Q�. „E ■" i' IM tye� L `aS�, ti • • 1' a q�..vl o-� ' xr S. t 0.Y-Oer? ,e.'1 r .r 3 r. -1r r ����,-f L' V . JG . uM`la f 1 rid�. i) �f er I - f•r,.zt..4 1/Jr ; s5 1,al,t f ,Liyµl }�e^��eZli t C f Yl 5p � -� q� a�`>`P�a:4y��� 1 1{ �,��;' 'G k,1.,y,�d f 94'k Wg2.41 .i. <i�1461A 1"S"SO ralYrt ix /Vil I 31 Q�� d r 7.i„'��v 1 r,.,i. rc^�,t'i n 'b 1'.a ?'w Y. Y 8�l Yam' t r �3^Qx, �I r ()r 'Ott Is1 r„1.fa*.ig,see il h � ?,212°IS }c1�ai �'� ,4g4.,,k1 ; `4,0 !' 1 +� /).. Y �t C 7 y a'` 1. at7$ r 1 'h8,.,.., nJn'tit-W > ,1.. '}' a:T 1G Py as ,,,1,I s r lrfii -,1�r n J. ;e tc,•.y .ti m e,ti drat �, c q • it'9N.,,,0 , S4400,L1 r��0 xy1j��1N 4 Yl;! a5� ,',A fr 6ft �a- zd1rs t / r. ,A,�r�� i ,�.yy.�stR+' �tt't��i�,$) „na,�a�4*� �1�ya�'1�,�,3 d��b af'S'�� ,1���,1�� �,�`J 6 �t �iefiN ,,s'i.L 40 t t- r :v .;fr }4 7v �br1 r I • (Jt�l •t„,, �x w-�-.,�!,+.,„,,rwti�h �,,0 I 'S r it r s k.'�d`'•r. �'.r ��r 1,-4' - ±1 i' -, :A i '1•✓r.s+," 97, 14+xreas;��al k.` {I����.tI 04 ,l 0451.4"�a' dT f .. t•ix • . 1), E9 \t,.t r rip, 4A . V ilr i�'rn M,r.,,�'dr.4.) 14N � .?rC�.'1Yt� ezi (k r 'r,a r4 W.0 a rn ,+,f�vdi'r*l+,ti1' :S as TRM„ �t Sg cent rt r ,s .," 7t x xr: Yil.�'-.9.. ,;+inA4 r . a b p P y:k. ,.t.. `7r 1. eK Pq• ,0. ' 4, - 1;3,t ti m a �r1e4 ir/ tb.ar '1 i.. z c�'s!�! , g,,� s „a (� `Q}�to 4 v rat�,t'•r'�t �y ., t`icLiriNE'1x�6 IS so Yr t,, ik P141,i1' 1}"� ' J 7a?: y�0J0( 1 wt w0 p+Lr r 6t zt i ,93"+ tk{iv,t., ,4 +t,.',vi..„: ,', `)y„, q,, + •It .•R f C 1 'Jiiirs r,....:N.,,a",.r //r,p, :fr.i,.tr9"' ,Wr N'£•)+T ha ev 1,a iZkl i�% tiw,9 5 $ a 1., b'' rt e:.. Lt h, 10 !w{•t, >.'i STATE OF :Z_' ••1c,�a'�.. L-� ,ii.R;� d^`}°1 f ti 4-� Y ,�,�a`" 1,i'rd�1`er,J it rak/: • • ; ,Wx�y�, hti, ,m,,.i,`,,}�_N ,4.�L�,,r v F 1'6•,ti T-lt.Il i /'CC• • vel VC'Nqr P `1;.rr,b4: -r `40`e •0/ ,ir •. . NE •: as<rt.ti'`t�,r,.ra ar itPr,i '.y .,' ;�,'. s• +.�"y 1 *„l Q• • fA-J T R . ,. lr hi dry t4; ;.*1r ! Cty •eµl) 1A / t • o ® r ,or2 t r '4r ; )10, e 1 t (l:til•Q.. °�m�h Kavt.o °/y'SL.(i�rySd�.1'�;'+Nir"�q O?t,r + fir,, J • (Ioio•it F L •• 1r..;7�e4',bid a�'r'�J 2/.,41b,4 �rai'iz�h'p t 4 W l�6,, .'IJ (: .,-r'`.t L._O' °•° . .° ��—7g,••gr„�r�^f��St c1�4,� :'a`4 A'�7gc�A t t.Frfi.`W,1g a ii,x, S 1,,,,e�,^�F :5�,�`'� rr.I . r f Z'a, . - ft0 1 ♦d"';} b e •4Zirl i e v. ys ; (t;ra ,1 t' %. ea,..irtr P i,r Q e r a s.rn a• m, 14,, .;.: : �, t ,!cltrb)n yt£y vv t t ♦ -7r 6d Mt �•` tit n 1 , f V s knf ti e�j 4>14, '�I w�i f'nbrL4i.`�% . %••••"4.*N.fa caf of 8 .'k., a air r1,'s v W. a y`'e•A ;, J §` mix i4to 7..- .'.... ..a.rt6 *W a a+ - $,r, t ,.'t :,. BJ;n,to stiv a'. ��4,,'j' •S�IJ • . rJ �'Y?'•,--,;:r 01� y..§As 4r i:.. $.. ID C -7, 4£ r1 t 7`r 7' i. t " llrr oK ,, rW .n y ♦.7+� '1) .y. �' {Ji�txi7"L'j4fi } tea 7y'{i i tJ y.c.0 r .t -_k`� R/:Y x i0,0 �, 9JOt` ,,P ', J E 'C ! 'l 7 7.f ( c . fy,, a•r,,8 t t f P,..p i i I'1 �-�zawy r t:ma.+ p4� a( ,exL .e ' q y 2"eyp .,a, iti'vii ,rf lyr 1�i �� , d ♦ .ti.rd `%t.9 a >P� st79 .4, !JxI.-. -' k 4 .. 1i C1`��t w} , / at 4“.,. aa.✓� ., .M ;ihk yx h'e$,1.t aA+e` -,,I !hU 115•"','S4 01- ',, a Lr• o y'1, 1 t Y is t L-. ,: 0M r y' 1,xn Y+4tiy :a y 1:4%.!e't-1 1•ii.1'441{fi`j2.11r1�'it.'�I�%1.4M6i<19IT�4t,J files,`i"it 4.,,/r,vg;�list t. ;'y.'s, a fj . ( .V iti � _ 't(l(K��.Y �:•'Sl` ��n a• L`itil • 1a 014 14(G/01/v RI iv:02 FAX 3O3828445 Nebraska Peterbiltt p R Y'• i 'S ,711 �i ,z✓ ka t .1 i!.L . �lH� v,(1,i,o-- A r1: V5\., , ' t- �.��f•' 4'4 t°yy��� ,at'.J ` ,� �,1i )y ' n�:4 r w�t),t^,3�4 j1 15•1 \�'' 'may +E.f E'•4 �71' e. '•H•''+""'`5:� 'i.1 Onr *s+ ,+ w`t�Zw'S .' ear >'�,a r , e i `' ti ��< _ JI.+',�.M p n 71, r t� g `�Y ,&41•� '+J,i'ff a • x tNty „�,-q J�.• t,�, i J Yi,IV/� 7i 4t S,' if ''idF`.•m ! a`.! ;v, a'4t5:$ , a•(Ir3�4 �q�� ,. j{. -.1,4ly�., . �;..�,D'�i• 7cc,X.-ys��; �' �t 1 (. „ �,. .: L'gi Lo ,u, I-Irk . 5 ,� a� .•t t �� (� \ate �.i° 4' � .. '•- . f5.14!'• , �;;�� i MOTOR '• VEHICLE/TRAILER DEALER `=yt•1,4 j�5 .<:� IqNyrP r9'?•'•'f.�.p Li A.ti� SC+S YT V,. 1 .L K Sr a .,,V 9 i� i'i r64.1: �1,101s-fS fiti4 i41.1";fi as � rr,v..rt & \rdr ki w +e3 rll t�N�j iH��I��J frj.i•!j!Ij�4,'�.� ��?�(„��r �M'���� ��t��,,,A "'�'7��'4 1 Z\ty �. ( i Aa s;`F4iiir tlt i fk; f ,1fi b �r't�.DIO.A il`, E fiq 1,0ZI ;, ; 9 4.if „.,„. 4:;g'• ke_ i f�t ., A }71, a ftYeid�4e f4(� ,, . 1 ',, ti!, o.- T�_. _6 - f 4,.+{!. �%l1+ .Rli'`.�r,y `yy:�`Fr�•-'' y ��-5�'k.�l�?i.c '� %`�i?gi;.,,i��`tia•�°�Q�� •-( . ,t4, r Ge • f,• Je = � ♦i' w,.$ ni 1a`ht21 . ,.f .'.�•�• q r P/ 1 , 1�L ., 3.i'�f y ,4,, :.rl V-,t om.1!•ry,:i nwJ�• 1 r1 tUM a14+ a 4t• ,d� 'ta rr.,,.<1 J n. v S {• • t) r F 2tt7•'s�a �geg,r.°tla�,++ s '0, y4 �< 6L: , ..... , `IA >rZ+td- I • r'^^��� .h.v wp'd r I J .�.r17 .r c r, b +1a tit rJ B4 a IsM 'Jig r fn •.a'+�•. 'L ,'`,q,'+F "`�( a y/ 5 lr. x-+ !fit' 1_ J� l4tan C'h�11 6 A r.fi �• 1 S '•f _sl6/� r 1 Y air' 1l~a - I i 7 -r s.a+ ! '' T 441, ft y� .;4 . 0$-r,° °d N,• 'r o ♦r c ' f "`0✓ �;i'• II1 �, z11� ''fk,L ;" �biFi •` t ,r, q t. J r � c r r Y f tr.4y�i tr''(v 1 aCv �G P ft �' 'ti ,y*R� I � yy'6�1 h�it� W""+"n a 7,4 "y4cJ4„b 1 ,4 Yt't C 7m M:i1 (94 S f� '" l rl d1J' • �a 1�, * 1[yr,e.,•�i r 'Hr R 4 / h 4 T" il '. i q �i.cf 9Y, L Y rrJr"�`iC ��: ,'A� r I/;8�Cti� a .i9';,}?t ary - . ,S-Ax S' I I ', � ,, n,� r`��b¢�,t i. 14 N4 1, t41.,„A idia''�'.tS 'axe t'lr� f 11 ,. •y._ ,y tf' r,,� «rL�S'Y 1 y J .,,y. Q'giYV „pe ow.•kJ arrr,fva i,.zAi, 1 t 1bu_ a. a le 1, ''�r X c a�yg ,.. rf s a ��1�,�y"mgi 7�'ii.,r,t "a R ^'i a �Xa�4-pa fr'�e'}a.L iJ`*@.. z zi eg''n a Y41 r i ff 44' f,vUrn' a , 7 4 .4 i rAna rYlry'I`k:) ht� 4, p *.F ,....1, ,..1.,yxrir a'rt�,o sr( 1 a b`. '.., t' tt Si' e', pt fyc f {g;,t, via•r.. ,, ti , ar7/A.V. . i4.1k!� i , tZ1 keg 7','S r ��;,.d� .t f.,4i• ' 1 I . ) d 4. t 4 � "4.' ''?:t i P 1 tit d, f4 4'f 4` u � c ti i Y Y fi7'S4 10 `� NIf 6," 5, v fi ,!Ary ,.a r y, a 'til� ,��yk}/,' id! 'i!',rla�N x •..:7 .. l� p,, r t11i �b p4,d. t1Y'\e7b'',,1', ita<5 4 S!�J.0 4 0 0! �® !1`�e\r's y �1lftl y..'s.. �•jdoa 1- a1 '.1.„ ,) tq'-✓f.5/" l p; ae r 4 I. 6.Ytl � L 'V'q�j�.�r��... y • 1� • 11/��Srrba'f N S b Jt , .e'.:a:.4I, r} n1 I Ap!I�. i �t I i [[ill ii ���I$i � +•)1{#`+a?a: 7•L7f'y,,�, ) • „ 's• 1 I I i i•r. W u 3/ Y. �p2L ,c'Fu �L�.S �'r`'C4J) flli 4.. a,Y a t' ., f , � i .. ,+ a,,.{, R raj ,117:,0 7e� )• t ..V f.. i. e� M %1 (;�h��z��,�rr1f1�}7"1`'S�Fi�t'r a�l'' , �t" r 4 � .P#�r 4 :,r '�'h�Fw 7 1tP�,��� �\" �� 1P.tqT ,}11?•f ' fio iii:wrl� ;1j,,,lt4 r`.ig'b`1 i iCt}h Iqg v? '3f j r d Y t 7, ..i t�h+"c yy {?^II r ! a.1 �.. i • wA [a.l),54!C•YI ^•.�l�ajg.a{eft. (ty ����fe '<7y, ae4'L tip! •vt"%r� 7C ' : � JiCr,Q i�r! y``b J145 Nf yka 1°�} fli %� li r)d , li 7 0.-k,c j 16•,.. , i,! uil:) , ,,A(q11 ;f 1, N.3r 1a l,�'" 't ?r.T f ' 4 / itiy 5 °V � r°v\ r. ��4�1q''tl'M f J , �fA. k✓ tl�0.�N.-ft.:. rA4 5yli'�°�iei I)���'L� ,t�'ef J.rpl�g!,gr r,t !a!(Q ' , � � i -,� , ! 94 ^1r`Y� 4S�,1l+� q.�'1/, q s,n' 1§Ings ' }�#gI 2�i I�7 1t4} H m�F cq� v'a trt t);r S 1 f.b-V.:4'4a, �� i a , a,1 ci �yy�,��5��•�g"" , a;4 y� X: t • 3•r , vl �t �''�, x !4L Sit ,.. .,,,,,,, r 1 au=ta A4 if4 rqr p r."I� n r nJ iZA,p , sir'Fs.{u 1 ',5.c jh3�'�, Nf a- it )ti 1.aj r 9u,,0 C�,_t1743f44•.. '�f �t .e}� uy 1 M1 Sb't ae?.�����{� � i�t m't`�t�}a, ,i ��. O�.IF,v lyy��� fien�b/, ' C,�,'� , C r� +a'�'a ,r,YY" J $,yr¢.C,, 'fk'ta•t ,.*yr� r 1S � a �{j.. , f� "l^Bl h ;l h'` i+'�L�lt.a/.•,'i t r.. }1 tti\ NY/.1,, 4'V•t,b 1 u /" •� 1 Y4..il�• ? ,c. t )4>_ 4� a ' '� f�.r. ryl x "Iz?.:!4Jt • fl t, p •A jtAz.,,9 *v... -.1 f.k,,,!. „),4,4 l•10,,'yn � 1p !p i4 M 4 �t , .� b rS.. - � ,p �M1' 7ra! Yr"�-ac q ttii� y,,a•L�l b+•'rl`'� `e�#' ♦, t . ) u,e.t•`mr 4 L�r L it,p„f/c `'a >t?ii dY ° G♦ `t, 'i t ♦Qt•' ...v t•• v rat , i 6 J wt P!'bra 'Yak <!tI`, `+l Sative.`., a .ifCelf 1 . .`g t rf a. Q t q r y,�b �l .: t o t+fr.S5 `1.4ir,r'y`•w . 01,41`' ','f 'I`.. `:11 1}- fi � r A. fM t, � e t7J n Q b�4t`e1 .{9y ]� frb d •w .• G' 1 0.p s,bk £r, , *{?} rh 9 ry ra�� oj,}cG t. v v „ • • F 1 , ^ jr, n 5 eapF r�•7y'tr a . to ♦:y S ''� .e a 'f'\ 00 31 ri ' 4: `iit a 1, j',�� 2 � •NIP ✓ ,,IJ'd S:$9iax,�.,,t°Jet ,,,..„��.'�� i try r i++ • STATE O F+•'•I ti,;O�,ea � •1I' -v n: 4 , -•r,,1;!.7r Jp . T�+' } 7y" P.. •Z B GJ) 4q `7 1 r7'.11 t if ,t . : 4!`SuP , n 0,N '(.--,+a f i�. • 4c ^nt�f V! '�s fLJJ , ' 4•.. 4/ ,( d t > "°3�^ kj,' PC Z NEBRAS'KA• '' 415�#'' ,•I+1•t?>?t;41... ,s, .ta'!lZd-'2 TYl,�av♦ti; l71r.�,I ►:$ o O ,1 j6 <, .1 ''}NJ`. ulid. ai : ;.•° ka 4e,F `y„0}j�a ,t..., ,'t- .51 -':S •�.a9 Afj7 h '{lL;� �.,,mer �l } .r �<p71 5.A.14 dhl. k` 4' 1/ '''!P `` • • �fj s d o�. �. ' r't ti iti`C , v. V ,, �,'-,� sl ) (f a to�b { .. § li 1 f 3 of o .; a e. r 1 a ,ql.� e �,,C,,,, 1 r'Ilr . \2 t�•Ii a '4''• '1'jti; ....\ {`rt / Jlh Al a 11,,,s t \bb♦ t °a g46}�r �Ja 7 M5'V Sa %6 t�.•I.'• .�1t'W1� F ` ,1,',I.rIntl• i` q �°ri t ° a a tf �. f'` "iiN6 b x 1€`r a 1? ,T� `i.r� / , -�'� f`� . `yii) bf >J1'V w 7 A t,,a r".� . C .54 d,X,,s 1LT sum! v t�'4• 7 r vifIf f. Ja + , q a• n.a rd r vt,�,bn•1 t a: ^r off , l'p , i1�&,�'�1�3� � '�r�'`�.�1�o`' i +�! t *Qg �,a� x>g >+ 9 t �,.r ` a� J J)t 1.i L ay .tr.a t0,•,' ^,, y.4yvt!�'`' 1Sr %"�}`p ,i`v1'n 7 ,, l > ° 11i d k.,0 a_+�Z t) (rs�. a ,14.., 9 S ad`�L J{)Wl�',,!I!n �aae f]Yv,� �� _jy p� a .�1:tuL41 �11+'�i,p�� ``Niel +t` 'gy'Li.. •'�{�`' _i�,.f. ,'a -(tiy,e n6",eK.^`Li,V[!" f �♦SF)A y. {�' i..a1 3kat ia.yg f6 i :Ai� V.••09 r� �� V "rlp��'fl+r:fi rif,;lt7 atjiie xtt t;Y G 1 e�*�ECf' ,§47/P _ - SSCC'a.if'+` �a •% 1 zy,1! =Y'trd yi `L h s ,�n t! 6 J �, • -, 4 � i Yi-.r-S4• c L ti;. +-yrr. ti 1y7 t; l� -.3,iaa y _ Al aA'+``qt-"` " r` aha0 � Y A ..r S•4.'"" - • saY i. 1.. «`r' %. N �a la� '- •' ♦ +75p7 ttg J*.it; t _ ( , ` IN;'_ ,i}iiv'ti j C s h MANUFACTURER C LLI.l VLLZ ��yi T':."`�f . s`t LICENSE IAA-6. Ciie`r�i • I. i!_l.. rl• `•aa .---' �y F_=5:1 7iAi� .:_-_.: !T }as1. 1tw .r:mot 3-: ± ' •".7r^ �.� :��: � +�?q•,e,` -•• At,a': ra,. .4 Ir.• r S .ri,— ,v o9s • `�g6:4�f�,lseS��'(� 'ems- t r}��+'�'i.`i�, 'lF t:f'cl•i7 xd'��+•r'� '•i- 't` •. . - �yg is i:el ''= + yal4,. ig•;Se.:Ii ,;- : ''C :.e: .,PY.>•3 s =-;-4.4e:I ems.`" "kFr�•_-'�wK` •k; ,I'•'t' .,� .��.iu.^ i-r... ���:.,:�!� ��•`••.•'-+:.e, .mow.; .�i I. S•VAttw. � A'i Q.k. t:,Er,Y$ •fir 4 A O Fi I ,,.'arSIr 411W3'd , • '.r 1 E` "µ�-" �v t,A`" r a.. ,wi'64• '�. ; •,:Q• a ,,.pert h 1,� N ! ., s .ri T 1.1 1J� ,f 1'dI'r�',1P�7 ,_s 4w 1 i.,- •. 'fir ,,,Si!:'1 •-,. '��� � ' .ay.Y >d"}.- �'0.4- 4 ce r. :ys _ 1�y�Sg .,.y-04 Aqi -r�'h•tii v'yU i1 ,� tk ,fi•fi t SY'q-� ;.41:,jr' ' •A ?r'f�a}1 1•:!,v.-.1 a.., 144 is!P}.. c iIi�� 6..9 rim.'. .ytf y44�iz.'.ke 6^'•L '-,-•4' 1 ?'ev %.:a ' $ 11• r'{i ditZ` .^,1 t,4 t 9 " 12;1 .0-114 ty. v -t ~",•4+ l,zf 0 911 - { ityF wawa-v ,,t°r*r% w'3/, A•1 - ,.± / 'Q` a0 f c 1 { $*.I III. +1ri 4C , : w ' • I M ,Ifii+),tia si 1 _+ .'f]3u�•c, 't4i Q 2��tit , VIV7 , . 'J.`,iM .h�,�y j`,b�.4y`�g�gt�9, a ,•1 NmwFyn�ft4 ~;„4~f k^i4,ra±•.a6��♦ i ir 4 4. t qS• t" ,o' - ttr•,:cp7•"<PYS' * ti .,c1¢_�w,'Tti*sr J i. 1 1 .i., 47 . i+ea , 4,g1l,4}+,I0R: �rmz_Pl„ . t tu i�t: ...„.t .,.. :. r " ti tfa ,,.. t � , ...,.„ ! „,- . t 4 , -,,, a1:. +.. +am-',t,t"S' wa f, -ti1` _ '� AFj.f :, - k :1.t-t :1.,_,,Ll,:1-,aC. .,'"51( k.+.<.4;u. y-.°'. "N•" St% if, ' ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con •,DR/OI/O8 FRI I6:(14 FAX 3O&3 28445 Nebraska Pet=rbilt !JOI r 0- STATE OF NEBRASKA MOTOR VEHICLE INDUSTRYA.ITENSING BOARD FRANCHISE ISE LIST BELOW IS A LISTING OF FRANCHISES YOU CURRENTLY HAVE ACCORDING TO OUR RECORDS_ IF YOU HAVE CORRECTIONS OR ADDITIONAL FRANCHISES, PLEASE UST THEM BELOW. DEALER MUST INCLUDE A COPY OF THE FRANCHISE AGREEMENT FOR ANY ADDITIONAL FRANCHISE THAT IS ADDED. DO NOT INCLUDE ATVS,PERSONAL WATERCRAFT,OR SNOWMOBILES LICENSE ID.NO: MF-00071 PACCAR INC 777 108TH AVE NE POBolt1518 BELLEVUE WA 98004 • LINE MAKE NEBRASKA FRANCHISEE NAME AND ADDRESS KENWORTt i PETERBILT • • • NCV262007 1:17:38 PM, Bid Tabulation, Generated by: admin for project OPW 51548 dmin for project OPW 51548. DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Paint Striper mounted on 40,000 GI PAT truck cab&chassis(complete) NOT AN ORDER Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 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 corrected items. NOTE: REQUIREMENTS FOR BID BOND 'The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States .Department of the Treasury. A certified check,an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City, or lawful money of the United States, or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. SIGN ALL COPIES Firm Corn s, Inc. By is ,�/ �j se Shrimp Title WAssistant Secret r CONTINUATION SHEET wa-v ,,t°r*r% w'3/, A•1 - ,.± / 'Q` a0 f c 1 { $*.I III. +1ri 4C , : w ' • I M ,Ifii+),tia si 1 _+ .'f]3u�•c, 't4i Q 2��tit , VIV7 , . 'J.`,iM .h�,�y j`,b�.4y`�g�gt�9, a ,•1 NmwFyn�ft4 ~;„4~f k^i4,ra±•.a6��♦ i ir 4 4. t qS• t" ,o' - ttr•,:cp7•"<PYS' * ti .,c1¢_�w,'Tti*sr J i. 1 1 .i., 47 . i+ea , 4,g1l,4}+,I0R: �rmz_Pl„ . t tu i�t: ...„.t .,.. :. r " ti tfa ,,.. t � , ...,.„ ! „,- . t 4 , -,,, a1:. +.. +am-',t,t"S' wa f, -ti1` _ '� AFj.f :, - k :1.t-t :1.,_,,Ll,:1-,aC. .,'"51( k.+.<.4;u. y-.°'. "N•" St% if, ' ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con June 2008 SPECIFICATIONS FOR TRUCK CAB AND CHASSIS (40,000 G.V.W.) GENERAL: The vehicle 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. Truck must comply with current provisions of the National Traffic and Motor Vehicle Safety Act. Meet specifications--Please indicate--(if other explain on comment line). • Yes No Other 1. GVW RATING PLATE X A.No less than 40,000 pounds. State GVWR 43,000 Other or Comment Yes No Other 2. CAB X A. Shall be a low cab tilt forward. X B. Dual exterior cab grab handles_ X C. Safety glass throughout. X D. Both driver and passenger seats to be Bostrom or National mid back air ride seats. X E. Dual sun visors and door locks. X F. Fresh air heavy-duty hot water heater with dual defrosters. x G. Seat belts. X H. Dual Horton air horns. X I. Cab dimensions to be approximately: Shoulder room, 70.0 inches;and floor to headliner, 55 inches. X J. Shall be equipped with AM-FM radio. X K. Interior finished to exclude excessive noise and weather. X L. Floor coverings will be rubber-matting type. x M. Insulated headliner. X N. To be 57.6"low cab forward aluminum. X O. To have 60 degree door stop's with rough service door opening. x P. To have factory air conditioning. x Q.To have FACTORY INSTALLED CRUSE CONTROL X R_ The max height of cab not to exceed 11'8". Other or Comment Per the chassis manufacturer, the air horns are Grover in lieu:::of Horton. Yes No Other 3. COLOR X A. Cab,body and fenders will be standard City of Omaha orange. x B. All paint will be base coat/clear acrylic, activator-hardened acrylic or polyurethane type. X C_ The entire unit shall be primed with two coats of rust resistant primer and shall be painted orange,Federal Spec. T.T.C.