RES 2016-1338 - PO to Matt Friend Truck Equipment Inc for truck equipment o�oMAH,A NFe�
! ` `7' I- Public Works Department
Mfr ; 116 Omaha/Douglas Civic Ccntcr
L - September 27, 2016 1819 Farnam Street,Suite 601
oA. tiQb ° '
Omaha,Nebraska 68183-0601
oA4r�D FEaR�� (402)444-5220
Fax(402)444-5248
City of Omaha I_;' Robert G.Stubbe,P.E.
Jean Stothert,Mayor Public.Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Resolution authorizing the Purchasing Agent to issue a Purchase Order
to Matt Friend Truck Equipment, Inc. on the bid for the purchase of two Stainless Steel Dump
Body, Hoist, and Tool Packs for 19,000 GVW Truck to be utilized by the City of Omaha Sewer
Maintenance Division.
The City of Omaha Sewer Maintenance Division has recommended the award to Matt Friend
Truck Equipment, Inc. based on a bid submitted to Douglas County Purchasing on August 24,
2016, named City of Omaha: Dump Body, Hoist, and Tool Pack for 19,000 GVW Truck, being
the lowest and best bid received in the amount of $26,170.00. A detailed bid tabulation is
attached.
Matt Friend Truck Equipment, Inc. has filed the required Contract Compliance Report, Form
CC-1, with the Human Rights and Relations Department.
The Finance Department is authorized to pay the cost of this rebuild from the Sewer Revenue
Fund 21121, Maintenance Organization 116511, year 2016 funding.
Respectfully submitted, Approved:
q%y//:
Rollert G. Stubbe, P.E. Date -spencer K. Danner Jr. Date
Public Works Director Human Rights and Relati ns Director
Approved as to Funding: Referred to City Council for Consideration:
//1„../5 et,#11,,,L
14? -6- Lb-
Step n B. Curtiss Date Mayor's Office Date
Finance Director -cV
1998tns
aci o a o >,
a) o
1 E H W p N p
cz
a .Q Z E.
o Co @ a? 0o w o
a) c d. U cif cn } o rn
d w d `-69 O N co o
M ta co
m
C C 0 O a) a U o u)
15 v I- W N Y o c Qas
'C 2 .a o Z E. co
N 0).2 coo u) 0 W Z O
O I- O U D _ d_N Z N
Z Lo U Cn Q C M } o
W d Cn C ea 69- 0
u) _ (a
'c C m cp O d a r Op >,
'c• o f H W LA � = m 00p20 p o
co �' co .O CO N � � W CO
i ,0 Z U p U �S 'are) cN pp o N 0 - W O
ra ~ Cr D E2 M LJJ o 7 I� a, , Lo d � (p }' Z ,-
2 W a yg m m m p°'p -J Ln
4-
Ea
O co
f E-• W .O
IS f° Z U o
m0 = a z
> U U)
4-'
O �C c CU O j, O >,
002E - w N oN d cn
m~ 0- o Z U d- m u) co rn W O
-0 otf O•U m g CO m N Z rn
m w O. � � co in
m rn
c
c co
E -a
CID C
Q ° = 2 O 0
W a Z m
a) ii
cri
� 0 d E a)•- at 0 m > a> .>
TD
2 0 Cr) E 0 w CD
1- 0
O U 0 F- V
N W FO- ;0 Z O C
co 0 0° Q O 0
. c °' CO
i - cc 0 tea a m `o m
= U L a) te a 4-
>, Q = Q w L
++ - > W d
C Cn -aC� G o
CG o
m mo iAI-
V a Clo -0
CO Z D c u o -a
o a1 0 TB '0 > N 0
O E
Z � = N aa) CN 0) >1
a. m _-
COI- ,c NE co C
m a a) N
03 0 Q 0 Li
F- Lu
Z C.)
D E2
CL
/- UJ
Z 0 1
= EE
CL
F- Lu
Z U
M ri
11.
CCI o
c- o o 01
cD 73) .71. o
o - — u)
a) >,
(I) CO CNI w z ct,
In
,... ,>_' >.- o
0 a) —
(J) N
i
CT a. 0
Il co Ea <-
(..) 0 -5 cD o co
_c CD CD CO >,
o 1—— Lu u-i o
a)
w z co
cm o e) Lc- 01 >-
a_ a_ co u) co O co
(1) (:n
c) o
= 0 c . o o
,_ 0 .6_.
oi c6
a) 5 2 m ii 4 oi
Zt a
.W
a_ .. ..
a)
•,- 4•11 CO 0
Er3 a)
>
E
O w
Zr) ?
0 1- TD
..... a) o
e..)
I 0 0) E ; E3 —I
<
I a)
< a) ca
o_ E
0 0
C 0 5 CD C
0 -0 Z ° 0
O u. 1_ Ca cD COD'
CO 0 -0 c 0 ,cr;
"0
1:1 {-• 78 '-
Q. ca 6- iil
a)
0- •• '3 II-1' cG ...
C.) E
C (I) -0 0 0
= 00
0 -03 CI3 8 u) 0
-o
0 u- cl c) u> c 2
0 E c7i. v) 03 1.._
CZO TE -.,- 6 a),7. . -o
- .
c--1) co o
Cn a) u) 2 0 2 2
—'• 0 _• 1 Cf) •C (C)-- E
e.„.
Ima f.., co CC
a) >,
• < -E C CO74e,
C\1 E (D C.)
CO F- CO "6 't 03 a)
O (7) cD D tIS -•-• =
..• CDO. C1) 0 c.,
O < 0 LI
NC
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Dump Body,Hoist,and Tool Pack for 19,000 GVW Truck
RETURN BIDS TO: Published: August 3,2016 Page 1
CITY CLERK
1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5%
LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE.
Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO
"CITY OF OMAHA"
NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,August 24,2016
IMPORTANT
1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise lax applies,show amount of same and deduct.
OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates wit be furnished. Do not include tax in bid.
byte opening date and lime indicated in a sealed envelope marked:
BID ON:CITY OF OMAHA Dump Body,Hoist,and Tool Pack for 19,000 GVW Truck 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
2.As evidence of good faith a bid band or certified check must be submitted with bid. 6. When submitting bid on ferns listed,bidder may on a separate sheet,make
Bid bond or cog cci crecv shall be made payable to`City of Omaha' suggestions covering reduction in costs wherever this is possible through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utiization of standard items or quantity change.
