RES 2015-0585 - PO to Auto Brake & Clutch for brake parts OFOMn ^ NF�R e rM
LIVE-):� '�� -' Public Works Department
' Ai
7r. ` C)maha/Dou las Civic(;enter
� May12, 2015 . 1819 barnam Street,Suite 601
tA;',- ti• Omaha,Nebraska 68183-0601
44 rso 1'EBle.* (402)444-52 hax(402)444-5248
20
CITY CLERK
48
City of Omaha ,, t { K Robert G. Stubbe, P.E.
Jean Stothert,Ma "� t"
Y Public Works Director
or f
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 Auto Brake & Clutch on the bid for the purchase of brake parts and
service to be utilized by the Fleet Management Division.
The following bids were received on April 15, 2015. A detailed bid tabulation is attached.
Contractor Total Bid
AUTO BRAKE & CLUTCH $61,690.40 (SOLE BID)
A copy of the bid documents is on file and available for inspection and review in the City Clerk's
office.
The contractor has a current Contract Compliance Report Form (CC-1) on file. As is City
policy, the Human Relations Department will review the contractor to ensure compliance with
the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost for the purchase of brake parts and service
from the General Fund 11111, Mechanical Repair Organization 116172, year 2015 expenditures.
The Public Works Department recommends the acceptance of the bid from Auto Brake & Clutch
in the amount of$61,690.40, being the lowest and best bid received within the bid specifications
and requests your consideration and approval of this Resolution.
Res ectfully submitted, Referred to City Council for Consideration:
c� T :1 e j� J14,,--5 -0
Ro ert G. Stubbe, P.E. Date Mayor's Office �/ Date(-. ."--
Public Works Director
Appro ed as to Funding: A roved:
/f---4 / -' . ,___.
'f/7-T /6-- ---L-- - ,) ,
..� Steph n . Curtiss ate uman Rights and Relations , 4//'
Date
Finance Director Department
288115scp
lAils Si
UtisSW
,it its flit
Il
1.7
P 4111
ril:.,;
iG, fra rta, ,,,:5,
-rdi iiiii"
I'111°1'
33
f
v
1a
E
3 E
i y
!Lb: :!'"i
Waal i
in " 1
Op'HP
Lai Hili
Y L
( U p 0 O O O '.0 0 0 0 tO CO O N gl LO 0 U')
m O O O Ln CID lf) O O CD O N CA El N I�
N r r (Ni O W N O O p'j Cn CD CD CA CO ti G)
e Ln L() Ln cr lf) O 11)
O O t ti Cn u) Cfl I' CO I, CO }
d�} H4 2 a (f . 6.) .
Q 05 a € GH Ef3 EA H} EA El} Ef3
i go (11111111,:lii:pil; )-
101:
,mi, mill
'" [2 61i
J ^
,,,,,ir,
a ~ J d ^ w d E
CL d ow ^ w
w wa o w ^ Dw
JWUw0w < .-. a2VV = O
o = O a Q =
o it U � a O dcrF¢- = UU0 x 0a ~ H
t,c• r U U a a Q IZ r I-' e 7 r u_ O U Q c6 r
0) rn �
r 0 U Q r M r U
0 Q a 0 "11 cas M O r, 0 a M U A r O M 7.---cv N _M 00 c)
.� 2 U O� O o r ET , , 00 4' O CI) v `-' d' O�
Q
� 2 .Z m _ 0000 - Q0 < 0 �44 100000000
20E - �® O < Qa0a < Q < veW "" 0CH � 01Y0
>, , _ lflli Z � � z � z � zc LI Cl_ z � Z � z � z �
O Q Q Q Q O Q 0 Q 0 Q 0 < 0 0 0 Q
II
4 � Q I u_ CCCCu_ xu_ W � � � U � W � W � W
0 a aa, QUUaalla o
V r5, CD ' No2Nrn 00y- CV OD c0ONoaa. � a W
U (6 pMj O CO M V M C 7 - r r CA O N N N
CD N- N Ti
m � � D � � D � 9m COcOOooO000000
O DZ QQQdQQQQQ coocoo � � � � w
W
p cn cn en cn en cn v) cn v) cn co co co cn cn co cn 0
000000000 ,,. 00000000 Z
F- F- F- I- F- I-
C-5 F- F- I- F- H - I- I- I- I- I- 0
Li- cncnuPv) cncncncncn v) cnv) cnv� v� v) cn CO
o63
c W W W W W W W W W i' W W W W W w W W 0
tC) p) G) m m m m m m CO m CO m m m m m m m m
p c Un 2oro2orx622oe �z Q O N w c
-J w
0 o CD w O In to O N O O In O O O O O O O
0ct Q d Gal N In N r r N M N N r r
En < 0 LL.
