Loading...
RES 1999-0806 - PO to Omaha Standard Truck Equipment Co for dump bodies IC M 4 • oMttHA,.Art Parks, Recreation & ��,0 All� ' Q . Public Property Department '' Omaha/Douglas Civic Center r if i a 1819 Famam Street,Suite 701 wT`i.-:i> 99 MAR !9 AM 8: 2 �®4tf � m Omaha,Nebraska 68183-0701 oi,A ° . � J CLERK A (402)444-5900 4. t* FAX(402)444-4921coFEBR O AHA NEBR SKA ames P.Cleary City of Omaha March 30, 1999` Director Hal Daub,Mayor 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 Truck Equipment Co. for three (3) dump bodies for 35, 000 GVW cabs and chassis to be used by the Parks Division of the Parks,Recreation and Public Property Department. The Finance Department is authorized to pay the cost in the amount of$44,493.00($14,831.00 each) from the General Fund 001, Agency 120, and Organization No. 1210, Heavy Equipment. 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 Parks,Recreation and Public Property Department recommends the acceptance of the bid from Omaha Standard Truck Equipment Co. in the total amount of$44,493.00 for three(3) dump bodies being the lowest and best bid received,within the bid specifications,attached hereto and made a part hereof, and request your consideration and approval of this Resolution. Respectfully submitted, Approved: /�i MS,clifOL,Ra3�/lG l/9? Cleary,ames P. Direct Data George Jr. Date Parks, Recreation and Human lations Director Public,Property Department A proved as to Funding: Referred to City Council for Consideration: )-L.c `-if'y , ' v D to Mayor's Office/Title Louis A. D Ercole /��� y Finance Director',�� P:\PRPP\6939.MAF di 0 i cu = o o D C r to o p I m -1 53 n g a. 0 '� z kn > 0 n 03 m `< !n > Co ton a O n n rn v 3 N D Ca = Q° O (D co r o O y o m = -6 —1 m o = O co 0 go rn oo • • m (0Z -0 0 3 0C CD in O OT C o a c - C cQ <• =. 0 -< - o w e —I l E (D W. 03 p ID cn _ O -o -A o2mZa O 0 o CO 1LI co a m s� N. m d R _ 111t' w& 7i .....0 --‘..44P. 3:13 c CL::::::: _ss7=. .. z_ gi I*,,i,j'L‘7)2-4,,,Q ' m t k k 8 4 -,- C-.). i •.711‘ ' ! =I - m , -°rn c 73z n =� a \1 1 ' 1— W — _ p 0_U LL - W , Z V g a. r► illb Q' ..65t=,I°''. Z ";c7-) � , � \ ,z J .q ." ___. ....) 1 (----N:Th4).1•\6-_,_ id . . Z E 1 ...,.r. :::—. Z i: e--- -N.. I-- W Mk \ W 14j v LL 0 2 co co rn W W -I cu a CC I- O a) a A A a) V LLB. (}/� Z m E eL `A 5 O U OU p c - O >- = m Z - o 0 Q 0 o a o o ° °° cc 0 W c 'co m 2 F= t M 5 g r o .Q o 0 CO •' ai p Cf i — • cc 3 ' c 0 O 2 C Q N O Z Q' u C _ E O WD W `� _ CO U. Wp 'c �` a W O .� p J y a' a. O ots Z' L Q 2 17 C� m = v °S Y = L.L. m > Y CL z � u O p = v W �, o J J am C o p Q o c .c co l'' ( 0 n0 I A . = y H Z o a. o a co 1 , F- w — U Z D rX a. • f- U Z IX CLU-1 4 c-s cr % 8 L... w 4 4 zck i14\-: ,..._N6 %4 w 01 , a. • ,e jg *,... V I Ati' l ~(N. Z — — 0 ,, ; ,4...d Z � w a. U_ i ._% t e ,. z E. C Q Q U Q Q U N m W W W W c4 a ct cc a) CC CC a) c w E E u.O 0Fa u.O UO m ara a, Q 0 • o O Om O O ZS U Z a co p N mn. X U,ONa 0 . w w `' Q - rTs Oct a) s 0 0a. Q ay H it c as 0 Z 0 0 ca 0 a. wO CI) O wo a o E Ws u_ La) 05 w O •7) Q Q CI co -J nYc c Q u. 0 VI- o 03 m O <U = Cl) ° oo Q CCa �a OO Lt Z Q a�i Y J o Q ~ CG O w ~Q J m m 2 Q o- g Q co o —J1 . m _. CO Z O . Cu CQ COi '' 'rel 1Q4 Z a a = O f 0 LC. 0 Cr O e- S. CITY OF OMAHA REQUEST FOR BID AND BID SHEET ON DUMP BODIES-INSTALLED 1ST HALF-1999 FROM: P.M. Burke Published February 2, 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 THE ITEMS OFFERED IS$20,000 OR MORE Bid Closing Date February 17, 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 desireto be removed froyi 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 3 each Dump Bodies with Hydraulics, to be installed on City of Omaha furnished 35,000 GVW Cab and Chassis per attached Specifications for Dump Body (6 pages, 2 drawings) dated September, 1998. Estimated purchases of this equipment will be made in first half - 1999. MAKE & MODEL OF DUMP BODY OFFERED MAKE&MODEL OF HYDRAULIC SYSTEM AP 12 ,4/O1A,7/ MAKE & MODEL OF CONTROLS C,e,C2G t¢r() BID/each $ jam 83 ov $ 44 93,`' 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 /O49 % r1ri S Firm ('A4)1 A1, 5 T/f)(//)I-R -riZti C lncorpofateal_) ' Delivery(or completion) Name kA 21l- RA Nix-IA Signature 9D—/L© calendar days following award Title (:7/X/ Phone —/ ./ Fax Address �� ,�D`f 5, 3 5 _ C6 tiaLC:1-.. 