Loading...
RES 2011-0033 - PO to Jones Automotive Inc for brake parts oMAHA.NF c. '�F`, e4,,, Public Works Department c4.' r �� .. C:, C f\''r ;1 Omaba/Douglas Gvic Center ar�:i� r�;. �+ `� 1819 Famam Street,Suite 601 t'I�� � ti^ r r�- �. Omaha,Nebraska 68183 0601 z f �� V " January11, 2011 O Ai,, ,Q f 4 (402)444-5220 l'Ao� cct~ Fax(402)444-5248 City of Omahas n Pr 4 L ,; Robert G.Stubbe,P.E. Jim Suttle,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a Purchase Order to Jones Automotive, Inc. on the bid for the purchase of brake parts to be utilized by the Fleet Management Division. The following bids were received on November 17, 2010. A detailed bid tabulation is attached. Contractor Total Bid O'Reilly Auto Parts $31,412.26 (Incomplete Bid) Specialty Sales $35,318.12 (Incomplete Bid) JONES AUTOMOTIVE, INC. $60,613.12 (RECOMMENDED BID) Auto Brake & Clutch $61,106.94 O'Reilly Auto Parts and Specialty Sales did not submit bids for all items and were therefore deemed incomplete bids. 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 from the General Fund 11111, Parts and Supplies Organization 116173, year 2010 expenditures. The Public Works Department recommends the acceptance of the bid from Jones Automotive, Inc. in the amount of $60,613.12, being the lowest and best bid received, within the bid specifications, and requests your consideration and approval of this Resolution. 6 R dully submitte Refe City Council for Consideration: obert G. Stubbe, P.E. Date Ma or's 0 ce Date Public Works Director Approved as to Funding: A roved: /ate -2-g- 0 ateA, /°.4q/ am Spaccarotella Date Human Rights and Relations Date ✓' Finance Director Department 156510scp of the Bid if different and noted if different than requested. • WARNING!! DO NOT BID BASE TRUCK with 1WT,XL, or ST PACKAGE ON THIS SHEET! 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 11 of 17 on Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 10 of 17 T PACKAGE ON THIS SHEET! I 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 6 of 17 ion Standards. A separate bid Is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. IWARNING!! DO NOT BID BASE TRUCK with 1WT, XL, or ST PACKAGE ON THIS SHEET! �. 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 4 of 17 BUYER INITIALS R435001N1SC0001100423 stematic Alien Verification for Entitlements(SAVE)Program. /2ft jse it/ i � I' ATER42.'-1r r• RA? bi / , 8 aaza 910N ---. lf - _j ...,...02.,...,1., ,... -* 00 ;-. ! .... ..-......................... rt C .-..:,-. • i ..... -,, ,, .-,..- -- t-ci , °Orr .- , ."6 7: ."....... r'--- CC1 . AI f '1-;-•'Is • , '," - '''. , ..' ,. So - . •.‘.? I -e in T, ill C 4.1 .----' -• — 0- - I 0 i T 1 • . .47.. 0 • fa / '-';'-*-1 J".1: .., .. ., 1 -- •,;( -1---• --- - s $.... (..) N'•- it•IllgaE2/""' ..... IN CL. 0 • 4, --1 i 1 1 ..,__,,) , t- •1 R ' : , 1:36- .,‘.