3. Right is reserved to acceptor reject any or all bids in their entirety and the bidders shall 7. if you do not bid,return sheets with reason for declining. Failure to do so will indicate
have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS
accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT
www.douolascountypurchasino.ora. DO NOT CALL FOR THIS INFORMATION,
Quote your lowest price,best delivery and terms,F.O.B.delivery point on ttte Items)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Stainless Steel Dump Body, Hoist, and Tool
Pack for 19,000 GVW Truck per the attached
2 each three(3) pages of specifications. BID/each: $ 13,085.00
Make: TBEI/Crysteel Body&Hoist Buyers B-P Toolbox
Model: 1894028 Body/1389201 LB510 Hosit BP925824—aolbox
TOTAL BID: $ 26,170.00
(5%Bid Bond is to be based
upon this amount,if over
$20,000.00)
Questions regarding this bid should be directed to:
Nicole Carlberg via email at
Nicole.Carlberg@douglascounty-ne.gov
The deadline to submit questions on this bid is 11:00
a.m. on the Thursday before the bid opening date, unless
otherwise stated in the bid documents.
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human
Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the
Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations
Department at(402)444-5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms vet 30 days Firm: Matt Friend Truck Equipment Inc. I ,rporated In: Ne asl�a�
Delivery(or completion) Name: Matthew Friend Is', - we.
75/110 calendar days following Title: Owner/President !Phone:800-444-7647 Fax: 4 3-5639
award Address: 220 Road 3168
Street/P.O.Box 10R3 City Hastings State Nt Zip FR902-1083
Email Address: matt@mattfriendtruck.com
DOUGLAS COUNTY
REQUEST FOR BIDS
ON:CITY OF OMAHA-Dump Body, Hoist,and Tool Pack for 19,000 GVW Truck
NOT AN ORDER Page 2
BID CLAUSES-TERMS AND CONDITIONS
REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and
listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank
check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state,payable to the City of
Omaha,or lawful money of the United States, or a United States Government Bond(negotiable)are acceptable substitutes for
bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID
BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid,only one bid bond is
required; however,the 5%bid bond must be calculated using the highest bid amount of all submitted bids.
Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the
contractor,contact regarding this project between potential consultants/vendors/contractors and individuals employed by the
City of Omaha(Omaha)is restricted to only written communication with the person designated as the point of contact for this
bid. Once a contractor is preliminarily selected,that contractor is restricted from communicating with Omaha employees with
the exception of employees designated to negotiate,discuss or finalize a contract. Violation of this condition may be
considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition,
Conflict of Interest:Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules,CONTRACTOR assures
City of Omaha(CITY)that no elected Official or any officer or CITY employee shall have a financial interest,direct or indirect,in
any CITY agreement. In the performance of this agreement,CONTRACTOR will avoid all conflicts of interests or appearances
of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and
will not provide any money or other benefit of any kind to any CITY employee in the procuring of,facilitation of,and execution of
or during the duration of this Agreement.
Drug Free Policy:CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free
workplace policy.
Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha(CITY),State and/or
Federal appropriations,the CITY cannot guarantee the continued availability of funding for this Agreement,notwithstanding the
consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part
due to such reduction in appropriations,the CITY may terminate the Agreement or reduce the consideration upon notice in
writing to Contractor. The notice shall be delivered by certified mail, return receipt requested,or in person with proof of
delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination
or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of
the CITY, State and/or Federal funding reduction,whichever is later. Provided,that reduction shall not apply to payments made
for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration,Contractor may
cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY.
PAYMENT TERMS:Net 30 payment terms shall apply to all invoices billed to the City of Omaha.Payment of invoice amount
will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later.
FLEET DEFECTS: A fleet defect is defined as the failure of identical items covered by the warranty and occurring in the
warranty period in a proportion of the vehicles delivered under this contract. For deliveries of 10 to 60 vehicles,the proportion
shall be 20 percent. For deliveries of under 10 vehicles,the proportion shall be 50 percent
Scope of warranty provisions: The manufacturer shall correct a fleet defect by providing parts and labor free of cost to the
buyer. After correcting the defect,the manufacturer shall promptly undertake and complete a work program reasonably
designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program
shall include inspection and/or correction of the potential of defective parts in ail of the vehicles. The warranty on items
determined to be fleet defects shall be extended for the time and/or miles of the original warranty. This extended warranty shall
begin on the date a fleet defect was determined to exist or on the repair/replacement date for corrected items.
SIGN ALL COPIES Firm att Friend Tru uipme Inc.
Title Owner/President
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON:CITY OF OMAHA-Dump Body, Hoist,and Tool Pack for 19,000 GVW Truck
NOT AN ORDER Page 3
BID CLAUSES-TERMS AND CONDITIONS
DULY LICENSED:Bidders must be duly licensed and authorized to sell the requested products under the Nebraska
Motor Vehicle Industry Licensing Act,Neb. Rev.Stat.Section 60-1401 et seq.,as of the date of bid. Bidders must
indicate delivery time for this vehicle type on bid sheet.
NOTE: Each bid shall be accompanied by:(1)proof that the bidder holds, as of the date of the bid,a Nebraska Motor
Vehicle Dealer's License issued under the Nebraska Motor Vehicle Industry Licensing Act, Neb. Rev.Stat. Section 60-
1401.01 et seq.;and(2)name of the bidder's salesperson,and proof that the bidder's salesperson holds,as of the
date of the bid,a Nebraska Motor Vehicle Salesperson's License under the aforesaid Act;and(3)name of the
manufacturer of the product and proof that the manufacturer holds,as of the date of the bid,a Nebraska Motor
Vehicle Manufacturer's or Distributor's License under the aforesaid Act. Failure to comply with these requirements
may result in the bid being rejected.
PURCHASE OF ADDITIONAL UNITS: Bidders must provide a date for the below statement.
The purchase of additional units by the City of Omaha or Douglas County under this contract award shall be held firm
through the following date: 10 / 31 / 2016
Exceptions to Specifications:Any and all deviations will be so noted on the attached"Exceptions to Specifications"
sheet.
LIQUIDATED DAMAGES: 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 vehicle/equipment to successful
vendor awarded this bid. The amount will be deducted from any monies due the Contractor by the Douglas County or
City of Omaha.
Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act,Neb.Rev. Stat.
§48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee,
or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure,terms,
conditions,or privileges of employment because of the race,color,religion,sex,disability,or national origin of the
employee or applicant.
New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114)
The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work
eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration
verification system means the electronic verification of the work authorization program authorized by the Illegal
immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a,known as the E-Verify Program,or an
equivalent federal program designated by the United States Department of Homeland Security or other federal
agency authorized to verify the work eligibility status of a newly hired employee.
if the Contractor is an individual or sole proprietorship,the following applies:
1. The Contractor must complete the United States Citizenship Attestation Form,available on the
Department of Administrative Services website at www.das.state.ne.us
2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor
agrees to provide the US Citizenship and Immigration Services documentation required to verify the
Contractor's lawful presence in the United States using the Systematic Alien Verification for
Entitlements(SAVE)Program.
3. The Contractor understands and agrees that lawful presence in the United States is required and the
Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as
required by Neb. Rev.Stat.§4-108.
'
SIGN ALL COPIES Fir tt F lend Tru uipm t Inc.