1'3 ,A,S:Cc �N • S%S+�G i HP-8B (94) Street/P.O.Box City State Zi ' ' ' .' CITY OF OMAHA REQUEST FOR BIDS ON: DUMP BODIES -INSTALLED 1ST HALF -1999 NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION 10 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) and Trip Blade Snow Plows (3 pages, 1 drawing) dated September, 1998 (Primary). Estimated purchases of this equipment will be made in first half- 1999. MAKE & MODEL OF SPREADER/DUMP BODY OFFERED ,4&WL i2Sc k' /J /i I. .366Y MAKE&MODEL HYDRAULIC SYSTEM OFFERED fZlX-p.044A f1-/O uo 7/ MAKE & MODEL OF TRIP BLADE SNOW PLOW OFFERED /-�en:kti 3tUif,W 36 lZ/O DS BID/each $ 36/ 78i . c1.' $ 3Z; Bo ', `''` ALTERNATE 10 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 November, 1998 (Alternate) and Trip Blade Snow Plows (3 pages, 1 drawing) dated September, 1998 (Alternate). NOTE: This is an alternate bid of the above unit. Unit price only is . requested. Do not add this extended cost to below "Total of Items Bid," Should the City elect to purchase this alternate,estimated purchase will be made first half-1999. MAKE & MODEL OF SPREADER/DUMP BODY OFFERED MAKE&MODEL HYDRAULIC SYSTEM OFFERED MAKE & MODEL OF TRIP BLADE SNOW PLOW OFFERED coe BID/each $ 54 f/3.5 TOTAL OF ITEMS BID $- -41 12/353. (5% Bid Bond to be based on this amount) Do not include cost for alternate in this total. SIGN ALL COPIES Firm on,,� />�- .; {.Z , ( Ca . BY i/ uv i� Title t.; / - PH-8C (91) CONTINUATION S EET • J CITY OF OMAHA REQUEST FOR BIDS ON: DUMP BODIES -INSTALLED 1ST HALF -1999 NOT AN ORDER :. Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION :. - Contact Wayne Reed at (402)444-4934 for.questions._.. descriptive_ Bidder to furnish two copies of 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 as specified. 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 o � - s�s. c-""'oc)S.- Cc`""l" awarded this bid. The amount will be deducted from any monies due A13- L3,4, •\s 4q-dP : the Contractor by the City. ci,.u.s‘s (P--K-� A)..1- 110�wpo As. Books and manuals will be required for each vehicle as indicated in ire. As- lvc7-90 specifications. City will retain 10%on invoices until all manuals are ,.�� n.EZ? 4-o fiv,ev,n.. 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 September, 1998 SPECIFICATIONS FOR DUMP BODY (w/Hydraulic Systems) GENERAL: Dump body shall be designed for use with single axle, 35,000 G.V.W. chassis and cab with cab to axle measurement of 108 inches. Body, hoist, hydraulic pump, hydraulic power drive and controls to be of the latest current models manufactured. Bidders are to supply description and descriptive materials on unit bid with the proposal. TYPE: Dump Body shall be completely powered by hydraulics and shall be designed to dump to rear of vehicle during normal operations. BODY: Length: 10 foot minimum Width Inside: 7 foot minimum Capacity: 5.20 cubic yards minimum level at sides Sides: 10 gauge Cor-ten Steel with side board pockets minimum design. Head: 10 gauge Cor-ten Steel, 7.0 minimum cubic yard design Floor: 7 gauge Hi-Tensile abrasion resisting steel minimum. Tailgate: Double acting removable 10 gauge Cor-Ten, steel constructed. If it is single panel type, then it shall have two vertical braces. Release lever on left front corner of box, 7.0 minimum cubic yard to design. Sub-frame shall include body guides, if needed, hinges at rear for dumping. Underbody single cylinder with two multiple lift arm hoists in accordance with T.B.E.A. Class 50. Must be capable of hoist up of minimum 18 tons. WELDING: All joints and seams shall be fully welded inside, outside of dump body, sub-frame