•' 4g -11S4 . ' • • 'J - a... 7 . '. • D -,4 .-. . 'Ar.V.• "C7'.: ‘.4. . Z5 :. .' 1,.. 1:', '1' "I k 0 , . , ''.'''. , ..mg."4 .1061:411110r. , g ,. ' E " r _ .. ,..,, , ,),C)-t• L. ___,._,4.. ,, ,,_ o , O N. . 0 1- • 1 : .' '`'Fs. I- • -- ••*"'""r":'"*- 1013FIC511'....4 7.0-2 ip ___,--- ......,, - .., qmilit . .. . CrS — . r • ,r) . -— 1,71-. . ag,,, ,..., 4-...--;;-=--, 1-..-:::".a'. . ..,, i r• l - . • • : I i elm ! ''''''' 144....:-_ 14 . .• ', .-• . . ...... • . _ ... . . _ . . _ Exhibit B Page 8 4 Z U Z V = a ma wv Z� r W .�� = s cn c�' a a . 9 •i- c5 "Z- �- -fi -•� c-6 c— NO (-6 cc- c� C"' r 1- r- cl6 cd W .-- 1 ti,) 40(-3 -- LLJ • 2 2 Fo $ 4 -3 z— .2c-' S, c-.4 T Q Q a a 3I- Ill � q � � � mow t) c � � r"- Cc--" .r U .4' U N S1 oQ o0 a a 4._>.0 ...N w ,s- czs- --, %--- , — c_D 0 ._ D c(:), % lz °Lij es- — .3 ----- 0 \(-) sc.) z — '- - n :e ND `:' __ a D a U) -.N.. ) w D O) Z '` 3 = CC D a N U U Z D U c M CC O cu N ` < D C C s co 2 0 N N 0 < 0 2 O Z U I- < < U U < E w LA 9 9 N I- r O = { Z 0 t~ rn I- c U N a U D H rn a c6 Q co c,S = E cn _- v 9 O 9 co c4) Q 0 Y °' cn v) 6' cn o e- a •, Q E w rn 6 rn rn am o o u- g to cc cn X cc u) Om a U cn cn cn cn �- O 0 O O O = O w w 0 0 cn o7 u) 0 0 v) 0 m 0 0 4 O 0 0 O ..- CO w0 c ' ' Y m d a. < < < a O- < O N O c cc O cc rf 0 rl o.. d X t } Z z x c Q' 1- Z Q' 0 - Q Z Z cc Z Z cc 1- I- cn I 04 0 0 < < < 0 0 < N w 0 0 w 0 0 w a Z a Q • u cc c cc u_ u_ ct ce u. u_ w u_ CC C W a- Z to , O �t ap r N Z CO N Uf) N O N = p Y a CO Q m N N rn co a CO 0) v o) V ca C�7 Cam? CI) CO o (0 (C) to (oo m N O m w n. CO cvI O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ I- 1- F- F- I- I- I-- I- C I- I- I-- F-- I- I- I- o I--- cncn u) cn cocn cn u) cn cn cn cn cn u) cn z co w w w w w w w w (4 w w w w w w w w m CO m m m m CO COCO m m m CO CO m 0tY fY c � < c► c zQ T as ID le co Co • O E *g F- ro j, CO CO CO LO N N N 0) ro >, N N V' N N CO ICr :+ > a W N e- = N Ca Z d LL N c N THIS SHEET! I 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 6 of 17 ion Standards. A separate bid Is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. IWARNING!! DO NOT BID BASE TRUCK with 1WT, XL, or ST PACKAGE ON THIS SHEET! �. 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 4 of 17 BUYER INITIALS R435001N1SC0001100423 stematic Alien Verification for Entitlements(SAVE)Program. /2ft jse it/ i � I' ATER42.'-1r r• RA? bi / , 8 aaza 910N ---. lf - _j ...,...02.,...,1., ,... -* 00 ;-. ! .... ..-......................... rt C .-..:,-. • i ..... -,, ,, .-,..- -- t-ci , °Orr .- , ."6 7: ."....... r'--- CC1 . AI f '1-;-•'Is • , '," - '''. , ..' ,. So - . •.‘.? I -e in T, ill C 4.1 .----' -• — 0- - I 0 i T 1 • . .47.. 0 • fa / '-';'-*-1 J".1: .., .. ., 1 -- •,;( -1---• --- - s $.... (..) N'•- it•IllgaE2/""' ..... IN CL. 0 • 4, --1 i 1 1 ..,__,,) , t- •1 R ' : , 1:36- .,‘.•' 4g -11S4 . ' • • 'J - a... 7 . '. • D -,4 .-. . 'Ar.V.