Title Owner/President
CONTINUATION SHEET
Responsible Contractor Compliance Form
RCA
1
ill,*
„ Y
rr ="-nx .
i. Regulation: —to FtvS'*
A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require:
1. f hat ail contractors who submit a hid to City of Omaha shall designate a representative who on
behalf of the Contractor,shall 1111 out completely a Responsible Contractor Compliance Form
(RC-1). An incomplete or unsigned RC-1 form will make your bid null and void.
2. Filing this Report(please initial in the boxes below
Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully
IX f authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
X Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
X Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Law(Neb.Rev.Stat.Section 73-104 et seq.).
x Contractor has not been convicted of any tax violations(local,State and Federal)within the last
three years from the date this hid is submitted.
Contractor has not,upon final determination by the Occupational Safety and Health
X of-the been convicted of a criminal,repeat,or willful violation o the Occupational
Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations
within the past three(3)years.
('V 11 Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project
1-7-1
comply with the provisions of the Responsib Contractor Compliance Form RC-1.
August 19,2016
`Sienatu Matthe ri Date
By signing,I verify on behalf of the Contractor that t Information above is true and correct. Filing false
information carries a penalty of up to a S500 tine or six months in jail. In addition,the contractor and sub-
contractors can be subject to immediate disqualification and prohibited from any future City of Omaha
contract Cor a period of 10 years.
SPECIFICATIONS FOR STAINLESS STEEL DUMP BODY
(19,000 GVW)
GENERAL:
I F r{ t d .l �, .. . r.Hai, r,., !.x . : ''I ''.---1,
The body to be the latest current model of standard design manufacttured,complete with
all standard equipment,tools and warranty. Bidders are to supply full description and
descriptive materials on unit bid with the proposal. Truck must comply with current
X provision of the National Traffic and Motor Vehicle Safety Act.
Dump body shall be designed for use with single axle with dual rear wheels, 19,000
GVW chassis and cab to axle measurement of 84 inches. Dump body,hoist, hydraulic
pump, and hydraulic power drive controls to be of the latest current models
X manufactured. Bidders are to supply full description and descriptive materials on unit bid
with the proposal.
X It is the successful bidder's responsibility to provide and install this type of unit.
X The bid is for 2 complete dump body,hoist and tool pack installs
Meet Specification-Please indicate-(if other ex.fain on comment line)
. .,5, t'''''.(''. ..-.P i :5 t. .a ..c�rc h €:i> I 4 [-.'� ,.t:...i ,.r ft .. ..1 4 ' i
1.1 Dump body shall be powered by double acting electric hydraulic pump and shall be
X
n designed to dump to rear of vehicle with heavy duty fold down sides.
Other or Comments
.,.. ,4.i, F€ 1, ' ru .. .r , r til. —1 G`:a t , a
X 2.1 Entire dump body to be constructed from 304 stainless steel.
X 2.2 Length to be 108 to 114 inches.
X 2.3 Width Inside: 84 inches
X 2.4 Font Bulkhead: 12 gauge stainless steel construction. 10GA STAINLESS STEEL
X . 2.5 Floor: 3/16 inch abrasion resisting steel.
2.6 Sides: 12 gauge stainless steel 16 inches tall with two(2)inch side board
X pockets. 2"WIDE X 6"TALL
X 2.7 Cab protection approximately 22 inches. 20"OPTION FOR 26"
X 2.8 Drop side contractor body for ease of loading.
2.9 Must have 22 inches tall double acting design tailgate with long chains and two sets
X of banjo eyes. QUOTED 24"GATE TO FIT TWO OVAL CUTOUTS IN EACH REAR PILLAR
X 2.10 Tailgate control to be single lever.
Other or Comments
J l..._.:ts.......... ... .. n .a..'_._.t_-...L.. .,.17-- T. i t ::,. T'. .X -:J i J .1.-'01.. 1...v
3.1 All steel constructed sub frame shall be fastened to truck frame at minimum of four
(4)locations on each side. Note: wood sills between sub frame and truck frame not
X acceptable.
X 3.2 Cross memberless understructure.
X I 3.3 Minimum 8.5 ton lifting capacity.
Other or Comments
4.1 Underbody,single double acting cylinder,in accordance with Cl
ass� lass 30 TBEA. Dump
Angle minimum 45 degrees,hoisting mechanism to be double acting electric and
X protected against corrosion.
X 4.2 Shall have build in hydraulic reservoir.
X 4.3 Hoist to be electrically operated by push button controls mounted in cab.
Other or Comments
ty;s ,m•' �` ; S•
t 4'"-,,f1..:`. 7 4 ti,i.p t-.•.iti,�-,1 t t t-t.!. to ! .r, -, _. i•:' r..,. r'4---,*
nip'. ',
X 5.1 All joints and seams shall be fully welded inside,outside of dump body,sub frame
and tailgate. Minimal skip welding acceptable. CONTNOUSLY WELDED BODY U/S IS SKIP WELDED
Other or Comments
1
6.1 Mounting of hydraulic pump, reservoir,dump hoist,dump body,and all hydraulic
components to the City of Omaha furnished truck chassis shall be accomplished by the
X successful bidders,cost of which shall not be paid for directly,but shall be considered
X incidental to the bid price.
X 6.2 Ail mounting bolts shall be heat treated grade eight(8)minimum.
X 6.3 All bolts used for manufacture and mounting shall meet SAE!429 specifications.
X 6.4 All mounting bolts shall be drilled
6.5 Truck frame flanges shall not be drilled or welded for mounting dump body
X components to truck frame.
Other or Comments
X 7.1 No paint on stainless steel dump body.
Other or Comments
X 8.1 The following sets of manuals shall be provided with each unit on all components
X 8.1.1 Two(2)copies of maintenance and operations manuals.
X ,8.1.2 Two(2)copies of pairs lists on all components of unit.
X 8.1.3 Two(2)copies of hydraulic circuits.
X 8.1.4 Two(2)copies of electrical circuits.
Other or Comments
9.1 Built in dual safetybar to support dumpbody
- dual _ in up position will making
X repairs.
X 9.2 Must have adequate clearance between body and tires for tire chains.
X 9.3 Body to be equipped with flexible type mud guards on rear.
X 9.4 To have"Body up"warning light.
X 9.5 To furnish rear bumper and necessary lighting.
X 9.6 Top of bed not to exceed 48 inches.
9.7 To have a Buyers Aluminum B-Pack tool box or approved equal
X mounted behind cab and front of dump box.
Other or Comments
X 10.1 All tail,stop and turn signals to be LED and visible from behind.
10.2 To be one(1)blue and one(1)amber six(6)inch oval strobe light mounted on
X rear of dump box.
X 10.3 To include backup alarm.
Other or Comments
2
11.1 The successful bidder shall warranty all components of the Dump Body for one
full year from sate of satisfactory delivery. The warranty shall cover defective materials
X and workmanship.
11.2 Regular manufacturer's standard warranty,manufacturer's statement or origin,
X and completed predelivery inspection certifications required with each unit delivered.