#595,color# 12246. Other or Comment .,.„ ! „,- . t 4 , -,,, a1:. +.. +am-',t,t"S' wa f, -ti1` _ '� AFj.f :, - k :1.t-t :1.,_,,Ll,:1-,aC. .,'"51( k.+.<.4;u. y-.°'. "N•" St% if, ' ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con Page 2 of 8 Yes No Other 4. MIRRORS X A_ Shall be equipped with right and left,outside mounted "West Coast" type 7"x 16"fully adjustable mirrors mounted on extension type brackets. Shall have an eight(8)inch minimum round convex mirror mounted on right and left side of vehicle. Mirrors to be stainless steel. Other or Comment Yes No Other 5. WHEEL BASE X A. Wheel base approximate measurement of 164 inches to 170 inches. Other or Comment Wheelbase will be 170". • Yes No Other 6. FRAME x A. Heavy-duty frame channel fabricated with 110,000 P.S.1.steel, 17.8 section modules, 1,960,000 R.B.M.minimum. X B. Must have clean frame from cab to front of left and right front rear driving wheels. Other or Comment - Yes No Other 7. CAB TO AXLE X A_ Cab to axle approximate measurement of 136 inches. AF minimum 80". Other or Comment In order to accomodate the necessary wheelbase of 170", the CA needs to be 170" with an AF of 86". Yes No Other 8. FRONT BUMPER X A. Supply manufacturer's standard bumper. Other or Comment Yes No Other 9. FUEL TANK x A. One(1)sixty(60)gallon safety type fuel tank, step type,frame mounted right side. Minimum of twenty-five(25)gallons of fuel when unit is delivered. Other or Comment Insulated headliner. X N. To be 57.6"low cab forward aluminum. X O. To have 60 degree door stop's with rough service door opening. x P. To have factory air conditioning. x Q.To have FACTORY INSTALLED CRUSE CONTROL X R_ The max height of cab not to exceed 11'8". Other or Comment Per the chassis manufacturer, the air horns are Grover in lieu:::of Horton. Yes No Other 3. COLOR X A. Cab,body and fenders will be standard City of Omaha orange. x B. All paint will be base coat/clear acrylic, activator-hardened acrylic or polyurethane type. X C_ The entire unit shall be primed with two coats of rust resistant primer and shall be painted orange,Federal Spec. T.T.C.#595,color# 12246. Other or Comment .,.„ ! „,- . t 4 , -,,, a1:. +.. +am-',t,t"S' wa f, -ti1` _ '� AFj.f :, - k :1.t-t :1.,_,,Ll,:1-,aC. .,'"51( k.+.<.4;u. y-.°'. "N•" St% if, ' ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con • Page 3 of 8 Yes No Other 10. LIGHTS X A_ Halogen high beam headlights with low beam:parking,dome, tail,back-up and stop lights. x B. Dealer-installed single halogen headlights on each side are acceptable ifnot available by manufacturer. X C_ To have electric back up alarm. X D. One(1)Target Tech 851 strobe light with amber lens mounted in the center ofthe roof Shall have dash mounted flush rocker style switch. The strobe light system shall be activated and protected by a 20 amp 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 AR272 accessory relay. If the vehicle is not equipped with a plug in, and 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. Base for strobe light shall be 210846. Other Or Comment Option B is not necessary sincethe Halogen headlights are standard on the truck provided. Yes No Other 11. CONTROLS AND INSTRUMENTS x A. Standard key start switch. X B. Head,parking and dome light switch,headlight-beam control,turn signal indicator light and high beam indicator light. x C. Shall have speedometer. x D. Voltmeter,fuel, oil pressure,air pressure, coolant temperature,engine hour meter and R.P.M.gauges. x E. All gauges shall be needle type located in dash panel. x F. Gauges shall be equipped with automatic engine shut down device to protect against low oil pressure and high coolant. X G. To have air restrictor gauge in cab. Other or Comment Yes No Other 12_ WINDSHIELD WIPERS X A. Dual,intermittent,2-speed electric,windshield wipers with dual windshield washer,all factory installed_ Other or Comment Yes No Other 13. STEERING X A. Manufacturer's recommended power steering. Other or Comment ts of rust resistant primer and shall be painted orange,Federal Spec. T.T.C.#595,color# 12246. Other or Comment .,.„ ! „,- . t 4 , -,,, a1:. +.. +am-',t,t"S' wa f, -ti1` _ '� AFj.f :, - k :1.t-t :1.,_,,Ll,:1-,aC. .,'"51( k.+.<.4;u. y-.°'. "N•" St% if, ' ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con Page4of8 • Yes No Other 14. ENGINE x A. Diesel engine with S.A.E.J-816-B rating. Minimum net horsepower of 345 H.P.and a minimum net torque of 1150 foot pounds. The following diesel engine is acceptable: (I)Cummins ISL 345 horsepower at 1900 R.P.M.or equivalent Yes No Other X B. Engine shall be equipped with cold weather starting aid. X C. Engine noise levels must be within Federal O.S.H.A regulations. x D.Engine must be able to pass 2008 Emissions Standards without the use of emission credit or trading provisions described in the 2007 EPA Consent Decree. X D. Unit must have fast idle switch. Other or Comment Yes No Other 15. AIR CLEANER/FUEL FILTER x A. Shall be equipped with the following: governor,heavy-duty dry type air.cleaner,Racor(Model 325R or approved equal)fuel/water separator filter with coolant thermostat and dash warning light. Other or Comment Per the chassis manufacturer, the unit provided will be a Donaldson 16" FVG16-0619, Dual Element/Dual Stage unit. Yes No Other 16. BATTERY X A. Three(3)twelve-volt batteries must deliver a total of at least 2100 cold cranking amps. Other or Comment Yes No Other 17. EXHAUST x A. Shall be equipped with a horizontal exhaust system. Other or Comment Per the chassis manufacturer, because of the new emissions requirements, the chassis has a horizontal particulate with a vertical exhaust. Yes No Other 18. ALTERNATOR X A. 12 volt 130 amperes minimum with voltage regulator. Other or Comment Yes No Other 19. OIL FILTER x A. Full flow with throwaway element. Other or Comment Other 12_ WINDSHIELD WIPERS X A. Dual,intermittent,2-speed electric,windshield wipers with dual windshield washer,all factory installed_ Other or Comment Yes No Other 13. STEERING X A. Manufacturer's recommended power steering. Other or Comment ts of rust resistant primer and shall be painted orange,Federal Spec. T.T.C.#595,color# 12246. Other or Comment .,.„ ! „,- . t 4 , -,,, a1:. +.. +am-',t,t"S' wa f, -ti1` _ '� AFj.f :, - k :1.t-t :1.,_,,Ll,:1-,aC. .,'"51( k.+.<.4;u. y-.°'. "N•" St% if, ' ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con Page 5 of 8 Yes No Other 20. COOLING x A. Manufacturer's heaviest duty,cooling capacity system must be furnished. x B. Coolant recovery system required_ X C_ Ethylene glycol-base antifreeze protection to 30 degrees below zero Fahrenheit for all trucks delivered,if GM model. X D. Engine oil cooler. X E. Increased capacity with water filter,heavy-duty viscous fan drive and anti-freeze to-35 decrees F. • Other or Comment Per the chassis manufacturer;..the fan drive is a heavy-duty Horton clutch fan drive in lieu of the viscous. Yes No Other 21. TRANSMISSION x A. Allison Model 3000 RDS-P six-speed, automatic transmission,with torque converter Model TC413_ x B. Shifter to be a T—handle or push button type. X C. Must have right and left PTO openings. Other or Comment Yes No Other 22. REAR AXLE x A. 23,000 pound minimum capacity, (Dana Spicer S23-170)for on/off highway use. Other or Comment Yes No Other 23. FRONT AXLE x A_ Must be a 20,000 lbs. Capacity. • Other or Comment Yes No Other 24. DRIVE LINE AND IT-JOINTS X A. Heavy duty drive Iine tube,main drive line U joints, 1760 Spicer,minimum. Other or Comment Per the chassis manufacturer,.,-the model has been upgraded from the 1760 Spicer to an SPL170HD Spicer. This model will be provided in liepl_ot the 1760 Spicer. ' Yes No Other 25. FRONT SPRINGS X A. Minimum of 20,000 lbs. capacity at ground to be taper leaf design. Other or Comment Yes No Other 26. REAR SUSPENSION x A. 2300 Airtrac/Dump valve Other or Comment OIL FILTER x A. Full flow with throwaway element. Other or Comment Other 12_ WINDSHIELD WIPERS X A. Dual,intermittent,2-speed electric,windshield wipers with dual windshield washer,all factory installed_ Other or Comment Yes No Other 13. STEERING X A. Manufacturer's recommended power steering. Other or Comment ts of rust resistant primer and shall be painted orange,Federal Spec. T.T.C.#595,color# 12246. Other or Comment .,.„ ! „,- . t 4 , -,,, a1:. +.. +am-',t,t"S' wa f, -ti1` _ '� AFj.f :, - k :1.t-t :1.,_,,Ll,:1-,aC. .,'"51( k.+.<.4;u. y-.°'. "N•" St% if, ' ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con • Page 6 of 8 Yes No Other 27. BRAKES-SERVICE x A. Full air brakes with low air warning device. Air compressor minimum of eighteen point seven (18.7)C.F.M.pressure oiled from truck engine. Dual air reservoirs, 5200 cubic inch capacity_ x B. Front brakes 16.5"x7", "S"cam single anchor type minimum_ Shall be equipped with Bendix Westinghouse Model AD-9 air dryer with electric heater. X C_ Rear brakes 16-1/2"x 7", "S"cam single anchor type minimum. X D. To have automatic adjusting Slack adjuster. x. E. To have out board brakes. Other Or Comment The Bendix-Westinghouse Model AD-IP EP Air dryer w/heater shall be supplied • in lieu of the AD-9 model, per the chassis manufacturer. Yes No Other 28. BRAKES-PARKING x A_ Piggy-back mounted spring actuated,with air operated dash mounted control. Other or Comment Yes No Other 29. WHEELS AND TIRES • X A. Disc Hub Pilot wheels front and rear. Rear tires:heavy-duty truck type 11R22.5 G rating minimum mounted on 8.25 inch rims,all- season tread design. To have(1)one front and(1)one rear spare wheel and tire included in this bid. x B. Front tires: heavy duty truck type 425/65R22.5 H rating minimum Highway tread design. Other or Comment Yes No Other 30. ADDITIONAL REQUIREMENT FOR CAB STEP X A. Auxiliary step right and left side for easy access into truck cab. Other or Comment Yes No Other 31 > N3 Y c het t p/\ G"6+1- X A. Regular manufacturer's standard warranty,manufacturer's tatement of origin,and completed pre-delivery inspection certificates required with each unit delivered. x B. The manufacturer's standard warranty shall be stated in the bid. l. A minimum warranty of two years,24,000 miles or other Manufacturer's standard warranty,whichever is greater,is Required. x C. Manufacturer's written warranty including engine,transmission and differential must accompany delivered units. T.T.C.#595,color# 12246. Other or Comment .,.„ ! „,- . t 4 , -,,, a1:. +.. +am-',t,t"S' wa f, -ti1` _ '� AFj.f :, - k :1.t-t :1.,_,,Ll,:1-,aC. .,'"51( k.+.<.4;u. y-.°'. "N•" St% if, ' ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con Page 7 of 8 Yes No Other D. The vendor will be responsible for providing all warranty work within twenty-five driveable miles from 72'"&Dodge. If warranty work isnot available within the above described,the vendor will be responsible for any cost including transportation_ x E. The vendor must be able to provide warranty 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. $_ F. The vendor must be able to provide needed parts within 24 hours of break down. If shipping by air is needed,the dealer will be responsible for any additional cost. Other or Comment B. Please see manufacturer's standard warranty offered with this chassis. F. This requirement will be contingent on the manufacturer's available inventory. Yes No Other 32. MANUALS x A. Operator manuals must be furnished and accompany each unit delivered. x B. All manuals must be furnished prior to payment and delivered failure to deliver all manuals that are ordered may result in non-payment of ten percent of purchase order total until all manuals are delivered. x C. Manuals,Software must be current year for vehicle. x D. The following books and manuals will be required for each Series of vehicles. Please include price for each manual. For each Series we will require: • Two(2)-Complete parts books. Two(2)- Service/maintenance manuals on all components of unit. Two(2)-Engine Emissions Diagnostic Testing manuals or software_ Other or Comment Yes No Other 33. OPTIONAL PRICE A. To supply Reader and Software instead of Manuals. Maximum price to be$1,400.00 Other or Comment Yes No Other • 34. DECALS-STICKERS A. Dealer's decals,stickers or other signs shall not be put on units; manufacturer's nameplates, stampings and other signs are acceptable. Other or Comment • . x C. Manufacturer's written warranty including engine,transmission and differential must accompany delivered units. T.T.C.#595,color# 12246. Other or Comment .,.„ ! „,- . t 4 , -,,, a1:. +.. +am-',t,t"S' wa f, -ti1` _ '� AFj.f :, - k :1.t-t :1.,_,,Ll,:1-,aC. .,'"51( k.+.<.4;u. y-.°'. "N•" St% if, ' ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con ] I Page 8 of 8 Yes No Other 35. DELIVERY X A. Unit shall be delivered to the pavement striper manufacturing company within a 110 calendar day delivery time frame, complete and ready to operate. To be completely serviced,greased and oil Ievels at manufacturer's recommended capacity. X B. Bidder shall delivery time on bid sheet. Bid will not be considered if time frame is deleted_ Other or Comment R SNOWMOBILES LICENSE ID.NO: MF-00071 PACCAR INC 777 108TH AVE NE POBolt1518 BELLEVUE WA 98004 • LINE MAKE NEBRASKA FRANCHISEE NAME AND ADDRESS KENWORTt i PETERBILT • • • NCV262007 1:17:38 PM, Bid Tabulation, Generated by: admin for project OPW 51548 dmin for project OPW 51548. ti EXCEPTIONS TO SPECIFICATIONS Check One . x The equipment offered meets all specifications as set forth in the bid. *Please note "other/comments" in chassis section for upgrades to model #, etc. Name (print) Rose Shrimp Signed - . ,147b1CM Title Assistant Secretary 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 UE WA 98004 • LINE MAKE NEBRASKA FRANCHISEE NAME AND ADDRESS KENWORTt i PETERBILT • • • NCV262007 1:17:38 PM, Bid Tabulation, Generated by: admin for project OPW 51548 dmin for project OPW 51548. 