and tailgate. Skip welding not acceptable. SPECIFICATIONS FOR DUMP BODY W/HYDRAULIC SYSTEMS Page 2 CAB PROTECTOR: All steel constructed, 8 gauge sheet steel minimum, fully welded and suggested, leading edge of cab protector shall be box type construction for added strength. Cab protector shall protect a minimum of one-third of top of truck cab and shall be truck frame mounted behind truck cab. HYDRAULIC SYSTEM: The hydraulic system shall provide hydraulic power for the operation of dump body hoist, 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. Must be able to lower box and plow in case of electric or engine failure. 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 A10v50-10v63 load sensing type or approved equal, designed for continuous operation capable of delivering ten (10) to forty (40) 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 side. Must have minimum of 14 inches ground clearance. Must be able to fill hydraulics with the box in down position. To have low oil indicator in tank and light on dash in drivers view. To have dry compartment for control valves. CONTROLS: Rexroth MP18 FC-sol 3PB-FC sol-4-FC-sol 3PH-sol, Stack Type Directional valve, five section, Hoist, Snow plow lift, snow plow angle, auger and spinner. All sections are 12 Volt DC Solenoids. Only hoist to be plumbed. Plow and spreader valves are for future use. Valves to be mounted in hydraulic tank open dry compartment with easy access. One(1)Micro Switch assembly#11TS-15-5 Two (2)Micro Switch assembly#11TS-15-7 Dump Body Lift cylinder shall be controlled with One(1) Cam operated micro switch SPECIFICATIONS FOR DUMP BODY W/HYDRAULIC SYSTEMS Page 3 HYDRAULIC PRESSURE HOSES: All hydraulic pressure hoses shall be a minimum of(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. All hydraulic pressure holes to be weatherhead H425. (NO EXCEPTIONS) Pressure hoses from control valves to snow plow lift and swing cylinders shall be one-half(1/2) inch 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 clamps. SUCTION LINE: Suction line from reservoir to pumps shall be two inch (2") I.D. S.A.E.-100-r4 H039 weatherhead. Shall be clamped with heavy-duty bolt-type clamps, shall be fastened to inside of truck frame at three foot(3') 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 I.D., one (1) wire braid S.A.E.-100-R1 weatherhead H100 R1. HYDRAULIC HOSE FITTINGS: All hydraulic hoses excluding suction and pressure hoses mounted at pumps shall have rigid N.P.T. male couplings each end and to be joined to control valves by means of N.P.T. swivel adapters. Shall have a return manifold located at the front of the truck at cross member. Shall include the following openings: 4 3/4"holes for return to rear manifold Shall have return manifold under hydraulic tank to include for: 1 1" Spare 3 3/4"(1 from front manifold, 1 from box, 1 spare) 2 1 1/4 holes (1 for manifold to tank, 1 for valve to manifold) Both manifolds to be tied together with common hose and to be fitted at tank. No pipe T's are to be used. SPECIFICATIONS FOR DUMP BODY W/HYDRAULIC SYSTEMS PAGE 4 ELECTRICAL: Electrical power control wires for all electric control valves shall be run in one-half inch (1/2") flexible liquid-tight conduit and shall be fastened with liquid-tight connectors at control valves and left front firewall on truck cab. Power feed to snow plow control valve switches shall be twenty(20) amp circuit breaker. 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 run in plastic loom and securely fastened to dump body. MOUNTING: Mounting of hydraulic pump drive, reservoir, dump hoist, dump body and hydraulic components to 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 thirty(30)days from delivery date of chassis and cab. All mounting bolts shall be heat-treated grade eight(8)minimum. To be equipped with flexible type and flaps at rear of vehicle. Dump body will be secured three(3) times on each side of dump box. 