RES 2015-0104 - Bid of Jones Automotive Inc for police cruisers (.,,,a,„,....,. h l' ,
arkeoy
O�^TED FEW' �q
CITY CLERK g„
City of Omaha �Mt;H�"+ 1lE8RASK,':
Jean Stothert,Mayor
Todd R.Schmaderer
Chief of Police
Omaha Police Department
"To Serve and Protect"
Honorable President 505 South 15th Street
Omaha,Nebraska 68102-2769
444-5600
and Members of the City Council, fax(402)444-5898
www.opd.ci.omaha.ne.us
Transmitted herewith is a Resolution authorizing the acceptance of the bid from Jones Automotive,
Inc. in the amount of $683,191.73 for emergency equipment and installation, as per attached
specifications, for forty(40) 2014 Chevy Caprice police cruisers for the Omaha Police Department.
The Police Department recommends accepting the bid from Jones Automotive, Inc. It is the only bid
received. The price is reasonable and the bid meets specifications. The Police Department requests
your consideration and approval of this Resolution.
The Finance Department is authorized to pay the cost of the emergency equipment in the total amount
of $683,191.73 from the City Capital Improvement Fund 13112, Organization 113141
Fleet/Facilities, Account 44234 Cars/Small Trucks/Vans. The City will finance the purchase of the
equipment through the issuance of lease purchase bonds by the Public Facilities Corporation. The
Omaha Police Department will make semi-annual payments to the Public Facilities Corporation over
a three year period to repay the bonds.
Respectfully submitted, Approved:
1/41,,6e ie J(---- 7 7____---/ --/ /1( -2 7) -d 7-./(-/
Todd R. Schmaderer Date Human Rights & Relations Dept. Date
Chief of Police
Approved as to Funding: Referred to City Council for Consideration:
/17—1-,i 5 CIL /
V
/e f ----‹-i;. -- -_ "Ftrtlaii , I 24 a c-i i i Li
StepllE.n B. Curtiss ate Mayor's Office Date
Finance Director
S:\OPD\1392ddr
An Internationally Accredited Law Enforcement Agency
F_ W
Z U
a
I- W
Z U
m
O.
i- w
z U
EL
I- w
Z U
a
I- W
Z U
m
0
> m Q) M
N O H uj ai r
c E ZU N- �'
O O
-) Q a c }
am da)
E
a
d m > a�
Q N a) I .-
a) 1- a)
= a D) E Q 0
g a C ) Ce� E mO
) -G I- aCps `
. Zm W cY 00 zclp .
m
t o = F- E g O
r>% OZ o Q W ► c
C G c Q
77
O m a) '
V WO E a m aa)
t/1 5 O E!' E i
Rf z c7 o W' .Q
O w = z
o 10 og = N I W >
O CO a1:2) O `m °' m
Q E a)
'ca C
CO E' W o E t 2 03
°r' v c.
m 0 0 0 u_
HH
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Emergency Equipment for 2014 Police Vehicles
RETURN BIDS TO: Published: November 12,2014 Page 1
CITY CLERK
1819 Farnam 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 88183-0011 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,December 03,2014
IMPORTANT
1. Bid must be in the office of the CITY CLERK,1819 Famam Street LC-1, 4. If Federal Exdse Tax applies,show amount of same and deduct.
OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates wit be furnished. Do not indude tax in bid.
by the opening date and time indicated in a sealed envelope marked;
BID ON:CITY OF OMAHA Emergency Equipment for 2014 Police Vehicles 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make
Bid bond or certified check shall be made payable to'City of Omaha" suggestions covering reducion in costs wherever this is possible through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change.
3. Right is reserved to 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 kom 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.doualascountyaurchadna.orq, DO NOT CALL FOR THIS INFORMATION,
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
The following equipment will be installed on forty(40) City
of Omaha 2014 Chevy Caprices per the attached four(4)
pages of specifications.