X 11.3 The manufacturer's stand warranty shall be stated in the bid.
11.4 The vendor will be responsible for providing all warranty work within twenty five(25)
drivable miles of 72nd and Dodge. If warranty work is not available with the above
X described,the vendor will be responsible for any cost including transportation.
11.5 The vendor must be able to provide warranty work within twenty four(24)hours
of the break down. If there is no local dealer the vendor must locate and/or provide the
X work with the twenty four(24)hours time frame.
11.6 the vendor must be able to provide needed parts with twenty four(24)hours of the
break down. If shipping by air is needed,the dealer will be responsible for any
X additional cost.
Other or Comments
12.1The
et completed
unity
Nebraska 68111
delivered to the Fleet Management Division,2606
X North
.
Other or Comments
3
EXCEPTIONS TO SPECIFICATIONS
Check One
X The equipment offered meets all specifications as set forth in the bid.
Name(print ew Friend -------_
Signed
Title Owner I President
X The equipment offered meets all specifications with the following exceptions:
(Use separate attached sheet if more room is needed.)
2.4 We exceed requirement with 10 ga Stainless steel
2.7 We offer a 20"cab protector and also offer a 26"as an option if required.
2.9 Tailgate is 24"to accommedate for otwo oval cutouts for lights&strobe, 22"specified.
TBEI /Crysteel has 5 -Year Warranty copy of factory warranty enclosed.
Failure to list exceptions may be cause for equipment to be rejected at time of delivery
Name(pri atthe Friend
Signed
Title Owner I President
Page: 1
_ Matt Friend Truck Equipment, Inc
_ P.O. Box 1083 Quote
• !,
,
-.r i 220 Road 3168 Bldg SH66
"Wouldn't You Rather Do Hastings, NE 68902 Order Number: 0029829
Business With Friends" (402) 463-5675
Order Date; 8/3/2016
Expires.Date: 9/30/2016
Salesperson: MFT
Customer Number. 0045400
Copied From:
Sold To: Ship To:
City of Omaha City of Omaha
1819 Farnam St. Fleet Management Division
Room 902 2606 North 26th Str.
Omaha,NE 68183 Omaha,NE 68111
Confirm To:
Customer P.O. Ship VIA F.Q.B. Terms
NET
VEHICLE INFORMATION VIN PENDING COLOR MILEAGE 0.00
MAKE TO BE DETERMINE MODEL 84"DRW 19,000 GVW LICENSE YEAR 2016
NOTICE: PAYMENT BY CREDIT CARD WILL ADD 3.5% TO THE TOTAL,
THE SAME AMOUNT THE BANK CHARGES US TO PROCESS THEM**
Item Code Unit Ordered Shipped Back Order Price Amount
BID:City of Omaha Dump Body,Hoist and Tool pack for 19,000 GVW Truck
(2)COMPLETE UNITS ARE BEING BID
NOTE THIS QUOTE IS PRICED PER EACH TRUCK UPFIT PACKAGE!
COMEQUIPMENT EA 0.000 0.000 0.000 0.00 0.00
EQUIPMENT INFORMATION
tnemannnittownwritiarmworonesnenworet
BODY&HOIST MANUFACTURER:
BODY MODEL:
BODY:SW
HOIST MODEL
HOIST:SNF
PUMP MODEL:
PUMP:SW/
B-PACK MODEL:
B-PACK:SNN
/NON EACH 1.000 0.000 0.000 6,198.00 6,198:00
NON-STOCK
TBEIFOLDING./CRYSTEELSEE #1ENCL894028OSED STAINLESSESTIMATE/SPECI STEEFICATIL DUMP BODYSHEETS 93"OD
LC00064326./87"ID,WITH BOTH SI DES
/NON EACH 1.000 0.000 0.000 0.00 0.00
NON-STOCK
TBEI/CRYSTEEL"STANDARD 20" 1/2 INTEGRAL CABSHIELD,INCLUDED IN BASE BID
PRICING. SEE OPTION FOR A 26"3/4 CABSHIELD IF REQUIRED.
/NON EACH 1.000 0.000 0.000 0.00 0.00
NON-STOCK
TBEI I CRYSTEEL QUOTED A 24"GATE TO FIT WITH(2)OVAL LIGHT CUTOUTS IN EACH REAR
PILLAR FOR STT&STROBES.
Continued
Page: 2
i'. Matt Friend Truck Equipment, Inc. Quote 2
P.O. Box 1083
` y 220 Road 3168 Bldg SH66
"Wouldn't You Rather Do Hastings, NE 68902 Order Number: 0029829
Business With Friends" (402) 463-5675 Order Date: 8/3/2016
Expires Date: 9/30/2016
Salesperson: MFT
Customer Number: 0045400
Copied From:
Sold To: Ship To:
City of Omaha City of Omaha
1819 Farnam St. Fleet Management Division
Room 902 2606 North 26th Str.
Omaha,NE 68183 Omaha,NE 68111
Confirm To:
Customer P.O. Ship VIA F.O.B. Terms
NET 10 DAYS
VEHICLE INFORMATION VIN PENDING COLOR MILEAGE 0.00
MAKE TO BE DETERMINE MODEL 84"DRW 19,000 GVW LICENSE YEAR 2016
`"" NOTICE; PAYMENT EY CREDIT CARD WILL ADD 3 5 TO THE TOTAL
THE SAME AMOUNT THE BANK CHARGES US TO PROCESS THEM'-'
Item Code Unit Ordered Shipped Back Order Price Amount
/NON EACH 1.000 0.000 0.000 1,295.00 1,295.00
NON-STOCK
TBEI I CRYSTEEL#1389201 STEEL CONSTRUCTION SUB-FRAME HOIST NTEA CLASS 30,LB510
8.5 TON MINIMUM LIFTING CAPACITY,WITH DUAL SAFETY BODY PROPS.
CRY1622874 EA 1.000 0.000 0.000 60.00 60.00
TBEI/CRYSTEE CARTON HOIST,INSTALL LB40015001510 HOISTS.#1622874/139844
TBEI/CRYSTEEL HOIST INSTALLATION KIT WITH MINIMUM OF FOUR(4)LOCATIONS ON EACH SIDE SHALL BE HEAT TREATED GRADE EIGHT(8)MINUMUM
HARDWARE.ALL BOLTS SHALL MEET SAEJ 429 SPECIFICATIONS.
CRY1645624 EA 1.000 0.000 0.000 435.00 435.00
TBEICRYTEEL HYDRAULICS PACKAGE,12 VDC DOUBLE ACTING ELECTRIC,WITH PUSH BUTTON PENDANT CONTROL POLY RESERVOIR LB4/5/51011'KIT.