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. SPECIFICATIONS FOR DUMP BODY W/HYDRAULIC SYSTEMS PAGE 5 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 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 set of manuals shall be provided with units on all components when units are delivered: Two (2)copies of maintenance and operation manuals Two (2)copies of parts list on all components of unit Two (2) copies of hydraulic circuits Or Softwear ADDITIONAL REQUIREMENTS: Hydraulic oil reservoir interior, exterior, and dump body shall be thoroughly cleaned and sand blasted to remove weld slag, splatter, scale, and rust. No dealer decals. Shall have adequate clearance between body and tires for tire chains. To Ziebart rustproof entire Chassis and Cab and Dump body. All steel ladders to be installed on each side of body and fastened to the truck frame. See attached drawing for minimum mounting requirements. To have Rear Hitch installed as per attached drawing. SPECIFICATIONS FOR DUMP BODY W/HYDRAULICS SYSTEMS PAGE 6 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. DELIVERY: Unit to be delivered to the City of Omaha, Vehicle Maintenance Facility, 2606 No. 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. Dump Body with hyd sys Parks 3 • • i • • • • • J_ A2.00 7,e• • • .. _._._....._...._______ . ,..„....r. z ,ed�• • • • • • • • • • • • • • • • • • • • .?t-3-1-71/ . . : . .1. : . . C-1.--.. . • • • • • • • • 1 7 • • • • • • • • • • • I " 5 tot). re Ttih•,•nx • G o . • • • • • • . r.: • • • • • • • • • ii • • • • Ii I ' • .. • • • • • • • • •••. . 1� rRuC'iY : f iQ.9/T1,E" 0 1 /7• c G l7,I/9 No o% •4)c/�/c r ra fJAY Gl.6--. 0. P/N 7J2.,E- /i10 0i`l •\-- G/?OCINz OUMP BoL J7-7- . b/ !o/l//� ALL �rr,n.c_ • - 4 . _ G S c .S T0. 1-_-_-_ir. _ . ....—___--_ . . .1 ,..„. . . . . • 1‘,..4_ v'x.i c)**fc.-r.,. -v Frc•C '['0 7'XUC)f f4'f1/-? ���.,� n�. •u , • .. I • 1 • . • .�;- loo-F • 1 r I • • J I' 11.4--/'7 2-",(7.4c--f7 7 E. I: 1, 19/4?0 C,,r 1.1,.0 t,I7%L' 7dl 6 'ri. 1`i' • • y p�„ 7�o ,�N j,o ps ; September, 1998\ SPECIFICATIONS ( ttAt: ') 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 92 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 minimum Width Inside: 7' minimum Capacity: 5.5 cubic yard minimum 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 SYSTEM: 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. t ' ' 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 AlOV071/30LP 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 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. Five (5) section valve assembly. 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. 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. Must be able to use and sense ground speed at all three spinner locations and sense both feet at the same time. 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. 4 • 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 run 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 three (3) locations, left front, right front and rear of dump box. Must be able to operate one or both front spinners at the same 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 spinner location. 1 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 AUGER: Shall be hydraulic driven to deliver material to one or both front spinners at the same time. Must be able to cover one side of auger as to keep material in when using only one spinner. Auger to be supported by bearings at both ends and clean out doors. The auger to have cover to keep out debris during regular hauling operation. 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. 1 7 • 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 1/4" 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. (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. 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. Spreader Dump Body and Plow,Monroe Street 8 I - 1 - -: - - • • • • • 11 . • • • • 7—�t1CJr : - 1 - • 1 o f7Y of�• . 