40 each Equipment and installation (per vehicle) BID/each: $fir,d7y. l y $(9 _ /�/l 73
(x 40 vehicles)
ALL OR NONE TOTAL BID: $ 683, P i/. 73
(5%Bid Bond is to be based
upon this amount)
Questions regarding this bid should be directed to:
Marc McCoy at(402)444-6191 or
Steve Faris at(402) 680-0827
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on rile with the Human
Rights&Relations Department the Contract Compliance Report(Form CC-1), This report shall be in effect for 24 months from the date received by the
Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations
Department at(402)444-5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms %iihY.5D Firm: ? j r ni3T'wes Incorporated In: ,/ 1
Delivery(or completion) Name: G 6"Y 4,, / � t I
calendar days following Title: ✓, ) 5'/z-N5A/or— Phone:4(0—/$ f3 Fax: y('2
award Address:/22.3 is7epih 7,4///‘A fro ,DP49,9092—
5treeUP.O.Box City State Zip
Email Address: '- A pJ o"Yt,Q-1-ay,.44:* /.44,,z
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Emergency Equipment for 2014 Police Vehicles
NOT AN ORDER Page 2
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 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.
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 •
By
Title . 4205/j
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
4 • f
.,fi
1. Regulation: eGR�,4n reaA"*4yti.
A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require:
I I. 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). An incomplete or unsigned RC-I 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
%%' authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
fili
thipAr Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Law(Neb. Rev.Stat.Section 73-104 et seq.).
TO
Contractor has not been convicted of any tax violations(local,State and Federal)within the last
if three years from the date this bid is submitted.
iii Contractor has not,upon final determination by the Occupational Safety and Health
,rhiil 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 prov ions of the Responsible Contractor Compliance Form RC-l.
// a-4/7p/L/
Sig re Date
By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false
information carries a penalty of up to a$500 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 for a period of 10 years. -
•
20.1 Statutory Workers'Compensation Insurance.
20.1A Employers Liability:
20,1A1 Bodily Injury by Accident-$100,000 each accident
20.1A2 Bodily Injury by Disease-$500,000 each policy limit
20.1A3 Bodily Injury by Disease-$100,000 each employee
20.2 Comprehensive General Liability Insurance.
20.2A $1,000,000 limit of liability per occurrence for bodily injury and property
20.2B The following additional coverage's must apply:
20.2B1 ISO Commercial General Liability Form
20.2B2 Dedicated Limits per Project Site or Location
20.2B3 Additional Insured Endorsements,with modification for completed operations
20.2B4 Blanket Contractual Liability
20.2B5 Broad Form Property Damage
20.2B6 Severability of Interest
7C 20.2B7 Personal Injury
,X 20,3 Auto Liability Insurance
5C 20.3A $1,000,000 limit of liability per occurrence for bodily injury and property damage
20.3E Comprehensive coverage covering all owned,non-owned, leased,hired and
borrowed vehicle.
20.3C Contractual Liability
X 20.4 Umbrella Liability Insurance-$1,000,000 Limit of Liability
X 20.4A The following coverage's must apply
20.4A1 Addition Insured Endorsement
20.4A2 Concurrency of Effective Date with Primary
,X 20.5A3 Blanket Contractual Liability
X 20.5A4 Drop Down Feature
JC 20.5A5 Umbrella Policy must be as broad as the Primary Policy
20.5 City of Omaha shall be shown as an additional insured on General Liability,
Auto Liability and Umbrella Liability policies.
X 20.6 The cancellation provision should provided 30 days of notice of cancellation
20.7 Certificate Holder should read: City of Omaha Purchasing, 1819 Farnam,Room
902,Omaha, NE 68183
20.8 Insurance company must have A.M. Best Rating of A5 or higher.
20.9 Insurance Company should be licensed to do business in the State where the
work is to be performed.
20.10 The Contractor shall agree to provide complete certified copies of current
insurance policy(ies)if requested by City of Omaha to verify the compliance with
these insurance requirements.