04-07-08 SPECIFICATIONS FOR TRUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE GENERAL: Striper to be the Iatest 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. The specifications submitted herewith are intended to describe and define the minimum requirements of a self-contained, truck mounted road striping machine ("The Unit"). The Unit shall be capable of applying lines of varied widths from 3" to 10" with the spaces between the lines variable from 0"to 12". The Unit shall be capable of simultaneous painting from both right and left carriages. The Unit shall be a proven design and the latest current model year at the time the order is written. The Unit shall be capable of applying all types of traffic paints at application speeds up to 12 mph with a wet film thickness of l 5 mils. Be able to operate at temperatures down to 50 degrees F. The Unit in overall design and construction shall be designed such that it operates in its own lane of traffic and can apply centerline and lanelines/edgelines simultaneously. Independent carriage steering systems shall allow adjustment of the striping gun carriages. The Unit shall be capable of over the road speeds up to 60 mph. When fully laden with striping material and fuel, the chassis manufacturer's GVW rating shall not be exceeded or Unit may be rejected. Shall comply with all State and Federal safety regulations. Truck parts and materials shall conform to the truck manufacturer's recommendations and applicable Federal SAE.standards. Engineering certified weight distribution (full and empty) shall be submitted with bid proposal. The Unit shall conform to the requirements of the Code of Nebraska with regard to required equipment for motor vehicles and shall conform to all applicable OSHA requirements. Any item which is not specifically listed below, but which is needed for the satisfactory operation of the unit, shall be considered to be incorporated into these specifications and shall be included in the bid. The following are minimum specifications, under standard production by the manufacturer, furnished as a complete Unit ready for service and for which parts are stocked by the distributor. ,.yilY' h C.1� !P7%: „fegirC i•t 'r': a� .v tty: T' 1 x . c 1"'— _ . - 'f om .rtr. _ V44if•,4„'".: wrR --xaas .. /r�.T t�,.�.• - 9F 1';:�1! O g14.aC:fi_�r. �Y•. 6�0 ` f'>!.1 S _�`0';qt e. �1���(�i3 ',�a.,, �;E_ +�;�#+a�)7,jy�tv:• '�('; V. w:.-m��9i�r�x >�q'�;},(_h�,,-,.�, • rrw. Ar te �rt.'. SI SJ l'J7� 1-34'P b","vP'/ ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con • 1RUCK MOUN 1ED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 2 of 25 Yes No Other . 1. PLATFORM A. The platform shall be of heavy duty construction and of adequate size and strength to accommodate all component equipment and accessories. The platfoiin shall be constructed of steel tubing covered by a minimum of 8 gauge steel non skid diamond plate in all walk areas. Longitudinal stringers shall be 2" x 4" x .180 wall tubing running the length of the deck. Cross members shall be 2"x 2" x .120 wall tubing with 16" centers running the length of the deck. Perimeter tubing shall be 1 1/2"x 3"x .120 wall. x B. There shall be a 4" to 8" space between the chassis and the platform to accommodate all electrical and plumbing without interference with the truck frame, and for consideration of center of gravity. Striping platfoinis which require a higher platform height from chassis rails are not acceptable., Risers shall be attached to the longitudinal stringers of the deck to space the deck from the chassis frame rails. These risers shall be welded to the platfoini and bolted to the chassis rails, using minimum 5/8" diameter grade 8 bolts. x C. Dimensions of platform shall be of 96"wide x approx. 17 foot long. x D. The platform shall be secured to the truck frame by a minimum of four(4)heavy duty bolts per riser with four(4)risers on each side of the platfoini.The riser's shall be welded to deck and bolted to truck frame. x E. The risers are to be 8"tall x 7"wide x 3"thick to give proper clearance for installation ofplumbing and control lines and to control lines and to facilitate ease in maintenance,breakdown and cleaning.The clearance between the frame rail top and the bottom of the deck should be 18". x F. The platform shall further be equipped with four(4) recessed corner clearance Iights and three (3)recessed rear lights in the middle of the platfoini and all necessary reflectors as required by law. x G. A welded railing of I '/2" steel tubing with midrail shall be placed around open portions ofthe platfoiiu.All railings shall be welded to the platform for rigidity. x H. Two (2) 1 Y2"square tube,fold up type ladders shall be installed on the unit to provide convenient access to the equipment. Ladders shall be flush with the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con TRUCK MOUN l'ED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 3 of25 will lock the ladders in place when in the storage position. Chrome handrails will be positioned and used for easy access of platform mounted accessories. One ladder shall be located on each side. If a third additional ladder is needed to get at all areas, it will be provided and installed. Chain supports for ladder storage will be unacceptable. x I. Heavy gauge steel mud flaps shall be installed under the platfonnn in front and behind the rear wheels. Steel mud flaps shall be rigidly supported and braced. x - J. To have rear fenders to cover rear tires. Fenders to be approximately 3" from top of tires. This will allow for plumbing, piping and electric to be between the fender and the platform. Fenders are to be bolted in place "not welded" as for easy removal if needed_ Other or Comment Yes No Other 2. REAR BUMPER x A. A 60"wide heavy duty bumper shall be installed across the rear of the platfoi in. The bumper shall extend a sufficient distance from the rear of the unit. A descending set of at least three (3) non-slip steps with chrome hand rails shall be an integral part of the rear dumper_ x B. The rear bumper shall be constructed of heavy duty channel steel with channel iron supports.Bumper supports shall be affixed to the chassis frame and installed a sufficient height from the road surface to protect all rear mounted components. x C. The rear bumper shall be equipped with all required safety reflectors. x D. The rear bumper overlay shall extend to the widest part of the spray system when retracted or as wide as platfoini, which ever is widest. Other or Comment Yes No Other 3. MATERIAL CONTAINERS x A_ The unit shall be equipped with a five hundred fifty gallon non pressurized 10 gauge stainless steel paint vat. B. The sections shall be set up for yellow and white paint colors and shall have a 2"sloped bottom. 3 d by law. x G. A welded railing of I '/2" steel tubing with midrail shall be placed around open portions ofthe platfoiiu.All railings shall be welded to the platform for rigidity. x H. Two (2) 1 Y2"square tube,fold up type ladders shall be installed on the unit to provide convenient access to the equipment. Ladders shall be flush with the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con I RUCK MOUN I ED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 4 of25 Yes No Other x C. The vat be divided into two (2)paint holding sections. The yellow section shall be 330 gallon and the white section shall be 220 gallon. x D. A 4" splash area shall be provided even when tank is full to stated capacity. x E. Each container shall be equipped with a fully removable lid cover,pressure equalization tank vents,and a dipstick. for monitoring paint levels in the tank. x F. The lid cover shall be sealed around the entire opening with silicone and bolted to create an air tight seal. x G. A quick opening inspection lid assembly using stainless steel constructed shall be installed over each paint color compartment. The lid(s) shall be hinged to a 10 inch ID (minimum)neck ring. They shall be latched by'an over top and center clamp. Bolting of inspection lid will not be acceptable.Venting shall provide for normal operation of the paint supply,vacuum and Pressure.Emergency venting shall also be installed to protect against excessive pressure,plus overturn protection. All vents shall receive a splash plate. x H. Each material container shall be equipped with a hydraulically driven agitator assembly with a minimum of two(2)agitator paddles for each tank. The agitator shall be removable for cleaning. x I. The agitators shall be equipped with on/off control located at the rear operator's control panel. Speed control will be located at the agitators. J. Material tanks,plumbing, agitator shafts and paddles,and dipsticks shall be constructed of 304 stainless steel minimum. Other or Comment Yes No Other 4. PAINT FILTRATION x A. At the low-pressure transfer/charge pumps material shall pass through a stainless steel canister type strainer with stainless steel screen and 1/8"openings. The strainers shall be equipped with removable reusable screens. 4 II have a 2"sloped bottom. 3 d by law. x G. A welded railing of I '/2" steel tubing with midrail shall be placed around open portions ofthe platfoiiu.All railings shall be welded to the platform for rigidity. x H. Two (2) 1 Y2"square tube,fold up type ladders shall be installed on the unit to provide convenient access to the equipment. Ladders shall be flush with the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con IRUCK MOUN I ED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 5 of 25 x B. Paint shall be filtered by these screens while loading and while striping.Each filter shall have a minimum of 100 sq. inch surface area. x C. At the high-pressure outlet port of each high-pressure paint pump,there shall be a high capacity,high-pressure canister type paint filter. x D. The filters shall have pressure ratings of not less than 5,000 PSI. x E. Each stainless steel high-pressure filter screen shall have a minimum filtration surface of 18 square inches and reusable stainless steel screen with 40.mesh perforations. x F. The paint filters shall be positioned as close to each paint pump as possible to facilitate quick and easy cleaning. Other or Comment Yes No Other 5. AIRLESS PAINT PUMPS x A. The unit shall be equipped with two (2)high capacity,high pressure,hydraulically driven airless piston paint pumps. x B. System shall be a sealed system-such that no "shutdown"or "startup"flushing is required. x C. The airless paint pumps for the yellow and the white paint colors shall have a minimum capacity of 12.9 gpm at 1,716 PSI each pump. x D. Pumps shall be ARO brand (no exceptions). x E. The pumps shall be capable of spraying water-borne(latex), alkyd (conventional solvent based) and chlorinated rubber paints. x F. The pumps shall be capable of spraying paints with standard solids content as well as low VOC,high solid paints. x G. The pumps piston and sleeve shall be stainless steel and chrome plated for maximum corrosion and abrasion resistance. x H. The pumps packing shall be Teflon and shall be adjustable to compensate for normal wear. x I_ Paint pressure shall be electrically monitored from the operator's cab for paint pressure ranging from zero to 1,716 PSI G. x J. The unit shall be equipped with a shut-off valve for each airless paint pump that can be accessed from each pump. x K.A 1"stainless steel check valve shall be installed between the paint pump outlet and paint filters. x L. One high capacity,high pressure, stainless steel 40 mesh in-line filter shall be installed after each paint pump(2 total). 5 e,fold up type ladders shall be installed on the unit to provide convenient access to the equipment. Ladders shall be flush with the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con 1 KUCK MOUN 1 ED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 6 of25 x M Filter housing to have a threaded cap with a seat and gasket to allow element to be removed for cleaning . x N.A stainless steel surge chamber will be installed at the outlet of each high pressure paint pump(2 total)to reduce surging caused by the change ofpump stroke on the paint line. Surge chambers shall be rated for high pressure applications (2000 PSI minimum) and shall have a capacity of two (2) quarts. Other or Comment Yes No Other 6. BEAD DISPENSING EQUIPMENT x A. The unit shall be equipped with an ASME 3000 pound (min.) capacity, carbon steel pressure bead tank. x B. The bead tank lid(24"diameter minimum) shall be held in place by twelve(12)over the center clamp and screw assemblies with forged steel wing head bolts. x C. Lid shall be hinged and shall have a handle for easy lifting. x D. The bead tank shall be equipped with a moisture trap, air pressure gauge,ASME safety valve and air bleed jet. x E. A full steel skirt shall be provided around the bottom of the tank for flush mounting to the platform. x F. Tank pressure to is to be regulated from the operator's control panel. x G. Glass sight level gauges shall be installed at'/4', '/2"and 3/4" levels on the outside wall of the bead tank. x H. Pressure bead pipe with a minimum diameter of 2"ID shall be provided to convey the beads from the bead tan to a bead manifold located at the rear of the Unit.Pressure bead hoses from the distribution manifold to the bead guns shall be I"ID clear poly spring reinforced. x I. A vacuum bead loading system shall be provided to allow for transferring of beads from a 2000 lb. storage container to the bead tank. Shall be done at ground level. x J. This shall be a jet pump type system requiring no moving parts with the exception of ball valves. Other or Comment Yes No Other 7. PAINT AND BEAD GUNS x A. The unit shall be/equipped with Graco (no substitution) high volume, high pressure, automatic, airless striping guns. 6 pressure, stainless steel 40 mesh in-line filter shall be installed after each paint pump(2 total). 