(1645824/604579)
BUYSKIO EA 1.000 0.000 0.000 35.00 35.00
BUYERS BODY UP INDICATOR KIT,CONTAINS WEATHER TIGHT SWITCH,WIRING HARNESS,WEATHERPROOF CONNECTOR,BODY&CHASSIS MTG BRACKETS,
RED INDICATORLIGHT,&IN CAB DECAL.(SHP WGHT 1.4N1
MON EACH 1.000 0.000 0.000 16.50 16.50
NON-STOCK
MUD FLAP INSTALLATION BRACKETS.FREE SWING CHAIN STYLE FLAP MOUNTS.
BUYB3OPSRPB EACH 1.000 0.000 0.000 25.00 25.00
BUYERS CUSTOM IMPRINTED,SPRAY REDUCING GROOVED BACK,BLACK POLYMER MUD FLAPS 24'WIDE X 30"LONG,5/16°TICK,HEAVY DUTY,NO SAIL
DESIGN,UNIQUE DESIGN MINIMIZES SPRAY,RESISTS ICE&SNOW BUILD UP. SHP WGHT 14#PER PAIR.
/NON EACH 1.000 0.000 0.000 35.00 35.00
NON-STOCK
SPECIFICATION#9.5 SUPPLY&INSTALL ICC STYLE REAR BUMPER. 411—+"'--
BUYBP925824 EACH 1.000 0.000 0.000 2,400.00 2,400.00
BUYERS ALUMINUM DIAMOND TREAD B-PACK TOOLBOX,58`1-1 X 24 D X 92'W, SHP WGHT 310#
(RECOMMEN)3008088 UNIVERSAL SPRING CUSHION MOUNTING KIT WITH ALL ALUMINIUM B-PACK TOOLBOXES.)
Continued
Matt Friend Truck Equipment, Inc Page: 3
lib t
P.O. Box 1083 Quote
4*ii, 220 Road 3168 Bldg SH66
"Wouldn't You Rather Do Hastings, NE 68902
Order Number: 0029829
Business With Friends" (402) 463-5675 Order Date: 81312016
Expires Date: 9/30/2016
Salesperson: MFT
Customer Number: 0045400
Copied From:
Sold To: Ship To:
City of Omaha City of Omaha
1819 Farnam St. Fleet Management Division
Room 902 2606 North 26th Str.
Omaha,NE 68183 Omaha,NE 68111
Confirm To:
Customer P.O. Ship VIA F.O.B. Terms
NET 10 DAYS
VEHICLE INFORMATION VIN PENDING COLOR MILEAGE 000
MAKE TO BE DETERMINE MODEL 84"DRW 19,000 GVW LICENSE YEAR 2016
" NOTICE: PAYMENT BY CREDIT CARD WILL ADD 3.5% TO THE TOTAL,
THE SAME AMOUNT THE BANK CHARGES US TO PROCESS THEM'
item Code Unit Ordered Shipped Back Order Price Amount
BUY3008086 EACH 1.000 0.000 0.000 60.00 60.00
BUYERS UNIVERSAL SPRING CUSHION MOUNTING KIT FOR B-PACK TOOLBOX.SHP WGHT 17#
(NON EACH 1.000 0.000 0.000 80.00 80.00
NON-STOCK
TBEI 1 CRYSTEEL LED STOP,AND TURN SIGNAL VISIBLE FROM BEHIND.
MARKER LIGHT KIT IS ALSO LED PER SPECS.
51G3Y4405-A EA 1.000 0.000 0.000 50.00 50.00
SUPERIOR SIGNAL SELF CONTAINED LED WARNING.LIGHT,QUINT FLASH,6.5"OVAL STROBE,GROMMENT MOUNT,12-24VDC,AMBER.
S1G3Y44058 EA 1.000 0.000 0.000 65.00 65.00
SUPERIOR SIGNAL SELF CONTAINED LED WARNING LIGHT,QUINT FLASH,6.5'OVAL STROBE,GROMMENT MOUNT,12-24VDC,BLUE
13UY6391001 EACH 1.000 0.000 0.000 12.50 12.50
BUYERS PRODUCTS,(1)SINGLE SWITCH PANEL WITH ALUMINUM BRACKET,ON/OFF SWITCH,PRE WIRED,ILLUMINATES RED.
(STROBE LIGHT CONTROL SWITCH/MOUNTED IN CAB.)
(NON EACH 1.000 0.000 0.000 0.00 0.00
NON-STOCK
ABOVE LISTED STROBE LIGHTS TO BE MOUNTED ON THE REAR OF THE DUMP BOX WITH IN
CAB CONTROL SWITCH.
VEL697097 EA 1.000 0.000 0.000 15.00 15.00
07DB 12-24 VOLT BACKUP ALARM,0.3AMP SAE TYPE C WITH SELF GROUNDING AND 2 YEAR WARRANTY. BACK UP ALARM KIT SUPPLED AND INSTALLED.
M1S75-200 EA 14.000 0.000 0.000 3.00 42.00
NAPA/MACH 4 PREMIUM DEXRON-MEiCON ATF TRANSMISSION&HYDRAULIC DC POWER UNIT FLUID.(ALSO SEE 5)GAL BULK BY THE QT MISDEXRON 5)GAL}
(FREIGHT EACH 1.000 0.000 0.000 450.00 450.00
FREIGHT
ESTIMATED INCOMING SHP&HOG FREIGHT EXPENSES ON DUMP BODY HOIST AND B-PACK
TOOLBOX FROM THE MANUFACTURER.
Continued
, Matt Friend Truck Equipment, Inc. Page: 4
Quote 4
P.O. Box 1083
" it,y - 220 Road 3168 Bldg SH66
"Wouldn't You Rather Do Hastings, NE 68902 Order Number: 0029829
Business With Friends" (402) 463-5675 Order Data: 8/3(2016
Expires Date: 9/30/2016
Salesperson: MFT
Customer Number. 0045400
Copied From:
Sold To: Ship To:
City of Omaha City of Omaha
1819 Farnam St. Fleet Management Division
Room 902 2606 North 26th Str.
Omaha,NE 68183 Omaha,NE 68111
Confirm To:
Customer P,O. Ship VIA F.O.B. Terms
NET 10 DAYS
VEHICLE INFORMATION VIN PENDING COLOR MILEAGE 0.00
MAKE TO BE DETERMINE MODEL 84"DRW 19,000 GVW LICENSE YEAR 2016
NOTICE PAYMENT BY CREDIT CARD WILL ADD 3.5C/- TO THE TOTAL
THE SAME AMOUNT THE BANK CHARGES US TO PROCESS THEM"
Item Code Unit Ordered Shipped Back Order Price Amount.