Other or Comments ifte/ -4°r/
.�''r
SPECIFICATIONS FOR EMERGENCY EQUIPMENT FOR 2014 POLICE CARS
GENERAL:
Equipment to be the latest current model of standard design manufactured will all
standard equipment,tools and warranty. Bidders are to supply full description and
and descriptive materials on unit bid with the proposal. Equipment must comply with
current provisions of the National Traffic and Motor Vehicle Safety Act.
All the below components are to be supplied and installed in 2014 Chevy Caprices.
Bidder will be allowed 10 days for the completion of the first car once approved,then
must complete each vehicle in two(2)days.
This equipment is for forty(40)Bladc/White Cars. The City has(10)complete
Pro-guard prisoner transport system that will be utilized. These kits will require
the bidder to supply retrofit kits listed in section 7.1
Meet Specification-Please indicate-(if other explain on comment line)
1.1 All wiring to be color coded and gauged for current load and to be loomed and
bundled.
1.2 All wiring is to be soldered and shrink tubed to connections,
scotch locks are not acceptable.
X. 1.3 All switches and relays must be high quality and designed to handle the circuit load.
yC 1.4 Connector's must match stud size.
1.5 Successful bidder will stock warranty parts for repairs.
1.6 No air bag components are to be modified or moved from their factory locations!
Other or Comments
2.1 Successful bidder will furnish and install the following all LED light bar.
2,1A Federal Signal Corp Valor all LED light bar part#VALR44S-OPD1 with low
/ power, LED Takedown and LED hot feet.
✓�`( Bar to have low power provision which defaults to high power.
Manual switch to low power only in position one(1)and two(2).
Other or Comments
3.1 Successful bidder will furnish and install the following:
X 3.2 Federal Signal Corporation Smart Siren Platinum Model SSP3000.
,54 Smart Siren to include microphone and microphone extension cable.
3.3 When vehicle is placed in park headlight flashers,intersection clearing lights
and sirens will be automatically disabled.
3.4 To supply and install two Code 3 Side Marker LED lights Red/White/Blue
PN SMLCAPRICE-RWB Lights must have weatherproof connector used.
Other or Comments
4.1 Successful bidders will furnish and install the following.
4.2 Power Tamer 5201
4.3 Havis Power Point HC-LP-4
4.4 50 amp breaker(BS7086)to be resettable, mounted at location
designated by Vehicle Maintenance to control all add on equipment.
4.5 One(1)three(3)part Bussman fuse box part#WT46074. Split between
ignition and timed out.
4.6 Carrier AC201-800 heavy duty continuous duty solenoid or approved equal.
4.7 Install City supplied FuelMaster AIM2 device
JC 4.8 To fabricate and install metal cover installed over factory console floor plate
Other or Comments
5.1 Successful bidder will furnish and install the following:
5.2 To install one Red LED/Clear LED Signal Sound Off dome light. PN ECVKMLTALOO
>4 53 Rewire factory rear dome light to operate with smart siren switch
by Smart Siren PN LIT8380SWD
Other or Comments
•
6.1 Successful bidder will install the following:
6.2 ProGuard 475-0707 Partition Wall shotgun mount with
standard handcuff key lock.
6.3 Install shotgun/rifle timer,controlled by momentary button.
Other or Comments
7.1 To supply 30 and install 40 Pro-guard prisoner transport system
City will supply 10 complete prisoner transport systems
)[ P5304CC11A Center Sliding Polycarbonate Window Universal Partition
RP53CC11 Recessed Panel
tC SP53BSCC11 Pair 20" 14 Gauge Steel Lower Extension Panels
C53CC11 Charcoal Grey ABS Transport Seat
FP53CC11 Charcoal Grey ABS Floor Pan
y . WB53CC11 Pair, 7 Gauge Steel Window Bars
x (10)Proguard RP53CC14 Recessed panel and 4K5314 Partition hardware retro kits.
