RES 2004-0848 - PO to All Truck Equipment for dump body and hydraulics system •
��N1AHA,NFd
40 „d r � {t Public Works Department
ofri_ Omaha/Douglas Civic Center
® rtr'' tf - JUL -2 ` i i 1819 Farnam Street,Suite 601
°p'' .•` "' Omaha,Nebraska 68183-0601
OP'1.40
FE91LJ��yry C 1 ° Y CLERK (402)444-5220
O i A H A, N E B R A S i A Telefax(402)444-5248
City of Omaha i • Norm Jackman,P.E.
Mike Fahey,Mayor Acting 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 All Truck Equipment on the bid for the purchase of a dump body and
hydraulics system with a reversible trip-blade snow plow to be utilized by the Sewer
Maintenance Division.
The following bids were received on May 19, 2004.
Contractor Base Bid •
ALL TRUCK EQUIPMENT $25,148.00 (LOW BID)
Omaha Standard Truck Equipment Company $26,771.00
Northern Truck Equipment - $33,916.00
It is recommended that an option an air activated tailgate release in the amount of$220.00 also
be accepted bringing the total purchase price to $25,368.00.
A copy of the bid documents is on file and available for inspection and review in the City Clerk's
office.
The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is
City policy, the Human Relations Director will review the contractor to ensure compliance with.
the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of the purchase of a dump body and
hydraulics system with a reversible trip-blade snow plow from the Sewer Maintenance
Organization 116511, Sewer Revenue Fund 21121, year 2004 expenditure.
Honorable President
and Members of the City Council
Page -2-
The Public Works Department recommends the acceptance of the bid from All Truck Equipment
in the amount of $25,368.00, 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:
2
6) - 1 -°V g -2./
& -
rm Jackman, P.E.1 A Date Mayor's Office Date
Planning Director
Approved: Approved:
fattt ,
f
LabtoloA /Zf4c1
Carol A. Ebdon Date 'Gail Kinsey T omps n Date
Finance Directo Human Relations Director
P:\PW\2165sap.doc
CITY OF OMAHA
REQUEST FOR BID AND BID SHEET Vt>3.
ON: DUMP BODY,HYDRAULICS AND SNOW PLOW
FROM: P.M. Burke Published April 28.2004
City Purchasing Agent NOT AN ORDER Page 1
1003 Omaha-Douglas Civic Center
1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT
Omaha,Nebraska 68183-0011 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM
OFFERED IS 520,000 OR MORE.
Bid Closing Date
11:00 A.M. May 12,2004
IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct.
Exemption certificates will be furnished. Do not include tax in bid.
1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER,
1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated.
in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
DUMP BODY,HYDRAULICS AND SNOW PLOW
6. When submitting bid on items listed,bidder may on a separate sheet,make
2.As evidence of good faith a bid bond or certified check must be submitted with bid. 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 desire to bid,return sheets with reasons for declining. Failure to do so
have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of
accept or reject any part of your bid unless otherwise indicated by you. tabulation,check( ).
PLEASE DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms, F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
1 each Dump body & hydraulics (9 pages specifications with ®p
two diagrams dated March, 2004). BID $AO /
f
1 each Hydraulic reversible trip-blade snow plow 10 foot truck mounted
(4 pages specifications dated March 2004 with two
diagrams) BID $
4,51.
TOTAL BID $ : •-'
(5% Bid Bond to be based on this amount.)
•
Two copies of descriptive literature are required for each unit bid.
Prompt delivery is an essential element of this bid.
Delivery may be made in W-740 days following award of order.
The City will retain 10% on invoices until all manuals are received.
Questions regarding this bid may be directed to Dave North
at(402)660-3215. •
All contractors can obtain a current City of Omaha Certified Protected Business EnterpriselCertmed Business Enterprise(PBEIDBE)listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on'DEPARTMENTS';Click on'HUMAN RELATIONS';Click on'PBE/DBE CERTIFIED LISTINGS'.
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 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 Relations Department. Any questions regarding the
Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Relations Department at(402)444-5055. '
* Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid.