/NON EACH 1.000 0.000 0.000 120.00 120.00
NON-STOCK
PICKUP OF CAB CHASSIS VEHICLE FROM OMAHA&DELIVERY OF COMPLETED UNITS TO
2606 NORTH 26th STR/OMAHA NE 68111{FLEET MANAGEMENT DIVISION}
/LABOR TAXABALE EACH 24.500 0.000 0.000 65.00 1,592.50
LABOR TAXABLE
/SHOP 98.50
SHOP SUPPLIES
COMSOPTIONS EA 0.000 0.000 0.000 0.00 0,00
AVAILABLE OPTIONS NOT INCLUDED IN THIS BID! r
ITEMS LISTED BELOW ARE OPTIONS FOR YOUR CONSIDERATION,THAT MUST BE ADDED TO THE TOTAL IF ACCEPTED!
(NWT INCLUDED IN THIS QUOTE}
(NON EACH 0.000 0.000 0.000 125.00 0,00
NON-STOCK
SPECIFICATION#2.7 READ CAB PROTECTOR 22",STANDARD IS A 20'WHICH IS INCLUDED IN
THE BID,FOR OPTIONAL 3/4 CAB SHIELD 26".
ADD$125.00 TO THE TOTAL SUPPLIED AND INSTALLED.IF REQUIRED. � ADD IF REQUESTED.
Net Order: 13,08,5.00
Less Discount: 0.00
Customer agrees to pay in full by TERMS stated above,unpaid Invoices will be financed charged 1.5%er month.ALL Freight: 0.00
work in progress will STOP until ALL Invoices&Interest are PAID IN FULL. Sales Tax: 0.00
Order Total: 13,085.00
S-TIPPER
L
STAINLESS STEEL
DUMP BODY
"' �r`k ' a:it i!Fly+{.'�t :::( t i } Ny: z a5 Fr {.N„iii.y a,, .y y £, r �,r '3L1, '^ , f- .i siR t. ,.,:
ti•, ! 5 ' , h. .r !f r 1 gi4,f{ +I,rt 40,Pg,v4. 'N `enF'� t-t0.,y 4 R(=} a ri,r '- i S vi:�l+
- r 3 t';., is a { a -, 1 ' kt, ;'1$1w 3 ' rnv§r l`Kt; .m.� %� '.�';`,, r
"', � F t* {z I _ S - ; 4',a M1? d> r'7lil4r xti F � *; 1 `.s +`sfx``= f� r:6k' C,+g�3ii ,!,"}ikd
c.' N :i v I _ 1 '' .1 rLf`.t + _- _I ` s �4'. 1 trgm 1 t ` x
S ji _ .."•a"-- yr x,' h K 7 //. !7 Fi, ttDW A.22
'•�? f '4 1£if•F. t '' t y Ir }y'' ��4 �, 3�".
ix^- 4 f * .l�#F w. .hF•„_-,y,.... , . k.. r 4 .� 4 � f!l`ew!✓g� k
'q j Jlr! \- I E 4 y(74rlr�:Lf'� IM
�. Y rii4
fF ' * ' f -r a
f au : ' v1 x 1a ,. � gIP• � ..4— t�r ' ,f = �a�.. w -•.� rtA y %', v 1 E1 i !
d - f' d ..( M
•
t �s•» I 'r:i a �'•,~�j �` �y•�1';I' i t .iyik• t N0 _ r `„
b r" \ t a 4 }
,Y i4 e
. r I .ir' .Srl'm'sagalt2 ..= Gat'YedWpdtXluuWtr 4 4"'tvt `YNM''*ryp vn y
'''' kj --.. --
.!S - - t 1 Y• ,,ii^;: i'44' Fa ts�F tL>` ya s•1y4, Fy
y \JISh �C- --1„(
i. �r
r.
•
•
i
\ . r�,r 1\,A i CRYSTEEL,( c. r ),-� s« vgailliVP -=`...
I I t I I i j ( i : ' I 1 I I
II
' & i
1
,,... S-TIPPER
The Stainless Steel S-Tipper from Crysteel is designed Sty„t; ra 2-3 YARD hoc �ecif c_r,;ns
for contractors and municipalities looking for added . i
corrosion protection,high-strength and impact resistance Inside Length 8'1" 9' io' 11
and a long,functional working life.With the Stainless Steel Body Capacity,yards 2.2-3.2 2.3-3.5 2.0-3.2 2.4-3.8
S-Tipper's extended life cycle,in many cases this material Inside/Outside width,Inches 78/87 87/96 78/87 87/96
option is the least expense and best value! Side Height,inches 14 12 10 10
Tailgate Height, inches _ 20 18 16 16
The Stainless Steel S-Tipper brings a modern,clean look, Body Weight,lbs' 1300 1470 1425 1635
and hard working, long lasting profile to any fleet.
• Seamless one-piece front design(up to 37") S`andard 3-4 YARD P„., Si>':r'fic,t c,, '-,
• 12 ga.201 stainless steel single wall sides Inside Length 8'1° 9' 10 11'
Body Capacity,yards 3.2-4.3 3.2-4.4 3.1-4.5 3.0-4.4
• Pockets for 6"side boards increase load capacity Inside/Outside width,inches 87/96 87/96 87/96 87/96
Side Height,inches 18 16 14 12
Tailgate Height,inches 24 22 20 18
�/, Body Weight, lbs.` 1500 1565 1635 1700
5tr;i ,„,,, 4-5 YARD Bor., , ,pLc. ' '+� ;
( '' rite+ 4 l ti • Inside Length 8'1" 9' 10' 11' 12'
P s:. 111
1 Body Capacity.yards 3.9-5.0 4.03.2 4.0-5.4 3.9.5.4 3.8 5.4
1- _ . fa'i PT ,gat: Inside/Outside width,inches 87/96 87/96 87/96 87/96 87/96
t �'.; w Side Height,inches 22 20 18 16 14
s�;'
Tailgate Height,inches 28 26 24 22 20
",1 'i:'"'i"*v= Body Weight, lbs.' 1555 1625 1700 1770 1870
Vertical tailgate allows easy attachment
of spreaders during winter. Lo-Boy Hoists
fi
eld-proven and Hoists
Lo-Boy hoists include a full-length subframe for
added strength. Each model is specifically -?..." ...
designed to fit between the body
iongbeams for lower mounting
heights and a lower center
of gravity.
•
4
Recommended Hoists
Lo-Boye 400
Lo-Boys 500
Lo-Boy®510 Every body and hoist is backed by
Indus
��CR1�.aTEEL GrysteersFor more inform do 5-year
Customer Satisfaction Pledge.
For more information
on Crysteers 5Year Warranty,
CRYSTEEL MANUFACTURING, INC. please ask your Crysteel
Distributor or visit us at
® www.crysteoLcom.
Lake Crystal,MN•1-800-533-0494•FAX 507-726-2559 • ■company
www crysteel.com•E-mail sales,1.crysteeLcom
Sold by: I ` f r. 7. 44,
,
,4.;,. 7,2),,,,,
1;'-:11 , t
WARRP'..,.