Other or Comments
8.1 Havis Console C-SM1200
8.2 Havis Cup Holder C-CUP2-1
8.3 Havis Swing Arm C-MD-102
8.4 Havis 3.5"Pole C-HDM-207
8.5 Havis Smart Siren Face C-EB40-SSP-IP
gs 8.6 Havis Radio Face C-EB25-XTL-IP
8.7 Havis Arm Rest C-ARM-104
8.8 Havis Printer Housing C-PM-109
Other or Comments
9.1 To supply and install one Panasonic CF-31WBLEHLM.
9.2 To Supply and install computer dock DS-PAN-111-2
9.3 To supply and install power supply LPS-104
9.4 To supply and install bar code reader 4910LR
9.5 To supply and install printer PJ-622
9.6 To supply and install printer power LB3605-001
9.7 To supply and install bridge RB433AH
x 9.8 To supply and install necessary CAT5 Cables
9.9 To supply and install WIFI Dual Antenna AP-WW-Q-S77-BL
X 9.10 To supply 13 and install 40 GPS/Cellular antenna AP-CG-Q-S11-BL
x (27)antennas will be supplied by the City.
Other or Comments
10.1 To include the removal of the Panasonic in car video system from the previous
X vehicle(Ford Crown Vic or Caprice)and install in new vehicle.
Vendor to provide mounts
Other or Comments
11.1 To install city supplied mobile radio. Main unit will be located in trunk in tray.
Head will be mounted in console. Antenna will be located in roof. Location to be
determined by Fleet Management.
Other or Comments
1l 12.1 To install fire extinguisher brackets in trunk on left side. Bracket will be supplied
J� by Fleet Management.
12.2 To provide and install ProGuard Trunk Organizer TO53CC11
12.3 To mount City supplied stop sticks in trunk.
Other or Comments
13.1 Must supply and install Federal Signal PN F L= IL reverse/tail light flasher.
13.2 To install one pair clear rear strobe Iihts in ba kup lights
Fed Sig 416200-55 Clear LED with Inline Flasher
Other or Comments ���1
•
14.1 To supply and install sliding Service Tray with locks in trunk.
14.2 To be installed in upper rear deck area with fabricated heavy duty supports
()5c from tray to trunk floor. A fabricated sliding wiring organizer to be installed above
above tray drawers
14.3 Tray to be a ProGuard PN TTPT53C11
Other or Comments
15.1 Vehicle to have a factory dual battery system. All aftermarket items to be
wired to auxiliary battery.
Other or Comments
16.1 After the award of this contract there will be a prebuild meeting between Fleet
Management and the vendor.
16.2 After the prebuild meeting,one(1)car will be assembled as specified for
inspection.
1 16.3 After prebuild meeting and before build a compete wiring Diagram must be
provided to Fleet Management.
Other or Comments
17.1 Vendor shall have a minimum of five(5)years engaged in the installation of
electrical and emergency warning equipment. Vendor shall be experienced with
1/�(l 2011 and newer model Chevy Caprices and completed similar installation.
• 17.2 Successful vendor shall be provide a certificate of insurance per the requirements
listed in Appendix A.
X 17.3 Successful vendor will insure that all hardware and connections do not interfere
with the safe operation of any other components on the vehicle.
17.4 Vendor shall provide a minimum of three(3) references for similar installation
experience.
17.5 Inspection of the first vehicles,wiring and location of installation shall be
performed by City of Omaha Fleet Management before all panels,seat carpet and
_x1 such are reinstalled on the unit.
17.6 The vendor must carry insurance coverage to provide protection for the City of
X Omaha vehicles in the event any damage is sustained while the vehicles are in the
vendor's possession(See Appendix A) . City of Omaha shall be able to inspect the
progress of the installations at any time during normal business hours.