1
11
1
bwo,it
14
3
ill Mt
triNgito
itiViIiit
on,411'.1111ril
e
j TN
n
nth, 0, :,:lii‘g1,111;:tiliiiii:
le
701'Zil ,i,e,1;_:',:t:Iiiiiiiiiiiiiii,i;,,,:ii:ohliii'
::',
Y
cv 0 o 0 0 0
m o 0 0 0 o O o 0 0 0 0 -
�, tri Lri rn
3
0
J
Ur W i. Z m
2 Z F- 0 (n co co wI Y O ,J
17;1° . 0V = Z g 2 0 H vQ_ Y 0
0_ 411
�, p -J Q O Z W Q O-
N :� '" Z 0 W 0 LL W 4. 0
¢ D Z H W X CI illiki
0) a E 1. 5 ww � W > > 0 n0- 2O IA zLu
C = V t ly U � U � � W W W ? LU W � rotr
.COO °' CO w0 Lt2 ? >-j = >- O O LU 00 O U CC W
i 0 0 o) O
L 0 N c la r Pig, Z w Zoo : o ti o M o W Q 0 C_ m + z5 1,. .°
tb
d O0 d COW 0 UW) U > X X X EL ct W Y R r) Y
Iv
C I.
H ;* Q X < Q W �p W � Win W Z _ � � N. � � ,iii,,,,,i,,,,,i',,,,,,
> a a 1— a1— i , _ , _ � = Q h4,Ma — 111,01,
NI-`. ¢ m cam
O
f° o
U M. _
0
.4.N- .....,, ilittl!:1;11,
COCU Z m A. = W ¢' a
10
co
O 0
D o0 0 0 0 0 0
0 Z_ Z_ _Z Z Z iLL ,
01 -Ii J J J J J
Z C EOi W W L. W W Vitit
it
O aciLo �. a) r
F- C. o C rn,.„„,,,r.
Q O N E mTO
t114411
oo in O 0 o
CO d - 0. N N N CON 0, N 0O CD C)
iLiaiil
40
Q LT-
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Brake Parts and Service H.H.
RETURN BIDS TO: Published: April 1,2015 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 88103-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO
"CITY OF OMAHA"
NOT AN ORDER Bid Opening lime&Date: 11:00 a.m.CST or Wednesday,April 15,2015
IMPORTANT
1. Bid must be in the office of die CITY CLERK,1619 Fermi Street,LC-1, 4. If Federal Excise Tax applies,show amountof same and deduct.
OMAHA-DOUGLAS CIViC CENTER.Omaha.NE 68183-0011 Exemption certificates all be furnished.Do not include tax in Lid.
by the opening date and time Indicated in a sealed envelope nwtred:
BID ON:CITY OF OMAHA Brem Parts and Service 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
2.As evidence of good faith a bid bond or certified shed(mug be submitted with bid. b.When submitting bid an items listed,bidder may on a separate sheet,make
Bid bond or ceded check 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 uttiaadon of standard items or quantity change.
3.Right is reserved to accord or reject any or al bids In their entirety and the bidders shall 7. If you do not bid,retum sheets with reason for decking. Failure to do so MI indicate
have the right to repeal any decision to die City Coundi.Right is also reserved to your desire to be removed from our mating 1st 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
wNnv.douaiascounteurrhaslnp,orq. 00 NOT CALL FOR THiS INFORMATION.
Quote your lowest price,beat delivery and terms,F.O.B.delivery point on the!temp)Rated below:
GENERAL INTENT:It is the intent of these specifications to describe brake parts and service need by the City of Omaha
Fleet Management Division. All materials and workmanship shall be In accordance with the best manufacturing practices. All
specifications referred to herein are based on the minimum requirements. All parts shall be new and of the latest model. It
is unacceptable to add or change components of material to a unit of lesser design capability to meet specifications. The
parts shall meet or exceed all industry standards where applicable. Deviation will be considered as exceptions and will be
taken into consideration as to final acceptability of the bid. The right to refuse any or ail bids is reserved.