• "C7'.: ‘.4. . Z5 :. .' 1,.. 1:', '1' "I k 0 , . , ''.'''. , ..mg."4 .1061:411110r. , g ,. ' E " r _ .. ,..,, , ,),C)-t• L. ___,._,4.. ,, ,,_ o , O N. . 0 1- • 1 : .' '`'Fs. I- • -- ••*"'""r":'"*- 1013FIC511'....4 7.0-2 ip ___,--- ......,, - .., qmilit . .. . CrS — . r • ,r) . -— 1,71-. . ag,,, ,..., 4-...--;;-=--, 1-..-:::".a'. . ..,, i r• l - . • • : I i elm ! ''''''' 144....:-_ 14 . .• ', .-• . . ...... • . _ ... . . _ . . _ Exhibit B Page 8 ZU-- ZO—a, tea. tea_ .% W W oC 'f I- U D r ^H U s9 t . eta. --� m vos >-- vs- v r— cQ _ co RIO �. ,9,,z.22,‘47. �- w c) 0 o £ C). F W o C 0 o M• hbf z � \- n s' 6 c' zo \ N Da Da • ooa W e i � sJ a yi_ oW I- O CD 6 N (� = Z I""• O U) () ct w I- W m cm N D Z U J= Z O w Y O V QCC � w �a Q a p u o Z I-- QI- it.. Z (I 0 li 0 0 C >- O p. W W W O 11 Oa Q () ZE Y . Y Y tip Z -§ o ( d I- Q E W Q L" Q X I D 11 w W " co U W U CC U I- I- I-- CC ww O W c 0 m 2- _I et wD H >- H _ D o (q Y m Q .c/) w = m W 00 O ) D _ D 02 ri w l U' J d cv 0 0 = Zi Z0 }}0 _ o }aM Ow mZ W 2 L 1- d pi cW U wU > X >Q , > x _ a cc OCC Y zw = V to LL Q W Q ce w co W co W to LLI Z U Q ~ O W W d Zce < a I- n. 1-- I .- _ x- I '- = < = W - CC Q (/) >+ O It. w CN = CO° W • Z Z u� a� O Ea-u- I . o 0 m U u- Cr-1 c cc,i - 0_ RS Z E 2 U 0 2 CO o z .... 4.: Z Z Z Z ~ = N O X c C o c N Q d w O E .0 F- N >, S N ON NO M N , >, M N d N w N ea W z c0 A O Cai _, O ti 0 Z 0 u_ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ I- 1- F- F- I- I- I-- I- C I- I- I-- F-- I- I- I- o I--- cncn u) cn cocn cn u) cn cn cn cn cn u) cn z co w w w w w w w w (4 w w w w w w w w m CO m m m m CO COCO m m m CO CO m 0tY fY c � < c► c zQ T as ID le co Co • O E *g F- ro j, CO CO CO LO N N N 0) ro >, N N V' N N CO ICr :+ > a W N e- = N Ca Z d LL N c N THIS SHEET! I 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 6 of 17 ion Standards. A separate bid Is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. IWARNING!! DO NOT BID BASE TRUCK with 1WT, XL, or ST PACKAGE ON THIS SHEET! �. 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 4 of 17 BUYER INITIALS R435001N1SC0001100423 stematic Alien Verification for Entitlements(SAVE)Program. /2ft jse it/ i � I' ATER42.'-1r r• RA? bi / , 8 aaza 910N ---. lf - _j ...,...02.,...,1., ,... -* 00 ;-. ! .... ..-......................... rt C .-..:,-. • i ..... -,, ,, .-,..- -- t-ci , °Orr .- , ."6 7: ."....... r'--- CC1 . AI f '1-;-•'Is • , '," - '''. , ..' ,. So - . •.‘.? I -e in T, ill C 4.1 .----' -• — 0- - I 0 i T 1 • . .47.. 0 • fa / '-';'-*-1 J".1: .., .. ., 1 -- •,;( -1---• --- - s $.... (..) N'•- it•IllgaE2/""' ..... IN CL. 0 • 4, --1 i 1 1 ..,__,,) , t- •1 R ' : , 1:36- .,‘.•' 4g -11S4 . ' • • 'J - a... 7 . '. • D -,4 .-. . 'Ar.V.• "C7'.: ‘.4. . Z5 :. .' 1,.. 1:', '1' "I k 0 , . , ''.'''. , ..mg."4 .1061:411110r. , g ,. ' E " r _ .. ,..,, , ,),C)-t• L. ___,._,4.. ,, ,,_ o , O N. . 