RES 1999-1315 - PO to Omaha Standard for dump bodies 1
� r
4:14
�A&10'4. � Public Works Department
•
20,15 n Omaha/Douglas Civic Center
fltri 1819 Farnam Street,Suite 601
f 1 � May 18, 1999
Omaha,Nebraska 68183-0601
•
o (402)444-5220
'4 z0 FEBO5f' ry Telefax(402)444-5248
City of Omaha Don W.Elliott,P.E.
Hal Daub,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 Omaha Standard on the bid for the purchase of four dump bodies to be utilized
by the Street Maintenance Division.
The following bids were received on April 14, 1999.
Contractor Total Bid
OMAHA STANDARD $144,920.00 (LOW BID)
Monroe Truck Equipment $152,976.00
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
p P
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 four dump bodies to be
utilized by the Street Maintenance Division from the Street Maintenance Equipment Organization.
1422, Street and Highway Allocation Fund 103.
Honorable President
and Members o the City Council
Page 2
The Public Works Department recommends the acceptance of the bid from Omaha Standard, in the
amount of$14.4,920.00,being the lowest and best bid received,and requests your consideration and
approval of this Resolution.
Respectfully subm.• =:, •
dr" • `S.1/47,7 -.30 -77
Patrick J. McPherson, Director Date Don . Elliott Date
Administrative Services Public Works Director
Approved: Approved:
lir
-
Louis A. D'Ercole Date Rita Vlademar. a e
Finance Director kku Acting Human Relations Director
Referred to City Council for Consideration:
/ • 4/0y7
Mayor's Office/Title Date
P:\PW1\7188.MAF
- ._,.�,.:W.. ........,.-_.....���..... ................. ......._.....�u:.`a...�<... ...r...«_..u::nks�-.cus.x: -.. :..Y.- Y..:u�.aaL•J':.:]:�:��.r a.;..
•
Interoffice
MEMORANDUM
Dedicated To Excellence
To: Pat Burke,Purchasing Agent
From: Wayne Reed
Subject: Bid Award,Dump Bodies,Street
Date: April 21,1999
The Administrative Services Department,Vehicle Maintenance Division recommends acceptance of
the bid by: Omaha Standard,to supply four(4)Dump Bodies for a bid price of $36,230.00 each,
giving a total price of $144,920.00.
•
Please,Proceed with writing the resolution for the City Council.
Attachment • •
-
PC. Pat McPherson
\ Gary Cvitak
Sue Frank
Harry Owens
Tom McDonald
Larry Herrmann
•
Bid Award,Dump Bodies,Street,2
H W - —
U
E E
<3���;81)20� .-,\
ti> l
�.a ) a,� `'0 \.% . .o
U
c.
. i Z a.
a.
IP 2 @,
Ol
fl
tu ;-`'-) g 1 s:-, r.1-3
c-----4%. .c.- - Z I:2 ' Q A ii c%,(\<, (Ye .4} 1‘
i3
-=-\---&,__ A
,= . ZE
w
Q-
',..k
0 0 0 . o
El
ce ce ce 4
I w w w Cl)Lo co
(I)LLI ILL U IL m W
a E 0 0 0 I-
•
> 2 iL c �`
Ca �� s. I- O H o
C a. m'r, Z Q. CO cn a. Q u, a")
..c Cl)• m 0, a d n- D c� 0 0
CU > e- Q -J EY c 0 Z U
Q •• 0 cu <Z LUO C1 O J n
} g
- CQ wma
O N _ fl cC I m
a
..�_.+' m N E c w 0 i-
V 13. e- 0 o
U a Z W 0713' o 2 o
0 1 a °' 0 Et
w v
ut
a m a E D V 1 0
• • CITY OF OMAHA B.
REQUEST FOR BID AND BID SHEET
•
ON DUMP BODIES-INSTALLED 1ST HALF- 1999
FROM: P. M. Burke Published March 31, 1999
City Purchasing Agent
1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1
1819 Farnam Street
Omaha, Nebraska 68183-0011
BID BOND.OR CERTIFIED CHECK REQUIRED IN THE
AMOUNT OF 5% IF THE TOTAL AMOUNT
FOR 1'Hh;ITEMS OFFERED IS $20,000 OR MORE
•
Bid Closing Date April 14, 1999
11:00 A.M.