5 e,fold up type ladders shall be installed on the unit to provide convenient access to the equipment. Ladders shall be flush with the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con ♦ I RUCK MOUN I ED AIRLESS HIGHWAY STRIPING MACHINE • TRAFFIC Page 7 of 25 Yes No Other x B. The airless paint gun fluid chamber shall be constructed of stainless steel. x C. The striping gun needle,ball and seat shall be constructed of stainless steel and tungsten carbide. x D. The sniping guns shall be equipped with reversible tips and shall be interchangeable without the use of tools for various spray patterns and flow rates. x E. The Potter's Blue Visi-bead guns(no exceptions)shall be capable of being operated independently of or simultaneously with the associated sniping guns. x F. The bead guns shall be fully adjustable for the desired application ratio of pounds of beads per gallon of paint. (approx 6#to 7#per gallon of paint. x G. Each gun shall be controlled electrically by individual electro-air valves. A manual override button shall be provided for each solenoid at gun carriage. x H. Stacked body, quick acting solenoid valves with a manual override feature shall be mounted on each carriage.Valves shall be mounted on each carriage.Valves shall be equipped with balance spool designed to minimize back pressure or restriction in exhaust.The valves shall be of a one (1)piece aluminum design body. x I. Duster guns shall be located in front of each paint gun row.They will remove dirt and debris from the road surface prior to the application of paint and beads.The "on/off'air supply to these guns shall be controlled by means of a valve actuated on the operator's console. Each duster gun shall have a manual adjustment air flow control.Each duster gun shall be able to operate individually or with paint/bead gun. Other or Comment Yes No Other 8. LEFT SIDE CENTERLINE PAINT&BEAD GUN CARRIAGE x A. The centerline paint and bead gun carriage shall be mounted on the left side of the vehicle behind the rear wheels. An electric actuator shall be provided and installed to allow adjustment of the line width from the operator's station. 7 guns. 6 pressure, stainless steel 40 mesh in-line filter shall be installed after each paint pump(2 total). 5 e,fold up type ladders shall be installed on the unit to provide convenient access to the equipment. Ladders shall be flush with the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con 1 ,. TRUCK MOUN l ED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 8 of25 Yes No Other x B. The centerline carriage shall be configured with three(3)paint guns and two (2)glass bead guns and two (2)air duster guns. x C. Two (2)guns shall spray yellow paint, and one(1) shall spray white paint. x D. The carriage shall be positioned so that the spray control operator shall have the paint and bead guns in view. x E. All rods,brackets, and holders which require paint and bead gun adjustments to change the line width and spacing shall be zinc plated for durability and overspray clean up. x F. The spray gun and bead gun carriage shall be electrically welded and of all-steel construction. x G. The carriage shall be of lineal bearing type construction and shall be equipped with a pneumatic air cylinder to lift the spray-gun carriage off the road surface and to apply down pressure when striping. x H. The pneumatic cylinder shall be electrically controlled by the lift switch on the operator's control panel. x I. The carriage shall be equipped with dual 4.10 x 3.50-4 pneumatic wheels mounted in a single caster to maintain the guns at the same relative position above the pavement at all times. x J. The gun carriage shall be supported by a retractable structural steel slide. Moving portions of the slide shall be supported by Nylatron or UHMW bearing material, and all bearings or pivots on the carriage slide,where relative motion occurs, shall be fitted with replacement bushings and anti-fraction bearings with lubrication fittings. x K. The carriage slide assembly shall be adjustable and retractable from its transport position within the vehicle limits to its operating position of a maximum of 48"beyond the rear wheels. An automatic storage lock system shall be provided for storage of carriage when not in use. x L. Chain supports will not be acceptable. x M. The carriage slide assembly shall be equipped with a double action,hydraulic cylinder to move the carriage from its transport position to any point in its operating range. x N.The carriage slide shall be controlled by a power steering system including a conventional steering wheel equipped with a 4-way hydraulic valve located directly in front of the rear operator's position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con TRUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 9 of25 x O.Hydraulic power shall be supplied by a pressure compensated hydraulic piston pump. x P. The power steering system shall provide smooth, continuous adjustment of the carriage position without any jerk or hesitation and shall maintain the carriage at any given point within the operational range without the use of a locking device. x Q. A flashing light will be installed toward the outside edge of the carriage to provide visibility to oncoming traffic. Flashing light will have a red lens facing rear and an amber lens facing forward. Other or Comment Yes No Other 9. RIGHT SIDE EDGELINE PAINT&BEAD GUN x CARRIAGE A. The edgeline paint and bead gun carriage shall be mounted on adjustments to the line width from the operator's station. x C. The edgeline carriage shall include one(1)paint gun,one(1) bead gun and one (1) air duster gun. This gun shall spray white paint only. x D. The carriage shall be positioned so that the spray control operator shall have the paint and bead guns in view. x E. The edgeline gun carriage, slide assembly and power steering system shall be constructed in compliance with the same specifications as the centerline carriage. x F. Shall have a flashing light installed on the outer edge of the carriage to provide visibility to have one(1)red lens and one (1) amber. Other or Comment Yes No Other 10. HYDRAULIC SYSTEM GENERAL x A. A 100-gallon hydraulic reservoir shall be provided. x B. The reservoir shall be equipped with an internal baffle, sight level/temperature gauge, and vented fill cap. x C. The reservoir shall be situated above the inlet of the hydraulic pumps to insure flooded inlet suction to the pumps. x D. The return port on the reservoir shall be equipped with a hydraulic return filter. x E. The return filter shall be canister type with replaceable element and indicator gauge. 9 action,hydraulic cylinder to move the carriage from its transport position to any point in its operating range. x N.The carriage slide shall be controlled by a power steering system including a conventional steering wheel equipped with a 4-way hydraulic valve located directly in front of the rear operator's position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con • TRUCK MOUNILD AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 10 of 25 x F. Gate valves to be provided in all hydraulic connections below oil Ievel in reservoir. x G. The system shall include an oil after cooler with 12 V fan to prevent overheating. System should have the ability to operate continually in 115-degree ambient temperature. x H. All high pressure hydraulic hoses shall be rated at a minimum of 2,000 PSI working pressure. x I. All crimp fittings shall be SIC type.NPT fittings shall not be permitted. x J. Shall have drain and valve to change oil if needed. Other or Comment Yes No Other 11. PRESSURE COMPENSATED PISTON PUMP x A. One(1) 4.21 (minimum) C.I_R.pressure compensated piston type hydraulic pump shall be provided and be capable of delivering 41 gallons per minute at 2,200 rpm. x B. The pump shall be equipped with a pressure compensator capable of adjusting hydraulic pressure from 250-2000 psi and shall be factory set not to exceed 2,000 PSI. x C. The pump shall be directly mounted to the auxiliary engine and shall be flow and pressure compensating. Other or Comment Yes No Other 12. SOLVENT SYSTEM x A. An air-operated,water solvent gun cleaning system shall be installed on the striping machine.It shall consist of 50 gallon A.S.M.E_ stainless steel pressure tank with safety valve and valves and piping necessary to introduce solvent into applied paint on both caiiiages. The system shall be installed so that the spray gun tip can be cleaned_A Teflon sealed plug valve for the guns shall be installed in the control panel for this purpose. A solvent injector system shall be piped into the rear manifold. All piping to be solvent resistant type.The tank construction shall be with a 4 inch threaded top opening and a full steel skirt support. x B. A solvent hand gun shall be provided with 25 feet of hose for cleaning outriggers, surface of spray guns and surrounding areas 10 9 action,hydraulic cylinder to move the carriage from its transport position to any point in its operating range. x N.The carriage slide shall be controlled by a power steering system including a conventional steering wheel equipped with a 4-way hydraulic valve located directly in front of the rear operator's position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con _MUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 11 of 25 x C. Shall have a safety control valve in air line to shut air on or off to system. Other or Comment • Yes No Other 13. COMPRESSOR x A. Air compressor shall be of rotary screw type,capable of supplying a minimum of one hundred'and twenty-five(125) cubic feet air per minute with one.hundred_(100)-PSI at one hundred and twenty-five(125)-degrees F ambient temperature. x B. An automatic engine compressor control shall be provided to regulate engine speed to demand made on compressor. x C. A combination oil separator and air receiver shall be equipped with a one hundred and twenty-five(125)PSI safety valve approved by A.S.M.E. for the service intended. x D. Safety valve shall be capable of relieving one hundred and fifty(125)CFM of free air at one hundred(100)PSI and shall have a hand release lever. Compressor engine shall be directly coupled to compressor and shall be capable of driving it under continuous load.Engine shall be liquid-cooled four(4) cycle diesel engine.Engine and compressor shall bee assemble as a unit by compressor manufacturer. x E. Diesel fuel supply for air compressor shall be drawn directly from main fuel tank of truck. x F. A ball valve shall be provided for fuel lines to isolate fuel supply for removal of air compressor if needed. x G. John Deere engine (no substitutions)shall be equipped with a twelve(12)-volt ignition system, self start, 560 CCA battery, removable element dry type air cleaner, and full flow oil filter. x H. Engine and compressor shall be packaged on common skid base inside an acoustical housing that may be handled and secured as a single unit when lifted for easy removal from vehicle. x I. Housing shall offer weather protection and operating controls shall be Iocated at end of compressor unit. J. All controls within control panel door shall be easily accessible to ground level operator. To have automatic shut down gauges for engine low oil,high water temp and compressor high temp_ x K.Engine and compressor shall be easily accessible for servicing and repair. 11 including a conventional steering wheel equipped with a 4-way hydraulic valve located directly in front of the rear operator's position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con 1 KUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 12 of 25 x L. Oil drain lines with shut off ball valves and plugs shall be provided for the engine and oil compressor so as to service these components from the outboard side of truck platform, and be labeled accordingly. Other or Comment Yes No Other 14. AIR DISTRIBUTION SYSTEM x A. The air system shall be equipped with a 12 gallon air receiver with moisture drain and safety relief valve. x B. The main air lines leading from the compressor to the air receiver shall be 3/4 "ID and equipped with reusable fittings. x _ C. The air distribution manifold shall be constructed of standard pipe fittings tested to 150 PSI working pressure. x D. The air supply is to be conditioned by a finned tube type air cooler followed by a moisture separator and a line oiler prior to gun solenoids. pipe fittings tested to 150 PSI working pressure. x D. The air supply is to be conditioned by a finned tube type air cooler followed by a moisture separator and a line oiler prior to gun solenoids. x E. A separator moisture separator shall be installed prior to air entering the glass bead tank. Air preparation products shall be "Norgren"or equal. Other or Comment Yes No Other 15. REAR CONTROL CENTER x A. The Unit shall be equipped with a control panel located within reach of the spray control operators. x B. The control panel shall have hinged access doors; all internal components shall be accessible from the operator's station. x C. The control panel shall be equipped with separate regulators and gauges for the solenoid control air,bead tank, loading pumps; and carriage down pressure. x D. Regulators shall be non-corrosive and self-evacuating and equipped with Butyl N diaphragms and a locking device. x E. Each air regulator shall have an associated 0-200 psi liquid • filled pressure gauge. x F. Regulators and gauges shall be panel mount type. x G. The face plate of the operator's control panel shall be a black, anodized aluminum with etched control function labels. 12 and repair. 11 including a conventional steering wheel equipped with a 4-way hydraulic valve located directly in front of the rear operator's position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con TRUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 13 of 25 x H. Sticker labels will not be acceptable. x I. Shall have a remote speedo located in view of both operators_ Unit shall show vehicle speed. Shall have 3 I/2"digits with the last digit representing 1/10 m.p.h. and a'/2%for full scale. The signal source shall be logic level pulsing unit driver by a pulse generator mounted offthe drive line. The 12 volt source shall be provided for the system by the truck alternator and shall be fused. Other or Comment Yes No Other 16. ELECTRICAL SYSTEM x A. All electrical power circuits for the striping equipment shall originate from the Electrical Power Control Panel located in the lower section of the operator's control console. x B. Each circuit shall be color coded wire and shall be protected by resetable type circuit breakers. x C. The Circuit Breaker panel shall be located inside the lower door of the control console. x D. All junction blocks at the control box, and on the gun carriages shall be protected from the weather and shall follow standardized cable color coding. x F. The wiring harness between the junction blocks is to be protected by polyethylene corrugated loom wire covering. x G. Shrink tubing shall be used as a protective covering on the wiring from the cart junction box to the air solenoids. X. H. Individual ground wires shall be supplies for all electrical components and functions. x I. Chassis grounding is unacceptable. x J. Cable connectors for the control boxes shall be rugged military type 19 pin quick-disconnect plugs and receptacles designed for quick removal. x • K. The pins in the connections shall be the correct gauge rated to withstand the current needed to operate the guns and control box. •x L. There shall be a total of eight(8)night-lights mounted directly on the striping machine. Two (2) shall be supplied for each carriage, one (1) for the platform walking area and one (1) shall be mounted on the chassis toward the line guide.Eight(8)halogen work lights will be installed for night operations_ Two (2)lights 13 nd repair. 