1?-:' l •- is L - 1 r, ao-,� •h'a'1F • ' _ P/Ni 10 of Je .. �,ff • • Id*Lls • . . .i. • • • • - • G/Zoe.-'• • . .. . oce.c FCDy fi//j title. �-L jc.ree--4- - I- . .: . 1 ; L.:,_ ),.. -----------; ...„;„ T.). ..., . . .. .. . .. 1 . . . rh.:J -1 . . \r). a fit: 1 ck ''RF1-f£ ••�cwc: �,.4.. • Q T fir+ • "'1 �! 1 . t - • • --\ • •♦ - •• 7s ♦ .• •• 3r - - • • i •7 _ • r - . • crN17 LarcV-I- ?ter e . • • ., •• • ',: _ • • - • • - - is :• :` • ♦. ••• r • • • • • • :2 c, • • •j •, • - 1 .. • • �. • • • • • • • • rj . . • • 2W4 • - • • - • f• 1• • • c •- - - • • • L i • • • •• • • • 1• S b.f.P• ' . Q • • • • • • • • • • • II • • • • • . • • • •• . - • ' • • • • • •• • • • • • • . - • • • • •. • • - a. a. • • .' i • • • te• r-• "':-:r . • • • • . • . -s . ,.r• I - , September, 1998 ( 1ff.4y/l 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 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. 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 warranty work is not available within the Metro area, the vendor will be responsible for any 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 . I • 0 \ . I 1 . . A' a ,_ . k �� =,mac. ' li) , L ' I • • n ; v . I ,� .,till . 7 \ . • l� •. 6 •V • • . .0 in "1 • J - w S . •co p t /1 i I� - V • 1 , 1 t1 t:- NOVEMBER 1998 SPECIFICATIONS (A L,1 k,'P_)ATE- ) 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 92 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 Swenson APB or equal. BODY: Box: To have cab shield to cover 1/3 of rear of cab. Box to be squared style. Length: 10'0" inside minimum Width Inside: 7'minimum Capacity: 5.3 cubic yard minimum level at sides Head: 10 gauge hi-tensile steel, 7.3 cubic yard minimum design. Front bulkhead to be straight box design. Floor: 1/4 inch hi-tensile abrasion resisting steel minimum. - SPECIFICATIONS FOR SPREADER/DUMP BODY AND SNOW PLOW 35,000 G.V.W. PAGE 2 Tailgate: Double acting removable 7 gauge hi-tensile steel constructed. If single panel type then it shall have three vertical braces. Shall have spreader chains, release lever on left front corner of box, 7.0 minimum cubic yard design. Feedgate to be 32"wide and 9-1/2" tall. Sub-Frame Understructure &hoist: All steel constructed sub-frame shall be fastened to truck frame at minimum of four(4) four locations on each side. Note: Wood sills between sub-frame and truck frame not acceptable. Sub-frame shall include body guides, if needed,hinges at rear. CONVEYOR: 1. To be built into the floor of the Box,to have steel plate to cover conveyor. 2. 34" width 3. 2" diameter front and rear conveyor shafts with forged 8 tooth sprockets. 4. 2" diameter bore lubricatable flange mounted ball bearing units-quantity(4). 5. Pintle chain conveyor shall have average ultimate strength of 24,500 lbs. per strand. 6. Conveyor flight bars are 1/2" x 1-1/2" flat steel bars every other link(4.5" centers) 7. slack in chain is adjusted with 1" diameter threaded take-up with a minimum of 4" of travel. 8. Feeds material forward through a feedgate-metered front opening of 8" high x 25-3/4" wide. 9. Feeds material rearward through a horizontally revolving type feedgate installed in the tailgate. Opening is 9-1/2" high x 32" wide. 10. Front feed is adjusted with a screw-type jack offering positive positioning for accurate controlled spreading. SPINNER: 1. Top mounted low speed/high torque orbital hydraulic motor. 2. Motor mounting platform and spinner shield are constructed of 7 gauge steel and are welded into one unit. 3. Shall have spinner at rear of box and left front corner of box must be able to remove for summer use. 4. Material placement on road surface is accomplished by the horizontal spinner adjustment and the cross auger conveyor chute slope angle. SPECIFICATIONS FOR SPREADER/DUMP BODY AND SNOW PLOW 35,000 G.V.W. PAGE 3 CROSS AUGER CONVEYOR: 1. Auger is 9" outside diameter, 1/2" nominal flighting thickness, 6 " pitch length, with 2-7/8" O.D. support tube. 2. Auger is directly driven with a low speed/high torque hydraulic motor which also supports the driven end of the auger. 