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 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet,
DUMP BODIES-INSTALLED 1ST HALF-1999 make suggestions covering reduction in costs wherever this is
2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard
submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change.
3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining.
the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be removed from our
Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check[ ].
unless otherwise indicated by you. Please do not call for this information.
Quote your lowest price, best delivery and terms, F.O.B. delivery point on the items(s) listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
4 each Spreader/Dump Body and Plow to be installed on City of Omaha
furnished 35,000 GVW Cab and Chassis per attached Specifications for
Spreader/Dump Body/Snow Plow (8 pages, 2 drawings) dated
March, 1998 (Revised), and Trip Blade Snow Plows
(3 pages, 1 drawing) dated September, 1998. Estimated
purchases of this equipment will be made in first half- 1999.
MAKE & MODEL OF SPREADER/DUMP BODY OFFERED
MAKE& MODEL HYDRAULIC SYSTEM OFFERED
MAKE & MODEL OF TRIP BLADE SNOW PLOW OFFERED
BID/each $ $
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 Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the
Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita
Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or
SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid.
(Please Print Legibly or Type)
Payment Terms % Firm Incorporated in
Delivery(or completion) Name Signature
calendar days following award Title Phone Fax
Address
HP-8B (94) Street/P.O.Box City State Zip
CITY OF OMAHA
= REQUEST FOR BIDS
ON: DUMP BODIES -INSTALLED 1ST HALF -1999
NOT AN ORDER Page 2
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
TOTAL OF ITEMS BID
(5% Bid Bond to be based on this amount)
Contact Wayne Reed at (402)444-4934 for questions.
Bidder to furnish two copies of descriptive literature for units offered
with bid. Cab and chassis to be delivered approximately 60-90 days
after award (estimated only). All exceptions to specifications to be
detailed and listed on the "Exceptions to Specifications"sheet •
attached.
Liquidated damages will be assessed at a rate of 1% of purchase
order total per calendar day that satisfactory delivery has exceeded
45 days from the date of delivery of chassis-cab to successful vendor
awarded this bid. The amount will be deducted from any monies due
the Contractor by the City.
Books and manuals will be required for each vehicle as indicated in
specifications. City will retain 10% on invoices until all manuals are
delivered.
Separate awards will be made on each item.The City reserves the
right to adjust order quantities at time of order according to budget
considerations.
Unit prices are required.
NOTE: REQUIREMENT FOR BID BOND
The surety company issuing said 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.
SIGN ALL COPIES Firm
By
Title
PH-8C (91) CONTINUATION SHEET
Revised
March, 1998
SPECWICATIONS
FOR
SPREADER/DUMP BODY AND SNOW PLOW
35,000 G.V.W.
GENERAL:
Spreader/Dump body shall be designed for use with single axle, 35,000 G.V.W. chassis and cab
with axle measurement of 108 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 complete unit with a Rexroth hydraulic system
and a Spreadrite GL400 spreader system. The system shall be capable of operating without loss or
gain of power when the plow, dump body and spreading operation is activated or deactivated at the
same time. It is the successful bidder's responsibility to provide this type of unit. Unit furnished
shall have the capability to lower box and plow without engine running.
TYPE:
Spreader/Dump Body shall be completely powered by hydraulics and shall be designed to dump to
rear of vehicle during normal operations but shall convert in a matter of minutes to a spreader
operation.
As per the following manufactured multi-purpose dump body.
Shall be a Monroe Radius Dump Spreader,Henderson Munibody or equal.
BODY:
To be Radius design Box.
Length: 10'0" inside maximum
Width Inside: 7'maximum
Capacity: 5.5 cubic yard maximum level at sides
Head: 10 gauge hi-tensile steel, 7.3 cubic yard minimum design.