11 including a conventional steering wheel equipped with a 4-way hydraulic valve located directly in front of the rear operator's position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con TRUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 14 of25 illuminating each carriage(4 total),two (2)illuminating operators cab with red lens,one(1)illuminating the platform work area and one(1)bi-directional light to illuminate the line guide. To be fused and switched within easy reach of the operators and the operators cab. All switches to be labeled. x M.The unit shall be equipped with a strobe light system located toward the front and rear of the platform. x N. Two (2)360 degree strobes shall be provided.These lights shall be mounted above the chassis cab on the front corners of the platform. O. Two (2)flat strobes,one(1)blue and one(1)yellow to be flush mount size to be 10"x 4"and shall be mounted on the rear of the operator's cab. All strobes shall be Whelan brand or equal. x P. A"Kill Switch"shall be provided in the chassis cab to shut off all electrical controls for the striping guns. x Q. To have electric diagram on inside doors of control panel_ x R. Interior lighting shall be provided in the operators cab for night-time operation. This shall include both running type lighting and reading type lighting with all appropriate on/off switches located within easy reach of the operators seats. x S. A digital speedometer shall be installed in the chassis cab.It shall be an LCD type, 5 digit display with yellow/green or red backlighting.Digits shall be at least .6 inches high. A minimum of 5 digits shall be displayed with selectable decimal points. High impact plastic case with clear viewing window will be 1.54"high by 2.95"side minimum. Other or Comment Yes No Other 17. REAR MOUNTED MESSAGE BOARD x A. An LED reader board measuring 75"x 44"shall be supplied. The unit shall have(3)three lines up to (8) eight characters per line, at 10"height per character. The unit shall have no moving parts, and be controlled by a handheld keypad with a LCD display and message programming selection. Board shall have power tilt. Other or Comment 14 mounted on the chassis toward the line guide.Eight(8)halogen work lights will be installed for night operations_ Two (2)lights 13 nd repair. 11 including a conventional steering wheel equipped with a 4-way hydraulic valve located directly in front of the rear operator's position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con TRUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 15 of 25 Yes No Other 18. ELECTRONIC SKIPLINE CONTROLLER x A. The Unit shall include a skipline controller system shall be solid state,microprocessor controlled and programmable(Skipline or equal). B. The controller system shall consist of two operator's control panels located at each operator's position that included all the necessary components and controls for programming,pattern selection, gun and carriage control x C. Each control unit shall include one(1)two-line 32 character LCD display with adjustable contrast,push button programming panel, and heavy duty military specification(MIL-S83781)toggle type switches with silicon rubber seals to prevent entry of contaminants. x D. Toggle switch contacts shall be silver to silver and all metal parts shall be corrosion resistant to ensure long service life and shall provide the following functions:master power,bead on-off, individual gun controls for each striping gun(skid-off-solid), and reset-hold (mater gun on-oft). x E. Programming the controller shall be possible through easy, operator friendly procedures. All programming information shall be retained regardless of whether power is maintained. x F. Paint/skip cycle—0—999.9 feet.A quick edit feature shall allow simple adjustment to skip cycle while painting is in process. x G. Begin paint/skip. The controller shall be programmable to start with either the paint or skip portion of the cycle. x H. Calibration. Calibration of The Unit shall be Programmable and simply achieved by driving a known distance and adjusting the displayed distance value. _x.__ I. Bead delay—Delay between the paint and off shall be programmable to assure coverage by means of a mounting distance. Striping vehicle speeds shall not affect coverage. x J. Bead delay shall be factory preset operator adjustable. x— K. Solenoid timing calibration. Solenoid timing delay shall be programmable to adjust for the reaction time of different solenoids and control hose lengths. Solenoid shall be factory preset and operator adjustable. x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con I RUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 16 of25 x M. The Advance-Retard switch shall allow each operator to independently adjust the point at which the paint/skip cycle will begin. x N. The Posi-Cycle feature shall automatically adjust the cycle length after activating the advance-retard switch three times. x O. The controller shall be dust,weather and shock resistant.The operating range of the controller shall be from 30-125 F. x P. Power shall be provided by the vehicle's 12 volt supply. All cables shall be plug in type. x Q. hi the ready mode,the controller shall display the skip line cycle, vehicle speed,painting in process indicator, and pulse signal input indictor simultaneously. x R. Cycle and skip length odometer readings,or calibration readings are displayed to the nearest 1/10 of a foot. x S. All programming and accumulated information, footage and odometer readings and calibration setting shall be retained indefinitely upon power down (whether accidental or intentional) or removal of the controller from the vehicle.All information shall be stored in one-volatile EEPROM RAM chips not require batteries to retain programmed information x T. Timing logic shall be derived from a pulse generator mounted off the driveline system. x U. To have two (2)remote hand controls with six foot coil retractable cords to manually run on& off to paint control line section. Other or Comment Yes No Other 19. ELECTRONIC FOOTAGE COUNTERS x A. The Unit shall be equipped with digital electronic footage counter circuits. x B. They shall be built in to the controllers and shall not require a separate box. x C. Footage counters shall accumulate and display upon command the total feet (Or meters)painted by each striping gun to the nearest foot. Other or Comment 16 preset operator adjustable. x— K. Solenoid timing calibration. Solenoid timing delay shall be programmable to adjust for the reaction time of different solenoids and control hose lengths. Solenoid shall be factory preset and operator adjustable. x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con • TRUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 17 of 25 Yes No Other 2Q. OPERATOR'S CAB x A. The operators cab shall be a high visibility design allowing for viewing of the spray gun package. The operators will be located in an environmentally controlled cab, fabricated of l4ga steel sheeting over a metal framework installed at the rear of the work platform. An access door shall be provided at the . rear of the cab, the front access door shall permit entry onto the work platform. Doors shall be key lockable in the closed position, and also latch in the open position. x B. Cab dimensions: Height 72 inches Width 96 inches Length 60 inches C. All windows shall be tinted safety glass with rounded corners for strength and safety. Square corners will be unacceptable for this application. x D. Side windows shall extend to within 4 inches of the floor and within 14 inches of the ceiling and be a vertical drop slider. The upper.half shall open fully for ventilation. This window opening will be large enough to allow the operator to view the gun carriage easily, without contorting his or her body unnaturally and without striking the window or window frame during striping operations. Removable tinted Plexiglas bubble window inserts shall be included to allow the operator to view the spray gun carriages and not project out more than 8 inches. x E. Diagonal windows at each front corner shall extend to within 4 inches of the floor and within 14 inches of the ceiling and shall be non opening. The width and angle of the diagonal window shall be that which will provide maximum operator visibility forward and of the extended gun carriage, approximately 45 degrees. The cab support posts on each side of the diagonal windows shall be as narrow as possible, yet maintain structural rigidity. x F. The window forward of the left operator shall extend to within 4 inches of the floor and within 14 inches of the ceiling. The upper half shall be double track slide opening for ventilation. 17 x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con 'RUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 18 of 25 x G. The window in the front access door shall extend to within 6 inches of the floor and within 14 inches of the ceiling and be non-opening. The window in the rear • access door shall encompass the upper 40%of the door, and shall be non-opening. x H. The rear windows behind the operators shall be the same height as the upper half of the side windows and shall be double track slide opening for ventilation x I. The cab shall be heated and cooled by a roof-top air conditioning unit powered by the diesel auxiliary engine_ The air conditioner shall have a minimum cooling rating of 25,000 BTU, and a minimum 45,000 BTU heater. A brush guard shall be installed around A/C unit for protection from tree limbs. x J. Vinyl-clad foam insulation shall be installed on the interior metal surfaces of the cab shell. The floor of the cab shall be covered with a thick rubber mat for sound suppression. x K. The rear door shall be equipped with access stairs and hand railing. x L. Air, electrical and heating control panels shall be accessible operators while seated in operators cab. x - M. Two (2) air ride seat assemblies shall be mounted on the right and left sides of the platfoi in. The seat assemblies shall be equipped with swivel seats, seat belts and full backrest. (Bostrom or equal) x N. The top of the cab shall not be taller than 11' 8" Other or Comment Yes No Other 21. LOAD/CHARGE PUMP ASSEMBLY x A. The Unit shall be equipped with two (2) air-driven,Teflon diaphragm-operated load/charge pumps. (Wilden PV-800) Automatic and adjustable inline oiler for pump air supply line if recommended by the pump manufacturer. x B. The pumps shall have a minimum of 2"inlet and outlet port. The pumps shall each be equipped with a 10' section of 2"ID loading hose complete with a stainless steel quick disconnect camlock type fitting for loading paint to each paint tank from 250 gallon totes.Must be able to fill from ground level. 18 17 x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con I KUCK MOUN I ED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 19 of 25 x C. The pumps shall be installed and the appropriate plumbing and valving provided each to allow each to simultaneously fill each tank. x D. Plumbing shall be configured to fill each tank through its bottom plumbing without the use of external tank loading hoses. X E. The pumps shall be installed and the appropriate pluming and valving provided to allow flushing of cleaning solution from an external source through the pumps for cleaning purposes. x F. The wetted plumbing on the pumps shall be constructed of stainless steel. Other or Comment Yes No Other 22. PLUMBING AND HOSE LINES x A. All plumbing lines from the material containers to the strainers shall be ASTM specification 2"ID size minimum with unions, crosses,tees used liberally throughout the installation to insure convenient maintenance and cleanout. x B. All fluid lines from the strainers to the striping guns on each carriage shall be not Iess than %2"ID. x C. All air control lines to the striping guns and electro-air valves shall be Thiokol solvent resistant tested to 125 PSI or comparable. Other or Comment Yes. No Other x D. All high pressure hydraulic hoses shall be rated at minimum of 2,000 PSI working pressure. x E. All hydraulic crimp fitting shall be JIC type. NPT fittings shall not be peulnitted. Other or Comment Yes No Other 23. INTERCOM SYSTEM _x_ A. An intercommunications system shall be furnished to provide a means of vocal communications between the driver of the vehicle and operators ofthe striping equipment. 19 Automatic and adjustable inline oiler for pump air supply line if recommended by the pump manufacturer. x B. The pumps shall have a minimum of 2"inlet and outlet port. The pumps shall each be equipped with a 10' section of 2"ID loading hose complete with a stainless steel quick disconnect camlock type fitting for loading paint to each paint tank from 250 gallon totes.Must be able to fill from ground level. 