(PLEASE PRINT LEGIBLY
gO,R�TYPE)
Payment Terms30 % 1t.�.� Firm / Lt IR..iLretylliff-11/fr/�L"yllif'r'u fr Incorporated in
Delivery(or completion) Name //S ,4 747 �e�i✓C� Signaturep�y�'t'11.4'16) calendar days following award Title �l VE(Z {� Phone `- 1�-5]...1(FT�L Fax `1 -�J 7.�-7�67
Address 1es L% L. CIL f- OrtrtAi ,`t'e- 0013
Street/P.O. Box City State Zip
Email Address
CITY OF OMAHA
REQUEST FOR BIDS
ON: DUMP BODY, HYDRAULICS AND SNOW PLOW
NOT AN ORDER Page 2
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
NOTE: REQUIREMENTS FOR BID OR PERFORMANCE BOND
The surety company issuing the bid bond or the performance
bond should be licensed by the State of Nebraska and listed
on the current edition of Circular 570 of the United States
Department of the Treasury. A certified check, an official bank
check, or 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.
I _
SIGN ALL COPIES Firm tia1
<, By Z
Title QtvmExi
PH-8C (91) CONTINUATION SHEET
,
l
��t11hHA.Nvr6 Finance Department
:1/40 'rt Purchasing Division
84
t! r 1 . %
t +9 ".. n Omaha/Douglas Civic Center
® IEJJ n _'� 1819 Farnam Street,Suite 1003
G' '• Omaha,Nebraska 68183-1003
. AO'PATfD FEBa.Nt•1' • (402)444-5400
Fax(402)444-5423
City of Omaha P.M.Burke
Mike Fahey,Mayor Purchasing Agent
May 10, 2004
NOTICE TO BIDDERS:
REQUEST FOR PROPOSAL
DUMP BODY, HYDRAULICS & SNOW PLOW 1
Original Closing Date: May 12, 2004 at 11:00 A.M.
Revised Closing Date: May 19, 2004 at 11:00 A.M.
ADDENDUM #1:
The closing date for the above referenced Request for Proposal has been extended to
May 19, 2004 at 11:00 A.M.
CORRECTION:
8. HYDRAULIC PUMP DRIVE
A. Should read•The Hydraulic system shall provide Hydraulic power for the
hydraulically dump box, snow plow lift and the snow plow swing.
B. Should read The hydraulic system be set to operate at 1500 to 2500
P.S.I. •
11. CONTROLS
D. Should read•Three 3 section valve assembly. •
F. Controls for dump box and plow will be lighted rocker style switches
mounted in the dash of the truck.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND
RETURNING THIS ADDENDUM WITH YOUR BID.
Pat Burke � , / .
City Purch si / ent
/ .
PMB:kf es�` , 1'2
• Name ,-
Vev,, e_ii/.try___
Signed By
Title
March 2004
SPECIFICATIONS
FOR
DUMP BODY
AND
HYDRAULIC SYSTEM
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. Vehicle must comply with current provisions of the
National Traffic and Motor Vehicle safety Act.
Dump Body shall be designed for use with tandem axle, 58,000 GVW Cab & Chassis to trunion
with axle measurement of 150 inches. Dump body, hoist, hydraulic pump, hydraulic power drive
and controls to be of the latest current models manufactured. Bidders are to supply full
description and descriptive materials on unit bid with the proposal.
It is the intent of these specifications to provide a compatible unit with a load sensing hydraulic
system. The system shall be capable of operating without loss or gain of power when the plow,
dump body at the same time. It is the successful bidder's responsibility to provide and install this
type of unit. Unit furnished shall have the capability to lower box without engine running.
Meet Specification-Please indicate-(if other explain on comment line).
Yes No Other 1. TYPE
A. Dump Body shall be completely powered by hydraulics
and shall be designed to dump to rear of vehicle during
normal operations. -
Other or Comment
Yes No Other 2. BODY
A. Length to be 14'inside, minimum.
_ 8y 'l B. Width Inside: 8' minimum.
C. Capacity: 10 cubic yard minimum level at sides
D. Head: 7 gauge hi-tensile corten steel, 12 cubic
yard minimum design. Front bulkhead to be
straight box design.
E. Floor: '/"with Hi Tensile abrasion resisting steel
minimum.
Other or Comment
•
Dump Body, Sewer
Page 2 of 9
Yes No Other 3. TAILGATE
A. Double acting removable 7 gauge hi-tensile corten steel
constructed.
X__ B. If single panel type, then it shall have three (3) vertical
braces.