Front bulkhead to be straight box design.
SPECIFICATIONS FOR
SPREADER/DUMP BODY AND
SNOW PLOW 35,000 G.V.W.
PAGE 2
Floor: 7 GA. hi-tensile abrasion resisting steel minimum.
Tailgate: Double acting removable 3/16 hi-tensile steel constructed. If single panel
type then it shall have three vertical braces. Material door opening shall be
21" wide x 8-1/2" high to be 1/4" steel.
Cab Protector: To have Cab Protector to cover a minimum of 1/3 of the rear of the cab.
Release lever on left front corner of box, 7.0 minimum cubic yard design.
Sub-Frame All steel constructed sub-frame shall be
Understructure fastened to truck frame at minimum of four(4)
&Hoist: four locations on each side. Note: Wood sills between sub-frame and truck
frame not acceptable. '
Sub-frame shall include body guides,if needed,hinged at end for dumping.
FRONT BOX HOIST:
The hoist shall be of a Telescopic design and have a trunion mounting. The hoist shall be designed
to operate up to 2500 PSI and shall be self-bleeding. The glannds shall each be a continuous cast
bearing, SAE-660 bronze with a tensile strength of 44,000 PSI. Each cylinder shall be internally
sealed. The inside seals shall be of a u-cup design made of nitral packing. The cylinder shall
dismantle easily and overlap between stages for greatly stability. The trunion collar shall be
oscillating. Each rod or pin eye shall have a grease zerk.
WELDING:
All joints and seams shall be fully welded inside, outside of dump body, sub-frame and tailgate.
Skip welding not acceptable.
HYDRAULIC SYSI EM:
The hydraulic system shall provide hydraulic power for the operation of dump body hoist,
hydraulically driven material spreader, snow plow lift and snow plow swing. The hydraulic system
shall be set to operate at 1500 to 2000 P.S.I. as required and shall be protected with a pressure relief
valve. All components of hydraulic system shall be rated to withstand all pressures encountered.
•
SPECIFICATIONS FOR
SPREADER/DUMP BODY AND
SNOW PLOW 35,000 G.V.W.
PAGE 3
HYDRAULIC PUMP DRIVE:
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.
HYDRAULIC PUMP:
Hydraulic pump shall be Rexroth Model A10V071/30LP KC62N00 load sensing type or approved
equal, designed for continuous operation capable of delivering up to forty-two (42) GPM upon
demand contingent on pump R.P.M. •
RESERVOIR:
Shall be combined assembly. To be Component Technology part # CT-VM30S-LS, to be mounted
behind cab on right or left side. Must have minimum of 16" ground clearance and must be able to
fill hydraulic tank with the Box in the down position. To have low oil indicator in tank and a light
on dash in drivers view. To have dry compartment for control valves. •
CONTROLS:
Rexroth MP18ZFCSOL3PB-FCSOL4-FCSOL3PB-SOL3 valve (or equivalent to) with flow
control on each section priority flow on first section only. Plow lift manual palm button overrides
on three on three sections. Six (6) section valve assembly. To have valves to operate: 1 for Main
Conveyor, 1 for Side Conveyor, 1 for Dump Box, 1 for Plow Up, 1 for Plow Right & Left, and 1
For Rear & Side Spinner. Valves to be located in dry compartment .in hydraulic tank with easy
access. Spreader control console to include spreader control, Model Spreadrite GL 400, plow
switches, dump box switch, strobe light switch, print out port, spinner light switch wiring harness
with quick disconnects at console. Part #CTRSDS2C000EL. Must be able to run one or both
front spinners at the same time or the rear to be run separate. To have printer or hand held device to
read counsel report.
Spreader control shall be automatic, coordinate conveyor speed with the speed of the vehicle and
sense differences in speed of vehicle and make corrections in the conveyor speed thereby
automatically maintaining a uniform delivery of materials regardless of the vehicle speed.