18 17 x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con IRUCK MOUN1ED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 20 of 25 x B. Systems shall be a three(3)headset system,David Clark Master Station U-3800 or equal. Two (2)headsets with dual earphones will be provided for the operators of the striping equipment. One (1)headset with single earphone will be provided for the vehicle driver. x C. The intercommunication system shall be a full duplex system. Other or Comment Yes No Other 25. TOOL BOXES x A. One(1) all steel heavy duty weather proof box with a capacity of approximately 2.5 cubic feet shall be provided and installed for easy operators access. x B. The toolbox shall be equipped with a heavy duty recessed lock complete with key for security,keyed alike to operator cab doors. x C. To have lockable tool box's under each rear seat to be aluminum 35"wide x 7"tall x 24"deep. x D. Vendor to supply any special tools needed for adjustments or disassemble of machine components. Tools to be listed. Other or Comment Yes No Other 26. ADDITIONAL x A. Two (2)20 lb. fire extinguishers shall be supplied and mounted on the front and rear positions of the platfoi in. x B. The fire extinguisher shall be ICC approved,ABC type. x C. All hoses and wiring hyd.plumbing are to be supported by either brackets, clamps or hooks,as so no hoses or wiring are to sag and hit any moving parts or exhaust. Other or Comment Yes No Other 27. PAINTING x A. The entire unit including tanks, cabinets,railing and panels shall be prime coated and fmished painted with City of Omaha orange must match cab paint, automotive type paint. x B. Solvent test must be performed to check integrity or primer coat from the factory.Take a lacquer thinner 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. 20 complete with a stainless steel quick disconnect camlock type fitting for loading paint to each paint tank from 250 gallon totes.Must be able to fill from ground level. 18 17 x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con TRUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 21 of 25 SYS IEM 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 to 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. SYSTEM B: 1) Scuff sand factory primer with a 3M-7447 scuffpad or 320 grit sandpaper. 2) Blow off and solvent clean with Sherwin-Williams WaK157&Low VOC. Solvent cleaner. 3) Seal the entire unit with Sherwin-Williams SE-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 Loc 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. • Other or Comment Yes No Other , 28. LOW SPEED CRUISE CONTROL x A. The striping unit shall be equipped with an electronic low speed control which when activated, will automatically maintain a constant speed within the no'mal striping range of 5 to 12 MPH. x C. At vehicle speeds of 5-12 MPH,the cruise control shall maintain vehicle speed within+0.5 MPH on level ground. While going uphill or downhill within that speed range, it shall maintain a vehicle speed within±1.0 MPH x B. The cruise control shall have two (2) operating ranges: The low- speed range shall regulate vehicle speed from approximately 5-12 MPH and a highway speed range shall regulate vehicle speed above 35 MPH. x D. The control unit shall be mounted on the cab dashboard as convenient to the driver's line of sight and reach as possible. 21 for loading paint to each paint tank from 250 gallon totes.Must be able to fill from ground level. 18 17 x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con TRUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC • Page 22 of 25 Other or Comment Yes No Other 29. OPTICAL SIGHT x A. An optical sight system shall be mounted to the front of the chassis cab, shall have a minimum projection beyond the front bumper.The sight shall include the necessary light source,lens system and mirrors to project virtual image of aluminous sighting pattern onto,a distance target. A housing,mounting and adjustment linkage shall be provided for positioning and clamping the optical sight in the best location for the vehicle operation. Other or Comment Yes No Other 30. TECHNICAL SERVICE x A. Services of a factory technician shall be supplied to the customer for a period of three(3)days upon delivery to instruct customer in operation and maintenance of the unit. Other or Comment Yes No Other 31. PARTS SERVICE AND MANUALS x A. The Unit shall include two (2) complete sets of operator's manuals and repair parts Iist. B. The Unit's manufacturer shall maintain a complete inventory of all replacement parts. x C. The following spare parts kit will be included in the vendors proposal and provided at time of delivery. x D. One(1) spare paint gun. x E. One(1) spare bead gun. x F. Four(4) spare paint tip assemblies to include guards and gaskets. x G. Three(3) spare gun activation solenoids with override button x H. One (1) quart of Throat Sealant Liquid for lubrication of the high pressure paint pumps. Other or Comment 22 ground. While going uphill or downhill within that speed range, it shall maintain a vehicle speed within±1.0 MPH x B. The cruise control shall have two (2) operating ranges: The low- speed range shall regulate vehicle speed from approximately 5-12 MPH and a highway speed range shall regulate vehicle speed above 35 MPH. x D. The control unit shall be mounted on the cab dashboard as convenient to the driver's line of sight and reach as possible. 21 for loading paint to each paint tank from 250 gallon totes.Must be able to fill from ground level. 18 17 x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con l ' I RUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 23 of 25. Yes No Other 32. FACTORY VISITS X PER ADDENDUM #1 A. A pre-construction meeting shall be held at the successful bidder's manufacturing facility approximately two (2)months after bid award. Transportation, lodging(if necessary), and meals will responsibility of the successful bidder. Three (3) City employees will be in attendance at this meeting. x B. An 80%completion meeting will also be held at the vendor's manufacturing facility. Again, expenses will be the vendor's responsibility for three(3) City employees. Other or Comment Yes No Other 33. WARRANTY x A. The manufacturer will guarantee all parts against defective material and workmanship for a period of one year after date of delivery and acceptance subject to the terms and conditions in the attached manufacturer's warranty. Other or Comment Yes No Other 347D5EII ERYp X A. The cab and chassis will be drop shipped to you by the cab and chassis manufacturer approximately 110 days after the bid is awarded. The unit shall be complete and delivered to the City of Omaha 90 days after the cab and chassis has reached your facility. x B. The complete unit to be delivered to the City of Omaha,2606 N. 26th Street, Omaha,NE. 68111. C. Ready to go into service this will be the responsibility of the striper vendor. OPTIONAL(PROVIDE SEPARATE PRICE): Yes No Other 35. OPTIONAL PRICE PAINT&BEAD DATA ACQUISITON SYSTEM X A. A computerized micro processor system using stroke counters (one per pump) shall provide a readout in the chassis cab of gallons of paint used per mile. x B. This reading shall be visible to the driver at any time during or between operations_ This system will also display a total of gallons used on a particular day or job_ 23 . x D. The control unit shall be mounted on the cab dashboard as convenient to the driver's line of sight and reach as possible. 21 for loading paint to each paint tank from 250 gallon totes.Must be able to fill from ground level. 18 17 x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con , • I RUCK MOUNTED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 24 of 25 x C. A computerized micro processor system using 4 stainless steel load cells under bead tank shall provide a read out in the chassis cab of lbsigalIon of glass bead application. x D.This reading shall be visible to the driver at any time during or between operations. x E. A reading of total lbs.used will also be displayed. A digital scale head will be provided to display the actual lbs. of beads remaining in the tank. x F. A printer shall be provided and properly installed to provide a "hard copy"of the information collected by the paint and bead data acquisition systems. x G. An onboard computer management system shall include a customized touch screen. (Laptop systems not acceptable.) x H. Accuracy on oval reading shall be within 10 lbs. and.10 gallons on beads and paint. I. A 5 line text editor will allow input for operator's documentation of road numbers,temperature,time of day, etc.to be associated with the information provided by the data acquisition_system. Other or Comment Yes No Other 36. OPTIONAL PRICE LASER GUIDANCE SYSTEM x A. A laser guidance system shall be provided and mounted to the roof of the chassis cab. x B. A laser beam shall produce a visual spot on the road edge, curb, or existing line as a reference point for the gun carriages to follow. x C. A "posi-lock"mount shall be provided to lock the laser in position. Power shall be supplied by the 12-volt vehicle power. x D. The laser system shall be approximately 8"in height,20"in length and 6.5"wide and shall weigh approximately 28 lbs. x E. On/off controls shall be mounted in the chassis cab within easy reach ofthe driver. Other or Comment 24 f gallons used on a particular day or job_ 23 . x D. The control unit shall be mounted on the cab dashboard as convenient to the driver's line of sight and reach as possible. 21 for loading paint to each paint tank from 250 gallon totes.Must be able to fill from ground level. 18 17 x L. The Hold-Run-Reset control shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con 1 TRUCK MOUN I ED AIRLESS HIGHWAY STRIPING MACHINE TRAFFIC Page 25 of 25 Yes No Other 37.OPTIONAL PRICE SCAVENGER STYLE PAINT BEATING SYSTEM X PER ADDENDUM #2 A. An alternate paint heating system utilizing the cooling system from the auxiliary engine shall be bid in lieu of the paint heating system specified. X PER ADDENDUM #2 B. System shall include a 3rd heat exchanger(stainless steel) in lieu of the diesel fired burner/boiler combination. X PER ADDENDUM #2 C. All other features will be in compliance with the system specified. x D. Pumping system shall be pumped with air powered one(1") inch diaphragm pump. Other or Comment Yes No Other 38. OPTIONAL PRICE VIDEO GUIDANCE SYSTEM X A. The guidance system shall be a closed circuit TV system x B. Cables and connections used will provide maximum weather resistance. Connections are to include caps for when camera is removed when not in use. x C. Two (2)Panasonic WV-CP232 or equal color cameras with "auto-iris"lenses will be used. They shall be housed in weather resistant camera enclosures(Pelco or equal). x D. Camera shall be removable and mountings shall be provided on both the front left and front right of the striping machine, approximately 24 to 60 inches above ground level. Cameras shall be mounted on adjustable slide-out type square tubing. They shall be positioned and locked in place without the use of tools. X E. 12"LCD flat screen color monitor must be mobile unit use type, operating at 12 volt DC. X F. Monitor shall be located in the truck cab, dash mounted between the windshield and the steering wheel, approximately in the center of the vehicle's width. X G. An adjustable steel rod shall be positioned vertically from the chassis bumper to provide a reference point between the camera and the pavement.Adjustable square tubing will position this rod up to 4' beyond the edge of the front bumper. This rod shall be adjusted without the use of tools, and shall be capable of being used on either side of the chassis for painting centerline or edgeline. Other or Comment 25 ntrol shall allow the operator to conveniently move through intersections and to peilnit retracing of old patterns. 1.5 position. 8 th the railing when in the locked storage position. A spring loaded finger pull type latch 2 ke,:4_;4...:4IY'�*-Z-�rVi N>i,g» �3/��, 3 a1�F! 1 J s ,.D��,"4L i-r-_- , 4.,.! fr.-K!.t.P 1�m ! i§� 1 %i 1•:_ '+ e pp J s Bata ay4<, q i ea 1yr , a 4.1c U':t! ?® STATE F .0,'fig.�- s~tic.::i 4": t..�lY!,°�+;=s t'p•A-5!9,r%} 08- � a�� 1 p S! ► I,t n ',�; sC)�9;+•A.`-Q izi.4i9ga ct31.; yji�tfil„;:1 `a, sN- , c y:�I����s S 86n�,iy* f Kati v f 4 •>4 �t-I <e sri, okyZ. . 1 •• } ✓ �� a .1`l'i"Q�0 n'C ni. re,5I ate• .j- ( °„�+v,�t`a cl'`'I.1 .o S 4•.s•BSI w,aT.y; Nt.1 I4g J`{"-- dat IT - 7r trI irt1 �°,,®s •, BIp , s IsO,bS1w E .4' •••.i..•_ '!t+' `.x. . , y. ~•"," i0a•.424-arg :n''c �6'w L 4 '- fi• �1 r1 •{ Aes71 0-ctr' --"2 j' i I �r� w��''�1 ."8fit',,A, a� jYJJJi�4,P. s ,r`...ri -- a`s-�� I o >'a' ,4,a t.�9 d C) C .3 .Y e,C w a, S" Ir �' !• ii:a11y�.t �1'y/S' 4,e; rtY{�,J 1 �,�filIrcl , - i. ( 4 u Z -,tT d' L.,.. .�..< ''.t _ t:�•{- «6±.t.,,r C/.. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con , 'r EXCEPTIONS TO SPECIFICATIONS Check One x The equipment offered meets all specifications as set forth in the bid. Name (print) Shrimp Signed Title Assistant Secretary 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 • • Failure to list exceptions may be cause for equipment to be rejected at time of delivery Name (print) Signed Title UE WA 98004 • LINE MAKE NEBRASKA FRANCHISEE NAME AND ADDRESS KENWORTt i PETERBILT • • • NCV262007 1:17:38 PM, Bid Tabulation, Generated by: admin for project OPW 51548 dmin for project OPW 51548. Protected and/or Disadvantaged Business Checklist Items Listed Below must be submitted with Bid: 1. ❑ Exhibit A-completed Protected and/or Disadvantaged Business Disclosure Participation Form. All PBE/DBE Subcontractors submitted on Exhibit A must be certified with the City of Omaha Human Rights and Relations Department prior to the time of the bid opening.A current Iist is available on the City of Omaha's web site,www.ci.omaha.ne.us/Departments/Human Rights and Relations or can be requested through the Human Rights and Relations Depai tment at 402-444-5055. 2. ❑ Verification in writing from each PBE/DBE Subcontractor showing that the PBE/DBE Subcontractor has agreed to perform the work identified on Exhibit A,Protected and/or Disadvantaged Business Disclosure Participation Form. Telephonic verifications will not be accepted. 