Quantities listed as part of this bid are estimates of annual purchases. Items will be ordered on an"as needed basis". There
shall be no limitation on order quantity,and the bid prices shall apply to any size order. The City of Omaha makes no
guarantees on quantities.The City of Omaha reserves the right to purchase a brake lathe and resurface rotors and drums"in-
house". Price agreement will be in effect fora period of one year from the date of award.
EVALUATION: Prior to award of contract,the City of Omaha reserves the right to perform tests on proposed brake parts to
measure performance under various conditions and determine pad and rotor wear characteristics.Bids for brakes found to
be non-compliant will be rejected. The City of Omaha also will consider past experience with parts and evaluations from
outside agencies such as the National Law Enforcement and Corrections Technology Center.
AVAILABILITY: Successful bidder must visit Fleet Management(2606 N.26th Street)each morning Monday thru Friday
between the hours of 06:00 and 08:00 to pickup items for service. Periodically Fleet Management will require brakes to be
picked up from other City of Omaha Fleet Management facilities. These facilities are located within the City of Omaha with
the exception of the Paplo Sewer Treatment Plant(15705 Harland Lewis Rd,Bellevue,NE) Successful bidder's parts and
service facilities must be readily available on an emergency basis. 2417
--.—__) ALL OR NONE TOTAL BID: $6i� 0,40
(5Bond is to be baasd
upon this amount,if over
$20,000.00)
Questions regarding this bid should be directed to: Holly Hurt via email at Holly.Hurtttdouglascountr"ne.gov
All bidders awarded a contract In the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on life 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 PAIN r LEGIBLY OR TYPE)
Payment Terms % Firm: /40 /��RA Z dare/1/4
Z'7" ►# 'Incorporated In: ��
Delivery(or completion) Name: x10 //� 5'E` M) i� Signature:
•calendar days following Tide: �� 6-iC Phone: •J(I. w/ Fax:e y Q
award Address: i3 /O K S'T Sit. - / • ��' rid/o'Z
Street/P.O.Box City State Zip
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Brake Parts and Service
NOT AN ORDER Page 4
DESCRIPTION
-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 cashiers check drawn on a national bank or a bank chartered under the laws of the
state,payable to the city,or lawful money of the United States,or a United States Govemement Bond(negotiable)are
acceptable substitutes for band requirements. COMPANY CHECKS ARE NOT AN ACCEPTABLE SUBSTITUTE
FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID.
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 Douglas County. 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 Firm , //D0 ,Q�Jy i/rQ,l[/ TeL/
Title / /,1it//Nr SRQR!R /T
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
Q�AHA.NE.
+W r(� os
Regulation: "rE'a reaa��,,.
A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require:
1.That all contractors who submit a bid to City of Omaha shall designate a representative who on
behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form
(RC-1). Am incomplete urunsigncd•RC-1 form.will makc your bid null and'vuid.
2. Filing this Report(please initial in the boxes below2:
Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully
' , authorized to perform employment in the United States and that the Contractor and all sub-
.
contractors shall use&Verify to determine work eligibility..
i �
5;Z:1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
'5] Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
�' �t Law(Neb.Rev.Stat.Section 73-104 et seq).
Contractor has not been convicted of any tax violations(local,State and Federal)within the last
three years from the date this bid is submitted.
Contractor has not,upon final determination by the Occupational Safety and Health
Administration,been convicted of a criminal,repeat,or willful violation of the Occupational
Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations
within the past three(3)years.
Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project
comply with the provisions of the Responsible Contractor Compliance Form RC-1.
Signature Date
By signing,i verity on behalf ofthe Contractor that the information above is true and correct. Filing false
information carries a penalty ofup to a 3500 fine 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 for period of 10 years.