The spreader control system must be capable of maintaining the desired amount of material delivery
from 200 pounds per lane mile up to 1200 pounds per lane mile plus or minus five (5%)percent. At
45 Miles per Hour.
Spreader control console shall be dash mounted in cab of vehicle, within easy reach of the operator.
(Not to be mounted on top of dash.)
SPECIFICATIONS FOR
SPREADER/DUMP BODY AND
SNOW PLOW 35,000 G.V.W.
PAGE 4
It shall be the responsibility of the successful bidder to install spreader control system and to
demonstrate compliance of these specifications.
•
SUCTION LINE: •
Suction line from oil reservoir to hydraulic pump shall be two (2) inch I.D. SAE-100-4. Shall be
weatherhead H039. (NO ECEPTIONS)
Shall be clamped with heavy duty bolt type clamps, shall be fastened to truck frame at three foot
spacing with steel clamps and they shall not compress or kink hose.
RETURN LINE:
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)
Shall have return manifold located at front of truck at cross member.
4-one-half(1/2") inch holes for plow -right, left and pump plus one (1) spare.
1 - three-quarter(3/4") inch hole for return from manifold to rear manifold.
•
Manifold to be tied together with common hose to be filtered at tank.
No pipe T's to be used as manifolds or with return lines.
HYDRAULIC PRESSURE HOSES:
All hydraulic pressure hoses shall be a minimum of two (2) wire braid, with a bursting pressure of
four (4) times the operating pressure. All hydraulic hoses to have high pressure swivel couplings
each end. Shall be weatherhead H425. (NO EXCEPTIONS)
Pressure hoses from control valves to snow plow lift and swing cylinders shall be one-half (1/2)
with ID and shall extend twelve (12)inches beyond left exterior side of grille assembly and shall be
capped. Pressure hoses shall be securely fastened to inside of truck frame at three (3) foot spacing
with rubber covered steel flanges.
Pressure hoses from control valves to dump body lift cylinders and control valve shall be three-
quarter(3/4)inch I.D.
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.
•
SPECIFICATIONS FOR
SPREADER/DUMP BODY AND
SNOW PLOW 35,000 G.V.W. •
PAGE 5
ELECTRICAL:
Electrical power for all Rexroth electric control valves shall be run in one-half (1/2) inch flexible
liquid-tight conduit or braided covering and shall be fastened with ninety (90) degrees liquid tight
connectors at control valves and left front of firewall on truck cab.
Power feed to control valve switches shall be from an IHC twenty (20) amp circuit breaker. Twelve
(12) gauge wire size for power feed from battery terminal to solenoid.
All body clearance lights-, cluster and reflectors to be furnished, installed and connected to comply
with current provisions of Federal Regulations. All wiring to be gun in plastic loom and securely
fastened to body. All strobe lights are to be wired into the spreader control console.
CONVEYOR ASSEMBLY:
Shall be part of Dump Body floor.
Shall have a steel cover to cover conveyor when not in use.
The conveyor hydraulic motor shall have included internal application rate sensor. The application
rate sensors shall have protective cover. The body conveyor shall be 34" wide and shall have
24,500 pound tensile strength per strand pintle chain, with 1-1/2" x 1/2" bar flights on 4-1/2"
centers. The conveyor shall be driven by one high torque/variable speed 6:1 spur gearbox and
hydraulic motor with ground speed sensor. On the gearboxes, there shall be 8 tooth sprockets
keyed to the 2" drive and idler shafts. Conveyor drive shaft shall have heavy duty dust sealed self-
aligning four bolt flange bearings. There shall be a heavy duty idler assembly that will provide
adjustment for proper conveyor chain tension by use of slide rail style adjusters shall have a 3/16"
steel cover for conveyor cover.
SPREADER SPINNER:
Spinner assembly shall consist of a mounting bracket, and spinner at two (2) locations, left front,
right front and rear of dump box. Must be able to operate one front spinner at a time. Shall have an
orbital hydraulic motor connected directly to the spinner shaft. Spinner assembly shall be
adjustable for the control of material spreading pattern and removable for summer operation. To
have chute to direct the material to the spinners on front and rear. Must have and be able to use
ground speed sensors at each location.