3. Auger is supported by a 1-1/4" diameter bore lubricatable flange mounted ball bearing. 4. Trough is 7 gauge formed steel with 7 gauge endplates. 5. Drop-out opening is 7"x 10". 6. A Chain adjusted primary chute is provided to direct material to the spinner, or may be relocated (without tools) to direct material for centerline salting, or berming operations. WELDING: All joints and seams shall be fully welded inside, outside of dump body, sub-frame and tailgate. Skip welding not acceptable. HYDRAULIC SYSTEM: 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. 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 AlOV071/30LP 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 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. SPECIFICATIONS FOR SPREADER/DUMP BODY AND SNOW PLOW 35,000 G.V.W. PAGE 4 TELESCOPIC BOX CYLINDER: All tubing used in the manufacture of this cylinder shall be honed D.O.M. tubing and must have the corresponding mill spec sheets from the run under which it was produced. The nitrided tubes shall have ten times the corrosion resistance of hard chrome plating, twice the fatigue strength of untreated carbon steel tubing, and a Rockwell hardness of C60-C65. The cylinder shall be comprised only of nitrided steel and a seal kit.The seals shall be U-cup type,positioned in the gland nut as a rod seal to wipe against the OD of the tube passing through it. As the cylinder retracts, foreign materials will be removed by means of a wiper, also located in the gland nut, and the tube will be surrounded by oil below the seal. An outer cover shall enclose the cylinder while not in use. Through means of an oscillating collar near the bottom of the cover, the body can be offset 5 to 7 degrees from side to side without side loading the cylinder. The trunion pins on the oscillating collar will provide the means for lifting the body at the bottom, which will increase stability and eliminate the need for a dog house. The cylinder shall mount the largest section at the bottom. 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. Five (5) section valve assembly. 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 operate one(1) spinner at one time. 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. Must be able to use and sense ground speed at both spinner locations. 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.) It shall be the responsibility of the successful bidder to install spreader control system and to demonstrate compliance of these specifications. SPECIFICATIONS FOR SPREADER/DUMP BODY AND SNOW PLOW 35,000 G.V.W. PAGE 5 SUCTION LINE: Suction line from oil reservoir to hydraulic pump shall be two (2) inch I.D. SAE-100-4. 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. Shall be weatherhead H039. (NO EXCEPTIONS) 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 Rl. (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 6 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 All wiringto b e run in plastic loom and securely current provisions of Federal Regulations. Y fastened to body. All strobe lights are to be wired into the spreader control console. SPREADER CONTROL: All steel heavy duty (17,000 lb. tensile strength minimum) pintle type chain with bar flights, mounted in floor of dump body. Conveyor drive shall consist of an orbital type hi-torque hydraulic motor, direct coupled to gear reduction box to conveyor. All bearings to be sealed type and self- aligning. Conveyor chain shall be adjustable for wear. A manual adjustable gate on left side and rear of body to control amount of materials to the spinner. All steel constructed conveyor cover shall be furnished for summer operations. (Ten(10) gauge hi-tensile steel minimum.) The conveyor hydraulic motor shall have included internal application rate sensor. The application rate sensor shall have protective cover. 