____ C. Shall have spreader chains, release lever on left front corner
of box, 10 minimum cubic yard design. Tailgate is double-
acting. CC
D. Air activated tailgate release. OPTION PRICES AD.()
Other or Comment
Yes No Other 4. SUB-FRAME, UNDERSTRUCTURE AND HOIST
A. All steel constructed sub-frame shall be fastened at
minimum of four(4) locations on each side. Note:
wood sills between sub-frame and truck frame not
acceptable.
B. Outer floor supports-4" I-Beam on 12" centers, welded
directly into rub rails.
C. Gusset reinforcing floor supports to longitudinals
)( fr.j-Wr D. Substructure to be 1/4" formed channel longitudinals
members spaced 34" apart with interlaced cross members.
Other or Comments
Yes No Other 5. WELDING
A. All joints and seams shall be fully welded inside, outside
of dump body, sub-frame and tailgate. Skip welding not
acceptable.
Other or Comment-
Yes No Other 6. CAB PROTECTOR
A. All steel constructed, 8 gauge sheet steel minimum, fully
welded and gusseted, leading edge of cab protector shall
be box type construction for added strength. Cab protector
shall protect a minimum of one-third (1/3) of top of truck
cab.
Other or Comment
Dump Body, Sewer
Page 3 of 9
Yes No Other 7. LIGHTS
A. Two (2)Target Tech 851 strobe light with base 210846 one (1)
to be mounted on dump box frame on a swivel bar as to tilt
when the box is raised. To have one (1) mounted in the center
• of the cab roof. To have recessed strobe lights on the
rear box to be rubber mounted one (1)blue and one (1) amber
lens to be approximately 6" long and 2" deep. To be Signal
Tech Led 607101-3 blue and Led 607101-2 amber lens.
To 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.
No type of solenoid shall be used in the system. All strobe light
wires are to be protected by plastic loom covering.
Other or Comment
Yes No Other 8. HYDRAULIC PUMP DRIVE
A. The hydraulic system shall provide hydraulic power for the
operation of the shuttle system hoist, hydraulically driven
snow plow , body ing.
B. The hydrauliclift systemdump shall be
and set tosnow operateplow atsw 1500 to
4200 P.S.I. as required.
C. Shall be protected with a pressure relief valve.
D. All components of hydraulic system shall be rated to withstand
all pressures encountered.
E. Must have manual hydraulic dump valve mounted on plow
frame to release hydraulic pressure from plow back to tank so
you can hook and unhook hydraulic hoses.
F. Hydraulic pump shall be front of engine, crankshaft driven.
Drive line from front of engine to hydraulic pump shall be of
tubular construction with slip yoke. It is very important that
the drive line be balanced and aligned properly to eliminate
vibration.
Other or Comment
Dump Body, Sewer
Page4of9
•
Yes No Other 9. HYDRAULIC PUMP
A. Hydraulic pump shall be Rexroth Model A10V071DFR/30LP
KC62N00 load sensing type or approved equal, designed for
• continuous operation capable of delivering up to 42 GPM upon
demand contingent on pump R.P.M.
Other or Comment
Yes No Other - 10. RESERVOIR
_X__ A. Shall be combined assembly. To be mounted to frame as
close as possible to cab. Must not exceed 24"wide.
B. Must be able to fill hydraulic tank with the box in the down
position.
C. To have low oil indicator in tank and a light on dash in
driver's view.
D. To have dry compartment for control valves.
E. It shall be the responsibility of the successful bidder to
install control system and to demonstrate compliance of
these specifications.
Other or Comment
Yes No Other 11. CONTROLS
A. Cut out cover for flow control adjustment to be located on
hydraulic tank end.
B. Rexroth MP18ZFCSOL3PB-FCSOL4-FCSOL3PB-SOL3
valve (or equivalent to) with flow control on each section
priority flow on first section only.
C. Plow lift manual palm button overrides on three (3) sections.
X
' 7 f �� D. Five (5) section valve assembly.
� p �'� E. Valves to be located in dry compartment in hydraulic tank
Ps�I��'" with easy access.
Other or Comment
Dump Body, Sewer
Page 5 of 9
Yes No Other 12. SUCTION LINE
A. Suction line from oil reservoir to hydraulic pump shall
be two (2) inch I.D. SAE-100-4.
B. Shall be clamped with heavy duty bolt type clamps,
• shall be fastened to truck frame at three(3) foot spacing
with steel clamps, and they shall not compress or kink
hose.