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Brake Parts&Service
NOT AN ORDER Page 2
50 RAYBESTOS ATD931P FRONT PADS 03-11 C �-}N OM DritIVW7A
mum RAYBESTOS ATD932P - - - • IT. ik s• d !,4-3C1M
25 RAYBESTOS ATD1040AP O 11 "'31 r pt
15 RAYBESTOS PGD1611C FRONT PADS(12 FORD POLICE
it IIMMIANIFI
/
10 RAYBESTOS ATD1377C REAR PAD(12 FORD POLICE �1r '
160 RAYBESTOS ATD1404P r ; �-rrErkk3101
120 RAYBESTOS ATD1352P 1111W4,1M E/Ie1F. l=
10 RAYBESTOS ATD1367P FRONT PADS(08-11 TAHOE PPV)
$ p.f- o i• /Y
10 RAYBESTOS AT01194P REAR PADS(08-11 TAHOE PPV) 11111M5Mna,
IMEMI RAYBESTOS 6801111101 LarjlvajA Ellrala . �'
40 RAYBESTOS 680129 REAR ROTOR 03-11 C 11K1CirMI ETIWEirria
30 RAYBESTOS 680983 FRONT ROTORS(12 FORD
a LIIMINVer
20 RAYBESTOS 680982 REAR ROTORS(12 FORD POLICE
prErilj
200 RAYBESTOS 580.76P (y Ti7a atit ' /jj ALTALITA
150 RAYBESTOS 580724P REAR ROTOR(13 CAPRICE)
$ 05:0 /.
10 RAYBESTOS 580279P FRONT ROTOR(08-11 TAHOE
10 RAYBESTOS 580422P REAR ROTOR(08-11 TAHOE
— $ • _Ain=
SIGN ALL COPIES Firm /ef to ged,,z- (/ eG C-9
By dZae/y�SFac7bf)
Title
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Brake Parts&Service
NOT AN ORDER Page 3
300 _PASSENGER CARS AND LIGHT �j
25 TRUCK ROTOR RESURFACING $ 6 00 , I 0 kJ
PASSENGER ASSNGER CAR AND LIGHT
20 R. RF• N $ 8. 44 $ aD 0-0 0
HEAVY DUTY TRUCK DRUMS
�" "
20 HEAVY DUTY TRUCK DRUMS $ �� , Oa
30 HEAVY DUTY TRUCK ROTORS $ A! •ef
1 "11 .4" $ / . 00 ,, / r.11
HEAVY DUTY TRUCK FLYWHEEL
AND PRESSURE PLATE
$ (LI, CO $ ,(C)O
MERELINED HV774709E IHC REAR SHOES W!PIN KIT r'
MO RELINED 4515 # SHO EINVi$��, '—"�' r r
10 RELINED Avex FT GG AbuFT GG OEM FIRE TRUCK �r Mir
BRAKE BLOCK(NO
-10 -ELI NED III" $ 65'. F. ,0 0rVV
10 RELINED MM. 4707 0 t SHOE MU ,.,s �/,r'• sr
CROWN VIC RELINED PARK
/ / li dr
SIGN ALL COPIES Fir /afrofit , eti/re/7
The �
CONTINUATION SHEET
ie
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: �•
WHEREAS, bids were received on April 15, 2015 for the purchase of brake parts and
service to be utilized by the Fleet Management Division; and,
WHEREAS, Auto Brake & Clutch submitted a bid of$61,690.40, being the lowest and
best bid received within the bid specifications, for the purchase of brake parts and service.
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 Auto Brake & Clutch for the purchase of brake parts and service to be utilized
by the Fleet Management Division in the amount of $61,690.40; and, that the Finance
Department is authorized to pay this cost from the General Fund 11111, Mechanical Repair
Organization 116172, year 2015 expenditures.
288215scp APPROVED AS TO FORM:
CITY ATTORNEY DATE
By
Councilmember
Adopted MAY 1 2 2015 7-6-2
City Clerk //c���
Approved..it
((` /
fA TI` Mayor
NO. J,
Resolution by
Res. that, as recommended by the Mayor, the
Purchasing Agent be authorized to issue a
Purchase Order to Auto Brake & Clutch for
the purchase of brake parts and service to be
utilized by the Fleet Management Division in
the amount of $61,690.40; and, that the
Finance Department is authorized to pay this
cost from the General Fund 11111,
Mechanical Repair Organization 116172, year
2015 expenditures.
288215Ascp
Presented to City Council
MAY 1 2 2016
Adopted
eu3ter grown
City Clerk