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. SPECIFICATIONS FOR SPREADER/DUMP BODY AND SNOW PLOW 35,000 G.V.W. PAGE 7 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. 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. SPECIFICATIONS FOR SPREADER/DUMP BODY AND SNOW PLOW 35,000 G.V.W. PAGE 8 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 1/4" steel plate mud guards, minimum of 28" long.All steel ladder to be installed each side of body to dump box. See attached drawing for minimum mounting requirements. No dealer decals. Must have easy cover tarp model 400 with 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. To furnish and install rear bumper and hitch as per attached drawing. To have ladders on both sides of box. (See Print) 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. 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. Spreader Dump Body and Snow Plow Street 8 •. .. • • • • • • • • • L_ . -• • • • % 1 - • C� L • • • f t • • • U. 14. • • • / . • • J " s v ; re =Tvb-i r• • • • • • • • • • • • • • • • _. . • • • • • • • • • • • • • • CI • I MI • • • • so • • • • - - ,' : ' _ • I_ .- . - . - - . • •- • . . • - • J t�4.5'�,-7 1` %: -p1q I/O CA' .&)cf - co-fy )4 0ll -. . kid' • r -j�.'If X • • - - - • - • G1{o cr, • _ OGrr-lF Bad f! /!/j. . `L Ffrr.c_ .. 4 -t 0 �VZ is � [ -- — — -.. , ,`1- t �.cc. �.�a Fi. • - _ • 3!`uct �-• . ••:p x Lt c It( :ic--4 7,4.7 i,...1 r • r • fir• ^'l • - • ♦ • 3. - . • • • _ _ Gikiv cz-- •5" /1:l%r 7',7Ef7 7.6-L - _ /CIO -eAl7"/NC- Fo1.r$ • /J/ramI "- I El:11�'l' P.Crlr-4'j • . 0 . �.11.?roc _�'-� o [s/�.0 �/Tom" ?a� -• . . • • :_ • RQ . . . - - •t September, 1998 (A LT f<AJAlF.) 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 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. 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. (1 A SPECIFICATIONS FOR HYDRAULIC REVERSIBLE TRIP-BLADE SNOW PLOWS (TRUCK MOUNTED) PAGE 3 If warranty work is not available within the Metro area, the vendor will be responsible for any 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 1 \4. Cr . w 11<— 1 . li • II il' . PIP • 1/41 • yL• �lil 11 I '1 .I I t + / \ 1 ti •• •.,rl . • 7\ `v• ti . 0 j . 4. _ o b0 o l �\ v T ii { 1 k— O -- .I Pl..1 -: • 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 March 30 19 99 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on February 17, 1999, for three (3) 35,000 GVW dump bodies for 35,000 GVW cabs and chassis, for the Parks Division of the Parks,'Recreation and Public Property Department; and, WHEREAS, Omaha Standard Truck Equipment Co. submitted the best bid, within bid specifications, for the purchase of the dump bodies for $14,831.00 each or a total amount of $44,493.00; and, WHEREAS, Omaha Standard Truck Equipment Co. has complied with the City's Contract Compliance Ordinance No. 28885 in relation to Civil Rights -Human Relations; and, WHEREAS, the Mayor has recommended acceptance of this bid. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT,as recommended by the Mayor,the bid in the total amount of$44,493.00 from Omaha Standard Truck Equipment Co. for three (3), 35,000 GVW dump bodies for 35,000 GVW cabs and chassis, being the lowest and best bid received, within the bid specifications, attached hereto and made a part hereof, is hereby accepted, and the Purchasing Agent is authorized to issue a purchase order in conformance herewith. Funds in this amount shall be paid from the General Fund No. 001, Agency No. 120, and Organization No. 1210, Heavy Equipment. APPROVED AS TO FORM: ASMANT CITY ATTORNEY DATE P:\PRPP\6940.MAF 71,AtA/Szeeet, By Councilmember Adopted 14,11 3 0 1999 —p n/ City rov rk .Approved... .` ... ... . % r97 Mayor b Cc �, a . S4 cir Z ~ o 0 Cr n a -• y o CD CD CD 2 O {\^ oa C H. f .can c. o Q P- � Q. � 2 O V F-� D oRI' =- a.as Q, 0 .�`C Co o ,is N a 0 — `' 4, oro • o o o w o Z cD o' -, oly o ° CD w Q o 0 1 o v -s 5 r r O P+ `- c• rn Q. O CD CD 6