C. Shall be weather-head H039. NO EXCEPTIONS)
Other or Comment
Yes No Other 13. RETURN LINE
A. Control valves return line to oil reservoir shall be one and one-
quarter(1 1/4) inch ID. Single wire braid SAE-100-R1. Shall
be Weatherhead H100 R1. (NO EXCEPTIONS)
Other or Comment
Yes No Other 14. HYDRAULIC PRESSURE HOSES
A. All hydraulic pressure hoses shall be a minimum of two (2)
wire braid, with a bursting pressure of four(4) times the
operating pressure.
B. All hydraulic hoses to have high pressure swivel couplings
each end.
C. Pressure hoses from control valves to snow plow lift and
swing cylinders shall be one-half(1/2") inch ID and shall
extend 12"beyond left exterior side of grille assembly and
shall be capped.
D. Pressure hoses shall be securely fastened to inside of truck
frame at three (3) foot spacing with rubber covered steel
flanges.
E. Shall be Weatherhead H425. NO EXCEPTIONS
F. Pressure hoses from control valves to dump body lift cylinders
shall be three-quarter(3/4) inch I.D.
X G. Pressure hose from hydraulic pump to control valves shall be
one (1) inch I.D. and shall be securely fastened to the truck
frame at three (3) foot spacing with rubber covered steel
clamps.
Other or Comment
.1.
Dump Body, Sewer
Page 6 of 9
•
Yes No Other 15. ELECTRICAL
A. Electrical power for all Rexroth electrical control valves
shall be run in one-half(1/2) inch flexible liquid-tight
conduit and shall be fastened with 90 degrees liquid
tight connectors at control valves and left front of fire-
wall on truck cab.
B. Power feed to control valve switches shall be from IHC
20 amp circuit breaker. Twelve (12) gauge wire size for
power feed from battery terminal to solenoid.
C. All body clearance lights, cluster and reflectors to be
furnished, installed and connected to comply with current
provisions of Federal regulations.
D. All wiring to be run in plastic loom and securely fastened to
body.
E. Wire all strobe lights into dash rocker switch.
F. If taillights are removed from frame, they are to be reinstalled
and wired at rear of frame.
Other or Comment
Yes No Other 16. MOUNTING
X A. Mounting of hydraulic pump drive, hydraulic pump, reservoir
dump hoist, dump body, hopper, plow and all hydraulic
components to the City of Omaha furnished truck chassis
shall be accomplished by the successful bidder, cost of which
shall not be paid for directly,but shall be considered incidental
to the bid price. Unit shall be mounted locally, within 20 days
from delivery date of truck chassis.
B. All mounting bolts shall be heat-treated grade eight (8)
minimum.
C. All bolts used for manufacture and mounting shall meet
S.A.E.J. 429 specifications.
D. All mounting bolts shall be drilled.
E. Truck frame flanges shall not be drilled or welded for
mounting dump body components to truck frame.
___ F. Hydraulic oil reservoir interior, exterior and dump body
shall be thoroughly cleansed(sandblasted) to remove weld
slag, splatter, mill scale and rust.
Other or Comment
L
Dump Body, Sewer
Page7of9
Yes No Other 17. PAINTING '
A. NOTE: Solvent test must be preformed to check integrity of
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
ok, follow the guidelines established with system B.
SYSTEM A:
1) Remove factory primer to bare substrate.
2) Treat bare substrate with Sherwin-Williams E2-G973 Vinyl Washer Primer*, a minimum .4
mils is required.
3) Prime the entire unit with Sherwin-Williams PSE-4600 epoxy sealer*, a dry film thickness of
2.0-2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours.
4) Topcoat with Sherwin-Williams Low VOC Sunfire*. Spray to match vehicle and have a
minimum 2.0-2.5 mils dry film thickness.
5) The entire system should have a minimum of 4.4 dry film thickness.
SYSTEM B:
1) Scuffs sand factory primer with a 3M-7447 scuff pad or 320 grit sandpaper.
2) Blow off and solvent clean with Sherwin-Williams W4K157* Low VOC. Solvent Cleaner.
3) Seal the entire unit with Sherwin-Williams PSE-4600 Epoxy Sealer, a dry film thickness of
2.0-2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours.
4) Topcoat with Sherwin-Williams Low VOC Suflfire*. 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 Date Sheets.