SPECIFICATIONS FOR
SPREADER/DUMP BODY AND
SNOW PLOW 35,000 G.V.W.
PAGE 6
MOUNTING:
•
Mounting of hydraulic pump drive, hydraulic pump, reservoir, dump hoist, dump body 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-twenty (20) days from delivery date of truck
chassis.
All mounting bolts shall be heat-treated grade eight (8) minimum.
All mounting bolt holes shall be drilled.
Truck frame flanges shall not be drilled or welded for mounting spreader/dump body components
to truck frame. •
All bolts used for manufacture and mounting shall meet S.A.E. 429 specifications.
FRONT CROSS CONVEYER:
Shall be hydraulic driven to deliver material to front spinner. Material to be supplied to side
spinner by means of conveyer belt or single auger, minimum of 8", maximum of 10"•diameter.
Either to be operated by a Hydraulic Driven Gear-Box. Both must be able to be cleaned easily if
jammed by foreign material. If belt driven, must have adjustable bearing to assure smooth
operation. Must be able to adjust at location with easy reach.
PAINTING:
NOTE: Solvent test must be performed 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 okay, 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 Wash primer*, a minimum .4 mils is
required.
3)Prime the entire unit with Sherwin-Williams PSE-4600 epoxy sealer*, a dry film thickness of 2.0
-2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours.
4) Topcoat with Sherwin-Williams Low VOC Sunfire*. Spray to match vehicle and have a
minimum 2.0 - 2.5 mils dry film thickness.
5)The entire system should have a minimum of 4.4 dry film thickness.
SPECIFICATIONS FOR •
SPREADER/DUMP BODY AND
SNOW PLOW 35,000 G.V.W.
PAGE 7 •
System B
1) Scuff sand factory primer with a 3M-7447 scuff pad or 320 grit sandpaper.
2)Blow off and solvent clean with Sherwin-Williams W4K157*Low VOC. Solvent Cleaner.
3) Seal the entire unit with Sherwin-Williams PSE-4600 Epoxy Sealer, a dry film thickness of 2.0 -
2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours.
4) Topcoat with Sherwin-Williams Low VOC Sunfire*. Spray to match vehicle and have a
minimum 2.0-2.5 mils dry film thickness.
5)The entire system should have a minimum of 4.4 dry film thickness.
* Follow guidelines outlined by the manufacturers Technical Product Data Sheets.
MANUALS:
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.
ADDITIONAL REQUIREMENTS: •
Built in dual safety dual bar to support dump body in up-position while making repairs.
Must have adequate clearance between body and tires for tire chains.
Body to be equipped with flexible-type mud guards on rear of body and 10 gauge steel plate mud
guards, minimum of 28" long. All steel ladder to be installed each side of body to dump box.
No dealer decals.
To have ladders on both sides of box. To be mounted so that you may enter the box without
interference of the tarp.(See print).
Must have easy cover tarp model 400 under mount springs assembly installed on box.
It shall be the responsibility of the body supplier to Ziebart rustproof entire chassis, cab and dump
body. .
SPECIFICATIONS FOR
SPREADER/DUMP BODY AND
SNOW PLOW 35,000 G.V.W.
PAGE 8
To furnish and install rear bumper and hitch as per attached drawing.
Must have rear fenders to cover rear wheels.
WARRANTY:
Manufacturer's standard warranty to apply and to include one year total parts and labor warranty
and/or 12,000 miles after satisfactory acceptance of the vehicle.
The vendor will be responsible for providing all warranty work within the Metro area of Omaha. •
If warranty work is not available within the Metro area the vendor will be responsible for any cost
including transportation. Work and parts must be available within 24 hours of the vehicle breaking
down.
DELIVERY:
Unit to be delivered to the City of Omaha, Vehicle Maintenance •
Facility, 2606 North 26th Street, fully serviced to recommended new vehicle specifications. If the
vendor is not in the City of Omaha area the City will not be responsible for any cost from pickup or
the delivery of any vehicle or mounted equipment.