3. ❑ For projects under$200,000.00 in construction costs,there is no PBE/DBE goal established. The Bidder is still required to fill out Exhibit"A"and Exhibit"B"and turn them in with his or her bid. Contact the City of Omaha Human Rights and Relations Department(402-444-5055)regarding any questions you might have. 4. ❑ Exhibit B—completed Contractor Employment Data Form. • Should the bidder fail to comply with the above,its bid will be subject to rejection. • In Addition please review all the specifications and bid enclosures to be certain of a complete and compliant bid. Protected and Disadvantaged Business Enterprise Programs Who Qualifies as a Protected/Disadvantaged Business Enterprise? The terur "Protected Business Enterprises"(PBE)is defined to be a business at least 51 percent of which is owned, controlled, and actively managed by protected class members(Black,Hispanic,Asian,or Pacific Islander,American Indian or Alaskan Native or Female). The term"Disadvantaged Business Enterprise"(DBE)is defined to be a small business that has been in existence for at least one year and has annual gross receipts of$150,000 or less. A DBE may include,but not limited to a business owned by a Protected class,but such business must meet two or other conditions set forth in the City of Omaha Contract Compliance Ordinance, Section 10-191, M (1)through(5). What are the benefits of becoming certified as a PBE/DBE? Certification as a PBE or DBE provides greater exposure for work opportunities on City of Omaha projects.The names of all certified PBE/DBE'S appear in the PBE/DBE directory,which is disseminated to local government agencies,contractors and to the public. City of Omaha contractors will use the PBE/DBE directory as a basic resource for soliciting Minority/Women/Small Business participation on City of Omaha Projects.The City of Omaha shall make every good-faith effort to award City contracts and City-assisted construction contracts to Disadvantaged Business Enterprises in amounts no less than 10% of the dollar volume of the applicable contracts awarded by the city.Other benefits include the authority, (but not a requirement),of the City Council to award a contract to a DBE that is not the lowest bidder. A contract or subcontract can be awarded to a DBE if determined by the City to be an acceptable cost higher than a competing lower bid except for specially assessed Projects. A DBE company may be awarded the contract over the lowest bidder as long as the cost differential does not exceed 3%. If your business is not certified with the City of Omaha and you are interested in becoming certified as a Protected and/or Disadvantaged Business Enterprise please contact the Human Rights and Relations Department at 402-444-5055.The PBE/DBE applications,Contract Compliance Report Form CC-I and a current PBE/DBE City of Omaha certified directory are located on the City of Omaha website, www.ci.omaha.ne.us. Click on departments. Click on Human Rights and Relations. "'4„7... ..'..,, - F . alb'‘.. questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-7155 or as shown on bid. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 0 % n30 Days Firm: M-B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con Contract Compliance Ordinance No.35344,Section 10-192 Equal Employment Opportunity Clause During the performance of this contract,the contractor agrees as follows: 1) The contractor shall not discriminate against any employee applicant for employment because of race,religion, color,sex,national origin, or disability as defined by the Americans With Disabilities Act of 1990 and Omaha Municipal Code 13-89. The contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race,religion, color,sex or national origin. The contractor shall take all actions necessary to comply with the Americans With Disabilities Act of 1990 and Omaha Municipal Code(Chapter 13)including,but not limited to,reasonable accommodation. As used herein,the word "treated"shall mean and include,without limitation,the following:Recruited,whether advertising or by other means; compensated; selected for training, including apprenticeship;promoted; upgraded; demoted; downgraded;transferred; laid off;and terminated. The contractor agrees to and shall post in conspicuous places,available to employees and applicants for employment,notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2) The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,religion,color,sex or national origin. 3) The contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of the contractor's commitments under the equal employment opportunity clause of the city and shall post copies of the notice in conspicuous places available to employees and applicants for employment_ 4) The contractor shall furnish to the contract compliance officer all federal forms containing the information and reports required by the federal government for federal contracts under federal rules and regulations, and including the information required by section 10-192 to 10-194, inclusive,and shall permit reasonable access to his records. Records accessible to the contract compliance officer shall be those which are related to paragraphs (1)through(7)of this subsection and only after reasonable notice is given the contractor. The purpose of this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5) The contractor shall take such actions with respect to any subcontractor as the city may direct as a means of enforcing the provisions of paragraphs (1)through (7)herein,including penalties and sanctions for noncompliance; however,in the event the contractor becomes involved in or is threatened with litigation on as the result of such directions by the city,the city will enter into such litigation as is necessary to protect the interests of the city and to effectuate these provisions(of this division); and in the case of contracts receiving federal assistance,the contractor or the city may request the United States to enter into such litigation to protect the interests of the United States. 6) The contractor shall file and shall cause his subcontractors, if any to file compliance reports with the contractor in the same form and to the same extent as required by the federal government for federal contracts under federal rules and regulations. Such compliance reports shall be filed with the contract compliance officer. Compliance reports filed at such times as directed shall contain information as to the employment practices,policies,programs and statistics of the contractor and his subcontractors. 7) The contractor shall include the provisions of paragraphs (1)through (7.)of this section,"Equal Employment Opportunity Clause,"and section 10-193 in every subcontract of purchase order so that such provisions will be binding upon each subcontractor or vendor. B Companies, Inc. Incorporated : 1974 / Wisconsin Delivery(or completion) Name: Rose Shrimp Signatur 150-175 calendar days following award Title: AssistanttSecretary Phone: 570-547-1621 iFax: 570-547-1 Address: 1615 Wisconsin Ave. New Holstein WI 5306 Street/P.O.Box City State Zip Email Address: rshrimp@m-bco.con UTILIZATION OF PRO1 EC 1 ED AND/OR DISADVANTAGED BUSINESS ENTERPRISES A. Protected and/or Disadvantaged Business Enterprise(PBE/DBE)Participation Contract Specifications Pursuant to City of Omaha Contract Compliance Ordinance. 1.It is the policy of the City of Omaha that Protected and/or Disadvantaged Business Enterprises shall have the maximum practicable opportunity to participate in the City of Omaha projects. Consequently,the PBE/DBE requirements of Contract Compliance Ordinance apply to this solicitation. In this regard,the Contractor to whom any award of this solicitation is made shall take all necessary and reasonable steps in accordance with this solicitation to ensure that Protected and/or Disadvantaged Business Enterprises have the maximum opportunity to participate in the Contract The Contractor shall not discriminate on the basis of race,color,national origin,sex,religion,age or disability in the award or performance of any contract or subcontract resulting from or relating to this solicitation. Failure to carry out the pre-award requirements of these PBE/DBE specifications will be sufficient ground to reject the Bid. Failure of the Contractor to carry out the requirements of the PBE/DBE specifications shall constitute a material breach of the contract and may result in termination of the contract The Contractor shall use its best efforts to carry out the PBE/DBE policy consistent with efficient performance on the project. • 2. Bidders are hereby informed that the city of Omaha has established goals for the participation of Protected and/or Disadvantaged Business Enterprises in all contracts that it awards. Subcontracts awarded,by the Bidder that is successful in solicitation,to firms owned by Protected and/or Disadvantaged Business Enterprises is essential to the achievement of the City of Omaha's PBE/DBE goals. Therefore,to be considered for award,Bidders must comply with the requirements of these PBE/DBE specifications. By submitting.his/her bid,each Bidder gives assurance that the contractor will meet the City of Omaha's percentage goals set forth in the PBE/DBE specifications for • participation by Protected and/or Disadvantaged Business Enterprises in the performance of any contract resulting from this solicitation or,as an alternative,that the contractor has made or will make good faith efforts toward meeting the PBE/DBE goals,and will demonstrate to the City of Omaha's satisfaction that the contractor has made such efforts. Bidders must submit with their bids,on the form set forth in the PBE/DBE specifications,the names,respective scope of work,and the dollar values of each PBE/DBE subcontractor that the Bidder proposes for participation in contract work. In any case,Exhibits"A"and"B"must be submitted with the bid. If the information so submitted indicates that the City of Omaha goals will not be met,the Bidder shall submit good faith efforts documentation with their bid. The evidence must show to the City of Omaha's satisfaction that the bidder has in good faith made every reasonable effort,in the City of Omaha's judgment,to meet such goals:If any bidder fails to submit,,with the bid,the required information concerning PBE/DBE participation,or if;having failed to meet the City of Omaha's goals or fails to demonstrate to the City of Omaha's satisfaction the bidder's good faith efforts to do so,the City of Omaha may,in its discretion,reject the bid. 3.Protected and/or Disadvantaged Business Enterprise Goals. Bidders are hereby informed that pursuant to Sec. 10-200 and Executive Order No.F-11-02 the City of Omaha has a PBE Participation goal of no less than 13%and a DBE participation goal of no less than 10%of the dollar volume of all the contracts that it awards. All bidders shall make every good faith effort to meet said goals. 4, The City of Omaha shall set specific goals for all contracts over$200,000 to assist it in meeting its overall PBE/DBE goals set forth above. The City of Omaha has established a PBE/DBE goal of %of the dollar-amount of the bid(Bid Total)for this contract(if said contract is anticipated to be over$200,000). Bidders shall make every good faith effort to meet said goal. 5.Bidders are informed that price alone does not constitute an acceptable basis for rejecting PBE/DBE bids unless the Bidder can demonstrate that no reasonable price can be obtained from a PBE/DBE_ A Bidder's failure to meet the PBE/DBE goal or to show reasonable efforts to that end will,in the City of Omaha's discretion,constitute sufficient ground for bid rejection. Such reasonable efforts may include,but are not limited to,some or all of the following: a. Attendance at the pre-bid conference,if any; b. Follow-up of initial solicitations of interest by contacting PBE/DBEs to determine with certainty whether the PBE/DBEs are interested; c. Efforts made to select portions of the work(including where appropriate,breaking down contracts into economically feasible units)proposed to be performed by PBE/DBEs in order to increase the likelihood of achieving the PBE/DBE goals; d. Efforts to negotiate with PBE/DBEs for specific sub-bids,including at a minimum: (1) The names, addresses,type of work to be subcontracted,and telephone numbers of PBE/DBEs that were contacted; (2) A description of the information provided to PBE/DBEs regarding the plans and specifications for portions of the work to be performed;and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached_ e. Advertisement in general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; g. Concerning each PBE/DBE the Bidder contacted but rejected as unqualified,the reasons for the Bidder's conclusion; • h_ Efforts made to assist the PBE/DBEs contacted that needed assistance in obtaining bonding,lines of credit,of insurance required by the Bidder of the City of Omaha; i. Designation,in writing,of a liaison officer who administers the Bidder's Protected and/or Disadvantaged Business utilization program; j. Expansion of search for PBE/DBEs to a wider geographic area than the area in which the Bidder generally seeks subcontractors if use of the customary solicitation area does not result in meeting the goals by the Bidder;and, k. Utilization of services of available protected community organizations,protected contractor's group,local,state, and federal minority business assistance offices,and other organizations that provide assistance in the recruitment and placement of PBE/DBEs. 6. The Bidder must comply with the following: a. Prior to award of this Contract all Bidders shall submit Exhibit"A.."Protected and/or Disadvantaged Business Disclosure Participation Form. Exhibit"A"must be submitted with the bid. Bidder must also submit a copy of the written bid submitted by the PBE/DBE subcontractor to the Bidder or other verification in writing from the PBE/DBE subcontractor that Said subcontractor has agreed-to perform the subcontracting work identified in the bid submitted by the Bidder. b. If Bidder-fails to meet the goals set forth above.Good Faith Efforts Documentation must be submitted with bid. c. Also,prior to award of this contract all Bidders must submit Exhibit`B"Contractor employment data form with the bid. d. The Bidder and any of its subcontractors that have been designated by the Bidder as PBE and/or DBE must have been approved as such by the Human Rights and Relations Department prior to bid opening on the project. e. After bid opening and during contract performance.Bidders and the Contractor.as the case may be,are required to make every reasonable effort-to replace a PBE/DBE subcontractor that is determined to be unable to perform successfully or is not performing satisfactorily,with another PBE and/or DBE.prior to substituting such PBE/DBE,the Contractor shall seek approval from the Human Rights and Relations Department. The City of Omaha's Relations Department Director or a designee,shall approve all prior substitutions in writing in order to ensure that the substituted firms are bona fide PBE/DBEs. f. In the event of the Contractor's non-compliance with the Protected and/or Disadvantaged Business Enterprise requirements of this Contract,the City of Omaha shall impose such contract sanctions as it may determine to be appropriate,including,but not limited to: (1) Rejection of the Bid (2) Withholding of payments to the Contractor until the Contractor complies;and/or (3) Cancellation,termination or suspension of the Contract,in whole or in part;or (4) Any other penalty set forth in the City of Omaha's Contract Compliance Ordinance. 