Other or Comment
4
Dump Body, Sewer
Page 9 of 9
Yes No Other 21. WARRANTY •
A. The successful bidder shall warranty all components of
the Dump Body for one (1) full year from date of
satisfactory delivery. The warranty shall cover
materials and workmanship.
B. Manufacturer's standard warranty to apply and include one
(1) year total parts and labor warranty and/or 12,000 miles
after satisfactory acceptance of the vehicle.
X C. The vendor will be responsible for providing all warranty
work within 25 driveable miles from 72nd &Dodge. If
warranty work is not available within the above described,
the vendor will be responsible for any cost including
transportation.
D. The vendor must be able to provide warranty work within
24-hours of break down. If there is no local dealer the vendor
must locate and/or provide the work within the 24-hour time
frame.
E. The vendor must be able to provide needed parts within 24-
hours of break down. If shipping by air is needed, the dealer
mill be responsible for any additional cost.
F. If no local dealer the vendor is to state how they will provide
parts and timetable. This information must be included in bid.
Other or Comment
Yes No Other 22. DELIVERY
A. Unit to be delivered to the City of Omaha, Fleet
Management Facility, 2606 North 26th Street, fully
serviced to recommended new vehicle specifications.
If the vendor is not in the City of Omaha area , the City
will not be responsible for any cost from pickup or the
delivery or mounted equipment.
Bidder shall state a delivery time with bid. Bid will not be considered if not listed.
Other or Comment
2004 Dump Body and Hyd. System, Sewer
Dump Body, Sewer
Page 8 of 9
Yes No Other 18. MANUALS
A. The following sets of manuals shall be provided with
each unit on all components of unit.
Two (2) copies of maintenance and operation manuals.
Two (2) copies of parts lists on all components of unit.
Two (2) copies of hydraulic circuits.
Two (2) copies of electrical circuits.
Other or Comment
Yes No Other 19. ADDITIONAL REQUIREMENTS
A. Hydraulic oil reservoir interior, exterior and dump body shall
be thoroughly cleansed (sandblasted) to remove weld slag,
splatter, mill scale and rust.
_X_ B. To have ladder on both sides of box (See Prints).
C. Built in dual safety dual bar to support dump body in up-
position while making repairs.
D. Must have adequate clearance between body and tires for tire
chains.
E. Must have rear fenders to cover tires.
- X-- F. Body to be equipped with flexible-type mud guards on '/4" steel
plate,minimum of 28" long at rear of dump box.
)( G. No dealer decals.
x H. To have"Easy Cover" Model 400 under spring tarp assembly
installed on dump body.
I. To include and install rear bumper per print.
Other or Comment
Yes No Other 20. TRAVEL
__ A. If the units are installed outside the Metro Area, a Pre-
delivery inspection to be completed prior to shipping.
The suppliers to provide air fare and lodging to Fleet
Management personnel and provide ample time to
complete the pre-delivery inspection in supplier location.
Other or Comment
EXCEPTIONS TO SPECIFICATIONS
Check One
The equipment offered meets all specifications as set forth in the bid.
r
Name (print) f10 A`i J e K
Sinned .7
Title C1i;/V€.2
The equipment offered meets all specifications with the following exceptions: -
(Use separate attached sheet if more room is needed.)
j • 13• ,q 3:4's:4,•idi cidi R9" • . •
q. Q. y..,0/49r06. -7 ",.:,hiAr4M e
it . 0 c�,I+ tcL.)• 3 5 k-;46-i VAL114. N7, f jj vet er/
Vre At huAnt- flo g(i4P/617 . ' .
•
Failure to list exceptions may be cause for equipment to be.rejected at time of delivery
Name(print)
Signed
Title .
•
. , 1
•
March 2004
SPECIFICATIONS
FOR
HYDRAULIC REVERSIBLE
TRIP-BLADE SNOW PLOW 10 FOOT
(Truck Mounted)
GENERAL:
Truck mounted snow plow to be heavy duty all steel constructed, hydraulic reversible type with
full moldboard trip, to be the latest current model of standard design. Bidders are to supply full
description and descriptive materials on unit bid with the proposal.
Yes No Other 1. PLOW—TYPE INTEGRAL SHIELD
A. These specifications are for snow plow moldboard
assemblies with hydraulic reversing push frames only,
design to fit present City of Omaha truck mounted push
frames and lifting mechanisms. Delete caster wheels and
skid shoes. No dealer decals. To be high speed with Integral
Shield.