„...„_.,
r._112: ,
-":.„. i 1 Estimate
M114(BOWS& APMEWI fin 4TI -. : ate Response Form
Ox Oodles!t�jStOat ��
S2I82 Ember Rid araC�sst R Id Crag e C sY End User: OMAHA,C1T•Y OF Report Page I of 2
Lake Crystal MN 56455 Omer: 100296
S07-726.2728
Matt Friend
MATT I3O FRIEND TRUCK EQUIP
PO BOX 1083
HASTINGS NE 68902-1 083
USA
Taken By:.Ien Klossner
Estimate
Terms
Phone: 402.
f.C'ODO(i432 fi Fax: 463-Sti75
Net 0 Days.``---..,.,...��Quote Date
sPerson
Custom
402-463-5639
R'91201(, Expiration Date Sale 1;:A4 9/R,2016
Quantity Item
Currency
80023
A 1,00fl
1894028 USD
Truck Vlodcf.... MAB-
STIP-84/93-090
**Body Style................... ..... .........FORD r 3S0 0-03Y-LBbUMP-40/i
I)F.D FINISH**•••• GI24B* ody .............•.......STIP'
Bad• '04 2B SS**
ody OD.. 84
Body Lcth....... 93
Hoist Mn .....Lengt •
Option.
LIIIX MP
Heavy Stainless
O Option........... .... ......... .....STAr\LLS
Herne ...........................NO SST EEL
Style
ty Material_....... .....................WEST
Crosse am M S ERN TUBULAR
Pacing....... .. N/ A STEEL.
l.ongheant tfei .............•..NIA
front S t�,ht..................
tyre...................... .................7INCH
SidSide Style•....... .................... 1/2 IN
Taile ........................................ INTEGRAL
Dais Siyie......., .BO'fl�l FOLD
CABSIitELt)
Tailgate Release Style..........................
Front Ifei ...... PANEL QUICK Sht................. •-...............MANUAL. DROP
Side Height........ .......................•
Tailgate J Icight..............•......................I6
Front Material.- 24
Side Material..................................•.
Tail ....I2GA 201 STAINLESS STEEL
Tailgate Material.... l2GA 201 STAi
•a lgatMaterial. STAINLESS S
........................................
............... tOGA 201 STAIN STEEL
Whrdoix... .........................,/iG LESS STEEL
.................................... . 4R45 Buick Drop Handle Location...... 0 STEEL
Patch •....9 X 3S TAP,ERF..D
gate.................... --.........N__RIGHT'................
atchagate Location...._ ...... ...NO
BOA Top Rail......
VerticalATo NIA
Side Ribs....................................NOS
Vertical Tailgate Ribs......
.............NO
Full Height Front Board B Pocltets...............N
Full Height Rear
Rear Lights
.. oard Pockets.........-.
..... ...\O
**Rear Oval L.ighr Cutouts....'... ... ....LE[)
TWMARKERS
O t
Primer Option... NO ]V.4t.{"t�t'(ft!7g •
Rustproof Longsills................................YESO
•*I'W R/U.4D1 RSTRUCTURE
O E'f S OF CHAIN SLOT BRACKETS**
CP STE,
5 YEAR WARRANTY
CRYSTEEL®MANUFACTURING'S 5 YEAR CUSTOMER SATISFACTION PLEDGE 6 WARRANTY
Crysteel offers the most comprehensive warranty in the industry.Crysteel warrants each product against defects in material and
workmanship for 60 Months from in-service date
• First 36 months(3 years)at 100%coverage
• Second 24 months(2 years)at 50%coverage
CRYSTEEL'S WAIRIANTY INCLUDES
Crysteel's Warranty on all Dump Bodies and Truck Products Includes:
• Crysteet manufactured product
• The repair of warranted product
• tabor to replace warranted product
• Freight for replacement product
• Warranted product return freight(if required)
Paint Warranty on all Crysteel Product applies as follows:
• Primer applied to Crysteel product.Primer carries a six month warranty from the original invoice date from the Crysteel
factory due to the shelf life of the applied primer.
• Factory applied top coat paint has a one year warranty.
• Paint warranty does not include any primer or paint applied to the inside or understructure of any Crysteel dump body,
This warranty does not cover:
• Diagnostics time
• Loss of use or any other downtime expense
• Travel Time or Rental unit
• Maintenance fluids
• Repairs due to inadequate diagnostics or installation
• OEM Products or accessories purchased by Crysteel as part of or offered with our product will carry the OEM
manufacturer's warranty.
No warranty of any kind applies to products which have been damaged,or have failed because of neglect,lack of maintenance,
service,lubrication,wear,misuse,accidental overloading,or improper installation,All warranty is limited to product supplied
under the Crysteel Manufacturing name and does not cover any Distributor Modifications.Repair or replacement is at Crysteel's
Discretion.
Complete warranty details available by contacting Crysteel.
Thank you for being a Crysteel Customer%
4400 SERIES — WARNING LIGHTS
-"°1 " LITE®
4400 SERIES : ,
Specifications: ! -:, .i-
• Mount:Grommet,rubber housing &flange i` ` `1 E 1 a )
9 4
• Power Supply:Encapsulated
• LEDs per head:19(4"round,6.5"oval) •
t # ,
• FPM:75 } 10 Quint ' r 1 t
' �aa
• Voltage:12-24VDC ,
• Current Draw:.8AMP avg ''0'
,30,,,:,..., s.,
• Warning Modes:Random or alternating flash patterns ' }
• Warranty:5 Year
- Colors: C) 0 O •
SY4415-A
Certifications:
• SAE J1318 &J845 `
V , �s, f 5 5 roi l
s 13f .t. 4 t
yy 7 t ,1q / Pp.,� 3
f
r i,V,
, ' a SY4415FL-A Js
3
u4 Rl y�. kv'F i ' 1
•�j.if `-..MST fz: 'lad.' 1 r I I t,
`= df . . Si , fay
{" S i s Eft s c^` I'j3•'' t ,"i`
l:i
$!` r\ .' e 1 a,� 6 Yak 14'44. '(,,
n f�.�1� 'r 'uy a: err Sj.