7. For the information of Bidders,Contract Compliance Ordinance outlines the City of Omaha's rules,guidelines and criteria for(a) making determinations as to the legitimacy of PBE/DBEs,(b)ensuring that contracts are awarded to Bidders that meet PBE/DBE goals. S. The Bidder/Contractor shall cooperate with the Human Rights and Relations Department in any reviews of the.Bidder/Contractor's procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Rights and Relations Department may from time to time conduct. B.PBE/DBE Reporting and Record Keeping Requirements. 1. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter,from the start of the project). 2. The Contractors and subcontractors shall permit access to their books,records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors_ In submitting its bid,the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the City of Omaha_ were contacted; (2) A description of the information provided to PBE/DBEs regarding the plans and specifications for portions of the work to be performed;and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached_ e. Advertisement in general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; 4 ` ♦t EXHIBIT "A" PROTECTED AND/OR DISADVANTAGED BUSINESS DISCLOSURE PARTICIPATION FORM THIS FORM MUST BE SUBMITTED WITH THE BID In the performance of this contract, the contractor proposes and agrees to make good faith efforts to contract with eligible City of Omaha^certified.PBE and/or.DBEs. Should the below listed PBE and/or DBE subcontractor be determined to be unable to perform successfully or is not performing satisfactorily, the Contractor shall obtain prior approval from the Human Rights and Relations Department Director or a designee,for substitution of the below listed subcontractor with a City of Omaha certified PBE and/or DBE. In submitting this form, the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the program the opportunity to submit bids on this project. Type of work and Projected contract item or commencement Name of PBE parts thereof to be and completion *Agreed price with and/or DBE Address performed date of work PBE/DBEs Percentage(%) Not Applicable - This is an Original Equipment Manufacturer Product. NO work will be performs-d in the State of Nebraska, no subcontractors will be used in the manufacture of this product. - Totals *Dollar value of each PBE/DBE agreement must be listed in the"Agreed Price"column;total in this column must equal the PBE/DBE goals. CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to be bound by PBE/DBE Participation Contract Specifications,including the accompanying Exhibits,regarding PBE/DBE, and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with Protected and/or Disadvantaged business enterprise(s) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false, or if there is a failure by the successful bidder(i.e.the Contractor)to implement the stated agreements, intentions,objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department,such action shall constitute a material breach of the contract,entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise_ Additionally, ndersigned/ ctor will be subject to the terms of any future Contract Awards. Signature Title Assistant Secretary Date of Signing August 1, 2008 Firm or Corporate Name M-B Companies, Inc. Address 1615 Wisconsin Ave, New Holstein, WI 5306elephone Number 570-547-1621 Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter,from the start of the project). 2. The Contractors and subcontractors shall permit access to their books,records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors_ In submitting its bid,the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the City of Omaha_ were contacted; (2) A description of the information provided to PBE/DBEs regarding the plans and specifications for portions of the work to be performed;and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached_ e. Advertisement in general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; 4_ EXHIBIT "B" CONTRACTOR EMPLOYMENT DATA BIDDERS ARE BRED TO StEMT 71-E FOLLOWING WORK FORCE DATA 11181 H EACH BID (Protected Class is defined as Black,_Hispanic,Asian and Pacific Islander,American Indian or Alaskan Native,Ferrule.) Total Employees Protected Class Males Protected Class Females American American Total Total Asian or Indian or Asian or Indian or 1/1brk Protected Pacific Alaskan Pacific Alaskan Date Force Class Black Hispanic Islander Native Black Hispanic Islander Native Vbhite 8/01/08 174 27 1 0 2 2 0 0 0 0 22 *Refer any qi lectinns regarding the RID a-SPFCIFIC,ATI(�NS directly to the R irrhacing Departmmt(402)444-5400 nr ac chaytn nn 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 and 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 and Relations Department Any Questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Firm's Name: M-B Companies August 1, 2008 (Date of Signing) Signature: Rose Shrimp Assistant Secretor (Print Name) (Title) (Signature) Price"column;total in this column must equal the PBE/DBE goals. CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to be bound by PBE/DBE Participation Contract Specifications,including the accompanying Exhibits,regarding PBE/DBE, and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with Protected and/or Disadvantaged business enterprise(s) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false, or if there is a failure by the successful bidder(i.e.the Contractor)to implement the stated agreements, intentions,objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department,such action shall constitute a material breach of the contract,entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise_ Additionally, ndersigned/ ctor will be subject to the terms of any future Contract Awards. Signature Title Assistant Secretary Date of Signing August 1, 2008 Firm or Corporate Name M-B Companies, Inc. Address 1615 Wisconsin Ave, New Holstein, WI 5306elephone Number 570-547-1621 Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter,from the start of the project). 2. The Contractors and subcontractors shall permit access to their books,records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors_ In submitting its bid,the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the City of Omaha_ were contacted; (2) A description of the information provided to PBE/DBEs regarding the plans and specifications for portions of the work to be performed;and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached_ e. Advertisement in general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; 4 [ 3' A NOT APPLICABLE NOT APPLICABLE EXHIBIT "C" QUARTERLY REPORT ON PROTECTED AND/OR DISADVANTAGED BUSINESS ENTERPRISES (This form must be submitted within 10 calendar days of the end of each calendar quarter, from the start of the project.) Company Name: Project Number: Project Name: Total Contract Amount: Calendar Quarter Covered by this Report: 1st 3rd —2nd -4m Year200_ I. Protected and/or Disadvantaged Contractors Instructions: List all Protected and/or Disadvantaged Subcontractors which have performed work since Notice to Proceed (NTP), are currently performing work, and are contemplated to perform work during the duration of the City of Omaha Contracts. Name and total dollars committed and paid. Name of Protected and/or Disadvantaged Dollars Paid During Dollars Paid Since Business Enterprise Work Assignment Dollars Committed Quarter (NTP)to Date port shall be in effect for 24 months from the date received by the Human Rights and Relations Department Any Questions regarding the Contract Compliance Ordinance should be directed to the Human Rights and Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) Firm's Name: M-B Companies August 1, 2008 (Date of Signing) Signature: Rose Shrimp Assistant Secretor (Print Name) (Title) (Signature) Price"column;total in this column must equal the PBE/DBE goals. CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to be bound by PBE/DBE Participation Contract Specifications,including the accompanying Exhibits,regarding PBE/DBE, and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with Protected and/or Disadvantaged business enterprise(s) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false, or if there is a failure by the successful bidder(i.e.the Contractor)to implement the stated agreements, intentions,objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department,such action shall constitute a material breach of the contract,entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise_ Additionally, ndersigned/ ctor will be subject to the terms of any future Contract Awards. Signature Title Assistant Secretary Date of Signing August 1, 2008 Firm or Corporate Name M-B Companies, Inc. Address 1615 Wisconsin Ave, New Holstein, WI 5306elephone Number 570-547-1621 Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter,from the start of the project). 2. The Contractors and subcontractors shall permit access to their books,records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors_ In submitting its bid,the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the City of Omaha_ were contacted; (2) A description of the information provided to PBE/DBEs regarding the plans and specifications for portions of the work to be performed;and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached_ e. Advertisement in general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; • '25A CITY OF OMAHA 4 - LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE-CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on August 6, 2008 for the purchase of a paint striper mounted on a 40,000 GVW truck cab and chassis to be utilized by the Traffic Maintenance Division; and, WHEREAS, M-B Companies, Inc. of Pennsylvania submitted a bid of $284,104.00, being the lowest and best bid received, a paint striper mounted on a 40,000 GVW truck cab and chassis. 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 M-B Companies, Inc. of Pennsylvania for the purchase of a paint striper mounted on a 40,000 GVW truck cab and chassis to be utilized by the Traffic Maintenance Division in the amount of $284,104.00; and, that the Finance Department is authorized to pay this cost from the Street and Highway Allocation Fund 12131, Pavement Maintenance Organization 116184, year 2008 expenditures. 1210scp APPROVED AS TO FORM: CITY ATTORNEY DATE By AD.-solci4.144- Councilmember Adopted SE 1.6..2008 5-O jty Clerk ArA, Approv . ... .. .. . . A Mayor ignature: Rose Shrimp Assistant Secretor (Print Name) (Title) (Signature) Price"column;total in this column must equal the PBE/DBE goals. CERTIFICATION The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to be bound by PBE/DBE Participation Contract Specifications,including the accompanying Exhibits,regarding PBE/DBE, and the other terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with Protected and/or Disadvantaged business enterprise(s) (which are otherwise deemed by the City of Omaha to be technically responsible to perform the work) listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit A conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if any of the PBE/DBE Specification representations are made by the bidder knowing them to be false, or if there is a failure by the successful bidder(i.e.the Contractor)to implement the stated agreements, intentions,objectives, goals, and comments set forth herein without prior approval of the Director of the Human Rights and Relations Department,such action shall constitute a material breach of the contract,entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so terminate shall be in addition to,and not in lieu of any other rights or remedies the City of Omaha may have for other defaults under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise_ Additionally, ndersigned/ ctor will be subject to the terms of any future Contract Awards. Signature Title Assistant Secretary Date of Signing August 1, 2008 Firm or Corporate Name M-B Companies, Inc. Address 1615 Wisconsin Ave, New Holstein, WI 5306elephone Number 570-547-1621 Business Enterprises in such form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within 10 calendar days following the end of each calendar quarter,from the start of the project). 2. The Contractors and subcontractors shall permit access to their books,records,and accounts by the Human Rights and Relations Director or a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years following completion of this Contract. 3. To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City of Omaha will conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall bring to the attention of the Human Rights and Relations Director any situation in which regularly scheduled progress payments are not made to PBE/DBE subcontractors_ In submitting its bid,the Bidder is certifying that it has contacted City of Omaha Human Rights and Relations Department prior to bid opening regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this project. Failure to comply with the above shall result in the bid being rejected by the City of Omaha_ were contacted; (2) A description of the information provided to PBE/DBEs regarding the plans and specifications for portions of the work to be performed;and, (3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated goals,were not reached_ e. Advertisement in general circulation media,trade association publications,and protected-focus media for a reasonable period before bids are due; f. Notification,in writing,to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited,in sufficient time to allow the PBE/DBEs to participate effectively; ry �' O, O �' a`r o n P rP ,SO � � � = c) Nn �_ � 'O n b N ' P g 0 5' a L-_ N C O n ' � .OUm4 . i^^ � O : u -t O ... O O N 4 1-t R. CD O N a O a n `G z c$ ' a cr Aanh a, . NO o D O O-I. CD 0 CD Z O a � O OW P a 0. \ \ et C .. ►V <9 000cr '161 7D 0 c4 CD `•C r r N cr 0 v'i ,25 N cS 0CD '''''' v....%, N 0O .� � C (D aN x a p N °, 0 cr °, P Co lation, Generated by: admin for project OPW 51548 dmin for project OPW 51548.