Other or Comment
Yes No Other 2. MOLDBOARD
_X__ A. Length: 10 foot
B. Heights: 36 inch minimum, 38 inch maximum
_ __ C. Thickness: Seven (7) gauge minimum
D. Curvature: 23 degrees minimum, 24 degrees maximum.
E. Weight: 1450 lbs. minimum weight of reversing push
frames, moldboard with two (2) 1/2"x8"x10'
cutting edge.
_ (_ 6 F. Braces: Minimum of five (5) vertical braces, full
length top and bottom bracing.
G. Cutting Edges: One (1)piece ''/z"x8"x10' cutting edge with
(9,
standard AASHO punching. To be bolted
''� �p�e'4 . on To have two (2) cutting edges installed.
�( � St-e st` H. Trip: Spring loaded adjustable, full moldboard trip
O 7. minimum. Minimum of four (4) trip springs.
I. Lifting Devices: Lifting cable arrangement to be same as
presently being used on City of Omaha
snow plows. Lifting cable '/2"x8', 6x19,
i.w.r.c. Cable must be-adjustable. Must also
include City of Omaha sheeve type roller.
Other or Comment
Snow Plow, Sewer
Page 2of 4
Yes No Other 3. REVERSIBLE PUSH FRAME
A. Reversing push frames on new snow plows shall fit present
City of Omaha front truck mounted push fames. It shall be the
Responsibility of the successful bidder for delivering of snow
Plows as per specifications that will mount to present City of
Omaha truck mounted push frames.
See attached drawing for minimum requirements for snow
Plow push frame hookup.
Other or Comment
Yes No Other 4. HYDRAULIC REVERSING SYSTEM
A. Hydraulic reversing system shall be equal to system presently
used on City of Omaha snow plows complete with hydraulic
cylinders, hoses, cushion valve and quick couplers.
B. Hydraulic quick couplers shall be interchangeable with quick
couplers 3/8 Aero Quip, Male#5602*6-65, Female#5601-6-
65.
�
C. All hydraulic hoses to have pipe thread fittings.y
D. To have `Bulldog"style jack to make plows ready to hookup
to truck when not in use. The jacks are to be adjustable and
removable.
Other or Comment
Yes No Other 5. MOUNTING
A. Mounting of snow plows shall be by the successful bidder
locally, cost of which shall not be paid directly but shall be
considered incidental to bid price. Units shall be mounted
within 10 days from delivery date.
B. All bolts to be heat treated grade eight (8) minimum.
_ _ C. All bolts used for manufacture and mounting shall meet S.A.E.
J 429 specifications.
D. Shall have mounting pins and chains as per print.
E. Reversing push frames on new snow plows shall fit present
City of Omaha front truck mounted push frames. It shall be
The responsibility of the successful bidder for delivering of
snow plows as per specifications that will mount to present
City of Omaha truck mounted push frames.
F. See attached drawing for minimum requirements for snow
plow push,frame hookup.
•
Snow Plow, Sewer
Page 3 of 4
G. Push frame is not to swivel.
Other or Comment
Yes No Other 6. PAINT
A. Snow plows shall be primed with two (2) coats of
zinc chromate primer and shall be painted Dupont
Orange#83-876-DH.
Other or Comment
Yes No Other• 7. PARTS LIST
A. Two (2) copies of parts list on all components of snow plows
shall be provided with each unit.
Other or Comment
Yes No Other 8. WARRANTY
A. Manufacturer's standard warranty to apply and to include one
(1) year total parts and labor warranty and/o 12,000 miles after
satisfactory acceptance of the vehicle.
B. The manufacturer's standard warranty shall apply and shall be
in effect for one (1) year from date of satisfactory delivery.
C. Regular manufacturer's standard warranty, manufacturer's
statement of origin, and completed pre-delivery inspection
certificates required with each unit delivered.
D. The manufacturer's standard warranty shall be stated in this
bid.
E. The vendor will be responsible for providing all warranty
work within 25 driveable miles from 72nd &Dodge.
withinthe above described,
warranty work is not available
the vendor will be responsible for any cost including
transportation.
F. The vendor must be able to provide warranty work with 24-
hours of break down. If thereis no local dealer the vendor
must locate and or provide the work with the 24-hour time
frame.
G. The vendor must be able to provide needed parts within 24
T^ hours of break down. If shipping by air is needed, the dealer
will be responsible for any additional cost.