Vim , S�� `. i s >�..; G
a kF[.� g�;1:
* SY4405FL-A
J . . ,i$
SY4425-A
SY4405-A
APPLICATIONS:
SS/
u5:16355 South Lone Elm Road••Olathe,KS 66062••USA P:913-7801440•TOLL FREE 800 447-3693•F:913-780-1421
Canada:1039 Cardif Blvd.•Mississauga,Ontario L551P4•Canada E:Inro@wpertorsugnats.com•wwwa rio nals.com
,
4400 SERIES - WARNING LIGHTS
Variations:
PART* DESCRIPTION 1'
SY4405-A 12-24VDC,Amber Lens,6.5"oval,Grommet mount 3.34"/85mm
SY4405-B 12-24VDC,Blue lens,6.5"oval,Grommet mount 1.90"/4$mm
SY4405-C 12-24VDC,Clear lens,6.5"oval,Grommet mount
SY4405-R 12-24VDC,Red lens,6.5"oval,Grommet mount 1 . - .1_
SY4405FL-A 12-24VDC,Amber lens,6.5"oval,Flange mount ?„)
SY4405FL-B 12-24VDC,Blue lens,6.5"oval,Flange mount - 7.56"/192mm T
SY4405FL-C 12-24VDC,Clear tens,6.5"oval,Flange mount
SY4415-A 12-24VDC,Amber tens,4"round,Grommet mount 4.25"/108mmm-
5Y4415-B 12-24VDC,Blue lens,4'round,Grommet mount
SY4415-C 12-24VDC,Clear tens,4"round,Grommet mount R1.25"/R31.7 mm
5Y4415-R 12-24VDC,Red lens,4"round,Grommet mount
5Y4415FL-A 12-24VDC,Amber tens,4'round,Flange mount ~ Mounting Hole SY4415FL-C 12-24VDC,Clear lens,4'round,Flange mount 6.5R()vat
SY4415FL-R 12-24VDC,Red Lens,4"round,Flange mount 1
SY4425-A 12-24VDC,Amber lens,Par 36,Rubber housing
SY4425-B 12-24VDC,Blue lens,Par 36,Rubber housing
SY4425-R 12-24VDC,Red lens,Par 36,Rubber housing
05.35"/8136mm
Replacement Parts&Accessories 1.72"/43.1mm
1\PART* DESCRIPTION 110 1 -+
SY4405-GROMMET Grommet,Rubber,Oval
,:s ,.
SY4415 Grommet,Rubber,Round ` ��?
I Mounting Hole Size:
iiir.\\Ing e14.5"/0114nun
_- 4"Round
Ill/
l J
RED WIRE GREEN WIRES LINKED:
POSITIVE ALTERNATING FLASH
BLACK WIRE .INIM ( 3
NEGATIVE --13/4-
GREEN WIRE — -
ALTERNATING i,�< `+` `�
OR RANDOM %' I
I
� - --- — — 'tl 05
1/ 'GREEN WIRES UNUNKED: ".-J , 1/16
-, - '� _ -- �-i 1-- APPROX6"-1
RANDOM FLASH :. Mal.= 1
hi
I --9/16 II I
11/8 -'4
-127/32-i 1
2 1/4 REF-I Par 36
US:16355 South Lone Elm Road•Olathe,KS 66962•USA P:913-780-1440•TOLL FREE 800-447-3693•F:913-780-1427
Canada:1039 Cardiff Blvd.•Mississauga,Ontario L5S 1P4•Canada E:info@superIomignals.com•www superiorsignats.wm
o.
L-101204307447
Aluminum B-Pack Toolbox, 58"H x 24"D x 92"W(BP925824)
Aluminum B-Pack Toolbox, 58"H x 24"D x 92"W
llnme-.ioolboxos le Mounting Orockets»P hock Toolboxes u Alt Minum a-f'ad•Toolbox,Se",1 94•0 a 92'W
•Adds convenient and spacious storage behind the cab
•Ideal for flatbeds,stake bodies,dump bodies,and utility bodies b
TL 344i..y.'. ,Fr
•Two stationary shelves plus floor storage
•Four Folding 7 Hooks,passenger side
•Four doors with stainless steel rivetiess lacking T handle latches
•Automotive rubber bulb sealed doors with gas spring door holders { „,.
•Built-in frame mounting rails which save time on Installation ,S`.•
•.125"polished diamond tread aluminum e.'.
•3/16"thick smooth interior floor
•Oversized, vn"pin continuous door hinges
•Includes universal zinc plated spring cushioned mounting kit(fits most
omestic trucks with up to 10"tall frames).
•
•Comes with reinforced mounting points
•Overall height Is 58",Height above floor level Is 49",9"hangs below floor
level
Specs Drawing Additional Accessories/ Alt/Related Instructions
Info/Notes Parts Products
Dart 6P925&24
Materiai .nirntrxfm
1 Jairv.;r 3+9E1 Ias.
•
Popular Products
a '
HI TL'H,COMBINATi:ON DRAWBAR,3"ID,4 BIT MNT,30 7'x 15'Mesh Tarp&Hardware hydraulic reservoir
W/2"BALL TON kit(1.-Ton at Super Duty
Dumps)
Universal Spring Cushioned Mounting Kit(3008086)
Universal Spring Cushioned Mounting Kit
I.Forng,Leolb_exus tt,mxintinn lirao,ris,tillork 12altisams x j r.,n, '4,1,4,:_,,r1e,k tA.,, E,t4 1 ft
lititolti
Specs Drawinn Additional Accessories/ Alt/Related Instructions
Info/Notes Parts Products
ii-a:it
iniver:.9 +.priN .,'..Jr.:eh!.'',.`Ci 1,10,1riVng Kit
'1,:ic•-•,7 - .
Popular Products
; s
16
II
IIIN 0
Hil CH,COMBIN A TI ON DR A WBAF2,311104 111 T MN T,30 I'x 15 Mesh Tarp&Hardware hydraulic reservoir
W/7"BALI. TON 1<di(I-Ton&Super Duty
Dumps)
C-25A
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: •
WHEREAS, bids were received on August 24, 2016 for the purchase of two Stainless
Steel Dump Body, Hoist, and Tool Pack for 19,000 GVW Truck to be utilized by City of Omaha
Sewer Maintenance Division; and,
WHEREAS, Matt Friend Truck Equipment, Inc. submitted the lowest and best bid to
Douglas County Purchasing for the bid named City of Omaha: Dump Body, Hoist, and Tool
Pack for 19,000 GVW Truck. A detailed bid tabulation is attached.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF OMAHA:
THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a
Purchase Order to Matt Friend Truck Equipment, Inc. in the total amount of$26,170.00 for two
Stainless Steel Dump Body, Hoist, and Tool Pack for 19,000 GVW Truck to be utilized by the
City of Omaha Sewer Maintenance Division; and that the Finance Department is authorized to
pay the cost of this equipment from the Sewer Revenue Fund 21121, Maintenance Organization
116511, year 2016 expenditures.
1997tns APPROVED AS TO FORM:
CITY ATTORNEY DATE
By & 14
��++ Councilmember
Adopted 2..1...2016 7-0
City C erk CIP 9 0f a`6
Approve �:AA-- -4 ad
Mayor
NO. ." . :.........
Resolution by
Res. that, as recommended by the Mayor. the
Purchasing Agent be authorized to issue a
Purchase Order to Matt Friend Truck
Equipment. Inc. in the total amount of
$26,170.00 for two Stainless Steel Dump
Body, Hoist. and Tool Pack for 19.000 GVW
Truck to be utilized by the City of Omaha
Sewer Maintenance Division; and that the
Finance Department is authorized to pay the
cost of this equipment from the Sewer
Revenue Fund 21121, Maintenance
Organization 116511, year 2016 expenditures.
1997Atns
Presented to City Council
SEP 27 2016
Adopted ---.
Kehler growl'
City Clerk