Bidder shall state delivery time with bid. Bid will not be considered if not listed.
If the units are installed outside the Metro Area, a Pre-delivery to be completed prior to shipping.
The supplier to provide air fare and lodging to Vehicle Maintenance personnel and provide ample
time to complete the pre-delivery inspection in supplier location.
•
•
•
•
Spreader Dump Body and Plow
Street 4
•
•
- • •
•
•
•
•
•
•
• r -
.y • ...1
s
-
•c
L- • IC.•
•
•
•
• •
m.
L4 la ._ A •
•
•
•
•
•
•
•
•
• . . •
•
• - •
tl•
j sArdlire• =Tub.,.n
• -a
•
•
•
• •
•
•
Om. - -_ -
•
•
•
•
••
• •
•
•
•
- -
• • 0 . • •
•
•.• . .•. a -
• _MP e •
•
• •
.• j •
•
. • • • •
. - '� • . •
..1 r
•
•
•
�- a 0 t
• • fc GL l3. r , • -• • •
p 1ci7" \
,v
•
• , • .t .
. •
•
.. . G.-t- tlIr:r.'-e--. - .'
1 4r.: ----:D f.- ---\\Sr . ty.:401,..t....,4
1 i c,alsc1 "• N
li c\----1 I .. .
Ng._ FA.ta F`.
- 7t Lr cf F r (�
i
• .c ,, :3.G4;v ce.•
•
_
crI•c
•
. , i`LPl. -
,►cis J1.
i _ I .
3r
t i-r'/_v.E"� h'.Cl
u fr17 4,/rX 7a( B - - • . - •• -'`•j`s'
.4 ." • -
p _
r
•
September, 1998
SPECIFICATIONS •
FOR
HYDRAULIC REVERSIBLE
TRIP-BLADE SNOW PLOWS
(Truck Mounted)
GENERAL:
Truck mounted snow plows 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 units bid with the proposal.
TYPE:
These specifications are for snow plow moldboard assemblies with hydraulic reversing push
frames only, designed to fit present City of Omaha truck mounted push frames and lifting
mechanisms. Delete caster wheels and skid shoes. No dealer decals.
MOLDBOARD:
Heavy duty type, designed for high speed operations.
Length: 10 foot
Height: 36 inch minimum, 38 inch maximum
Thickness: 7 gauge minimum
Curvature: 23 degrees minimum, 24 degrees maximum
Weight: 1450 lbs. minimum weight of reversing push frame, moldboard with two
1/2" x 8" x 10' cutting edge.
Braces: Minimum of five (5) vertical braces, full
length top and bottom bracing.
Cutting Edges: One piece 1/2" x 8" x 10'cutting edge with standard AASHO punching.
To be bolted on.
Trip: Spring loaded adjustable, full moldboard trip minimum. Minimum of four
(4) trip springs.
•
Lifting Device: Lifting cable arrangement to be same as presently being used on City of
Omaha snow plows. Lifting cable 1/2" x 8', 6 x 19, i.w.r.c. Must also
include City of Omaha sheeve type Roller.
SPECIFICATIONS FOR HYDRAULIC •
REVERSIBLE TRIP-BLADE SNOW PLOWS •
(TRUCK MOUNTED)
PAGE -2-
•
REVERSIBLE PUSH FRAME: •
Reversing push frames on new snowplows shall fitpresent Cityof 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.
See attached drawing for minimum requirements for snow plow push frame hookup.
HYDRAULIC REVERSING SYSTEM:
Hydraulic reversing system shall be equal to system presently used of City of Omaha snow plows
• complete with hydraulic cylinders, hoses, cushion valve and quick couplers. Hydraulic quick
couplers shall be interchangeable with quick couplers 3/8 Aero Quip, Male#5602-6-65,Female
#5601-6-65.
MOUNTING:
•
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 ten (10)
days from delivery date.
All bolts to be heat treated grade eight(8) minimum.
All bolts used for manufacture and mounting shall meet S.A.E. J 429 specifications.