Snow Plow, Sewer
Page 4 of 4
Other or Comment
Yes No Other 9. DELIVERY
A. Unit to be delivered to the City of Omaha, Fleet
Management Facility, 2606 North 26th Street, fully
serviced to recommended new vehicle specifications.
If the vendor is not in the City of Omaha area , the City
will not be responsible for any cost from pickup or the
delivery or mounted equipment.
Bidder shall state a delivery time with bid. Bid will not be considered if not listed.
Other or Comment ly,444 b1it
2004 Snow Plow, Sewer
•
EXCEPTIONS-TO SPECIFICATIONS
2heck One
The equipment offered meets all specifications as set forth in the bid.
Name (print) 2/ ✓4i J -e„ejzZ
•
Signed 3G-" ►a
Title act.9N)(4
The equipment offered meets all specifications with the foilewing exceptions:
(Use separate attached sheet if more room is needed.) _
i 4. oLp p tk (�\ +�- orl f1 G, aeE-�� 14.:
a. � � y
Failure to list exceptions may be cause for equipment to be rejected at time of deliver/
Name (print)
Signed
Title
•
C;t.,... A
...Th%' " :- ja
cat �---
•••„ --5\___N-- 1-1-1' 11 .8 8 „ ,
c= r-jr:::7:›.-: ----:-- ' CL—C c-Z--
V .
. ? \ 3-4
ZD
w _
0;1:%cfte, Z � �
a
ts
w
-2 )‘=:*---- m cl-fx .N Z U Ok
w t
LT)\ -4). - • -
O i m m m
JO. %Illirl
co I-
. v • o 0 0
COo O N
CC _ 4 a N
Z o o
N
L
E 6N ¢ a E H .) (j
U O.
O Z v
cn •�
w 0 � wLi
O t Cl) X 0 t > o
cl °a > o
C� LL �
U = 0
= o v
d. Z ea 1' vsO Cl
L
.
to ir) co
CISQ d >. a 3 .-
.—
I-- n 5 n :�
F- w
p
a
I, w
Z U .
p
a
I- w
z2
Da
I- w
I- w
Z �
1- al
zIX
a
o 0 0
O .\ Frim m
m J
d
N i-
C
O
_ 3 - ii
m
o p � ' O Q - p o
•y Z r H ` t •
CO .> Q I .
a a as
co Q � N C.)U
O CI) Z J (n 5 a
0 .y yQ wp
p w s
0 _
C.) i u. =- -0. !=
O = .00
a> •
a Z } c N
Op T Ili 41)
4.• n o C ..� .0 IC Q
0 0 U
Qa G 3 = r
cl m It C) m �r
c-25a - CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on May 19, 2004 for the purchase of a dump
body and hydraulics system with a reversible trip-blade snow plow to be utilized by the Sewer
Maintenance Division; and,
WHEREAS, All Truck Equipment submitted a bid of $25,368.00, being the
lowest and best bid received within the bid specifications for the purchase of a dump body and
hydraulics system with a reversible trip-blade snow plow.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the bid of $25,368.00, from All Truck Equipment, for the purchase of a
dump body and hydraulics system with a reversible trip-blade snow plow to be utilized by the
Sewer Maintenance Division, a copy of the bid documents is attached and by this reference made
a part hereof, being the lowest and best bid received within the bid specifications be accepted
and the Purchase Order be issued.
BE IT FURTHER RESOLVED:
THAT, the Purchasing Agent be authorized to issue a Purchase Order to All
Truck Equipment for the purchase of a dump body and hydraulics system with a reversible trip-
blade snow plow.
BE IT ALSO FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay the cost for the purchase of a
dump body and hydraulics system with a reversible trip-blade snow plow from Sewer
Maintenance Organization 116511, Sewer Revenue Fund 21121, year 2004 expenditure.
P:\PW\2166sap.doc APP VE AS TO FO •
1 i
DEPUTY CITY ATTORNEY DATE
C.,dr pami .
By
ouncilmember
Adopted .2
�- 1 3 2004 -7'v
City Clerk
Approved hALloa-i—' e,
Ma
O. irii ;.ii
�
o ci O O `0" O� n �' o
or
o
N co
-
p W ° 0 1-• z O b
tS ro o w O R" 5 ' r ;; cD ,, ,N
p -r J O
O CD C A� o 0
c� 2 co co o co '•a P- 0 �-r