Other or Comments
18.1 All parts and components will have a warranty for a period of five(5)years.
18.2 One(1)year on all labor repair to replace any components.
18.3 Vendor must have a local repair facility with a full time technician.
Other or Comments
19.1 Vehicle will be picked up from Fleet Management,2606 Lake Street,for assembly
and returned to Fleet Management when completed.
X 19.2 Vehicle to be vacuumed and free of wire pieces or supplies.
Other or Comments
RESOLUTION—ORDINANCE BACKGROUND
To: Department Directors
From: Deputy Chief M. Elizabeth Davis
Police Services Bureau
Date: December 17, 2014
1. Chief Schmaderer EV4. Human Rights & Relations [�
g
2. Law Department � 5. Mayor's Office �[
3. Finance Department
Please sign the attached resolution and forward to the next Department for signature using this
check sheet as a guide.
Please call Daneen at x6158 after signature and when forwarding. Thank you.
Subject:
Resolution authorizing the acceptance of the bid from Jones Automotive, Inc. in the amount of
$683,191.73.
Initiated by: Connie Percosky, Fleet& Facilities Coordinator
Reason: to install emergency equipment for forty (40) 2014 Chevy Caprice cruisers
Contact Person: Captain Adam Kyle, x5633, Connie Percosky, x5615
Funding: City Capital Improvement Fund/lease purchase bonds
Reviewed by Law: Assistant City Attorney, Michelle Peters
c asA CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on December 3, 2014 for emergency equipment and
installation for forty (40) Chevy Caprice police cruisers, as per attached specifications, for the
Omaha Police Department; and,
WHEREAS, Jones Automotive, Inc. submitted a bid of$683,191.73, being the only bid
received for the emergency equipment; 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 of Jones Automotive, Inc. in the amount of
$683,191.73, which represents the bid for emergency equipment and installation for forty (40)
Chevy Caprice police cruisers, being the only bid received, which is incorporated herein by this
reference, is hereby accepted and the same hereby approved.
BE IT FURTHER RESOLVED;
THAT the Finance Department of the City of Omaha is authorized to pay the cost of the
emergency equipment and installation for forty (40) Chevy Caprice police cruisers in the amount
of $683,191.73 from the City Capital Improvement Fund 13112, Organization 113141
Fleet/Facilities, Account 44234 Cars/Small Trucks/Vans. The City will finance the purchase of
the equipment through the issuance of lease purchase bonds by the Public Facilities Corporation.
The Omaha Police Department will make semi-annual payments to the Public Facilities
Corporation over a three year period to repay the bonds.
APPROVED AS TO FORM.
S:\OPD\1393ddr
/c /9 �7
CITY ATTORNEY AT
By
Councilmember
Adopted AN 7 201 '7.-
a
Clerk /w2Q
.3
Approve
Mayor
NO. e/Z
Resolution by
Res. that, as recommended by the Mayor, the
bid of Jones Automotive, Inc. in the amount of
$683,191.73, which represents the bid for
emergency equipment and installation for forty
(40) Chevy Caprice police cruisers, being the
only bid received, which is incorporated herein
by this reference, is hereby accepted and the
same hereby approved, the Finance Department
of the City of Omaha is authorized to pay the
cost of the emergency equipment and
installation for forty (40) Chevy Caprice police
cruisers in the amount of$683,191.73 from the
City Capital Improvement Fund 13112,
Organization 113141 Fleet/Facilities, Account
44234 Cars/Small Trucks/Vans. The City will
finance the purchase of the equipment through
the issuance of lease purchase bonds by the
Public Facilities Corporation. The Omaha
Police Department will make semi-annual
payments to the Public Facilities Corporation
over a three year period to repay the bonds.
S:AOPD\1393ddr
Presented to City Council
JAN 2 7 2015./4„4.2cLAS 741,4.-/ 672c,4,51,,3z/dffe-/-Scr. ,/ ,, /5 , y-4 � ,
Adopted -7-- c
gaiter grown
City Clerk