PAINT:
Snow plows shall be primed with two coats of zinc chromate primer and shall be painted Dupont
Orange #83-876-DH.
PARTS LIST:
Two (2) copies of parts list on all components of snow plows shall be provided with each unit.
WARRANTY:
Manufacturer's standard warranty to apply and to include one year total parts and labor warranty
and/or 12,000 miles after satisfactory acceptance of the vehicle.
The vendor will be responsible for providing all warranty work within the Metro area of Omaha.
•
•
SPECIFICATIONS FOR HYDRAULIC
REVERSIBLE TRIP-BLADE SNOW PLOWS
(TRUCK MOUNTED)
PAGE 3
If warrantywork is not available within the Metro area, the vendor will be responsible for any
P
cost including transportation.
DELIVERY: •
Unit to be delivered to the City of Omaha, Vehicle Maintenance Facility, 2606 North 26th Street,
fully serviced to recommended new vehicle specifications. If the vendor is not in the City of
Omaha area, the City will not be responsible for any cost from pickup or the delivery of any
vehicle or mounted equipment.
Bidder shall state delivery time with bid. Bid will not be considered if not listed.
•
•
Trip Blade Snow Plow
Street 8
,. . .. .
. .. • .
r \LI —
„ .
• ••• o • .5&,
.
ki
4
. \t• 1Mg
. ‘44 —1\
.
. ?
'ct
. • oc- ‘1.1 -.
• \Th - '4:-. :. c x; V
<.,*`*. .- c`-'
--- -z..._ • . 11111, —
.
•
. .
. , ly 7---- •
- . • I .
. .
.
-ro •
I . 1 . . .
L:1-7 \ .
'a •
•
. .._
.esesk• .
\kr .
•" z ..
-str
-
_•-k
3
7\'
. ..
6 <.5
•
. \• ‘.4
. t-1 •
. . .
. 44,
•
• I <
.
i \
I
V • / • . . .
.
•
, • •
• , i
•
1 1
\ . . .
• .
1-<— -----c-?- ---- I • .
. • . •
•
. ,
•
. .
• ..,
L__
EXCEPTIONS TO SPECIFICATIONS
Check One
The equipment offered meets all specifications as set forth in the bid.
Name (print)
Signed
Title
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
c-25A CITY OF OMAHA .
LEGISLATIVE CHAMBER
Omaha,Nebr oM4y 1$4 19 99
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on April 14, 1999, for the purchase of four dump .
bodies to be utilized by the Street Maintenance Division; and,
WHEREAS,Omaha Standard submitted a bid of$144,920.00,being the lowest and
best bid received for the purchase of four dump bodies.
NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT,the bid of$144,920.00 from Omaha Standard for the purchase of four dump
bodies to be utilized by the Street 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, be accepted and the
purchase order be issued.
BE IT FURTHER RESOLVED:
THAT, the Purchasing Agent be authorized to issue a purchase order to Omaha
Standard for the purchase of four dump bodies.
BE IT ALSO FURTHER RESOLVED:
'THAT, the Finance Department is authorized to pay the cost of for the purchase of
four dump bodies from the Street Maintenance Equipment Organization 1422, Street and Highway
Allocation Fund 103.
APPRO D A T ORM: -
P:\PW1\7189.MAF ./—89.MAF � /Z-LZ7
A SI T CITY ATTORNEY DATE
By 400101,1641%14..
- Councilmember
Adopted MAY 1. 8 1999 4_Q
gal
e City Clerk 41111)1(
Approved ' .. .1 /'
•
' o . o= c a. (0 * c ZD
(� `� ` 6 ,.Q O N .-! CAD CIQ
:� .co 0 �G '� O G p N
\ 0 P ,ri t:i sr ,-, 0
-1-1 � d �
N CD a afo
O. CD CD a. p., Pi. C p CD N O
W r- C/) CD O� '...
•
Ng •�� •C 0 C0D
C
7-112*
�l.
ti
if...*� ' ;,y + 1�,A ..'
a ,. ° t?
• 4
a
i
.