0 1- • 1 : .' '`'Fs. I- • -- ••*"'""r":'"*- 1013FIC511'....4 7.0-2 ip ___,--- ......,, - .., qmilit . .. . CrS — . r • ,r) . -— 1,71-. . ag,,, ,..., 4-...--;;-=--, 1-..-:::".a'. . ..,, i r• l - . • • : I i elm ! ''''''' 144....:-_ 14 . .• ', .-• . . ...... • . _ ... . . _ . . _ Exhibit B Page 8 oi ���, Public Works Department �7:�`,� �, Omaha/Dou•las Gvic Center tf. `'�►, 1819 Famarn Street,Suite 601 z 'I��,C,'J-`v „^ Omaha,Nebraska 68183-0601 TWA' 1! i o,' ,; -.-`' . . (402)444 5220 o'k Fax(402)444 5248 ". I)fEBRV�� City of Omaha Robert G.Stubbe,P.E. Jim Suttle,Mayor Public Works Director December 27, 2010 Mr. Chris George O'Reilly Automotive, Inc. 233 S. Patterson Springfield, MO . RE: Bid on Brake Parts Dear Mr. George: Section 10-110 of the Omaha Municipal Code allows a department director to reject any or all bids received for any City purchase or contract because the bids received were non-compliant to specifications. This letter is to serve as written notice that your bid is being rejected because the bid was an all or nothing bid and since your bid did not include all items it is deemed incomplete. A resolution is being forwarded to the City Council to recommend award to another bidder. Within ten days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons for the objection. Sincerely, , ,--? ,- Robert G. Stubbe, P.E. Public Works Director Enclosure C: Pat Burke, Purchasing Agent Buster Brown, City Clerk Members of the City Council Marc McCoy, Fleet Management Z u� a� O Ea-u- I . o 0 m U u- Cr-1 c cc,i - 0_ RS Z E 2 U 0 2 CO o z .... 4.: Z Z Z Z ~ = N O X c C o c N Q d w O E .0 F- N >, S N ON NO M N , >, M N d N w N ea W z c0 A O Cai _, O ti 0 Z 0 u_ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ I- 1- F- F- I- I- I-- I- C I- I- I-- F-- I- I- I- o I--- cncn u) cn cocn cn u) cn cn cn cn cn u) cn z co w w w w w w w w (4 w w w w w w w w m CO m m m m CO COCO m m m CO CO m 0tY fY c � < c► c zQ T as ID le co Co • O E *g F- ro j, CO CO CO LO N N N 0) ro >, N N V' N N CO ICr :+ > a W N e- = N Ca Z d LL N c N THIS SHEET! I 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 6 of 17 ion Standards. A separate bid Is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. IWARNING!! DO NOT BID BASE TRUCK with 1WT, XL, or ST PACKAGE ON THIS SHEET! �. 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 4 of 17 BUYER INITIALS R435001N1SC0001100423 stematic Alien Verification for Entitlements(SAVE)Program. /2ft jse it/ i � I' ATER42.'-1r r• RA? bi / , 8 aaza 910N ---. lf - _j ...,...02.,...,1., ,... -* 00 ;-. ! .... ..-......................... rt C .-..:,-. • i ..... -,, ,, .-,..- -- t-ci , °Orr .- , ."6 7: ."....... r'--- CC1 . AI f '1-;-•'Is • , '," - '''. , ..' ,. So - . •.‘.? I -e in T, ill C 4.1 .----' -• — 0- - I 0 i T 1 • . .47.. 0 • fa / '-';'-*-1 J".1: .., .. ., 1 -- •,;( -1---• --- - s $.... (..) N'•- it•IllgaE2/""' ..... IN CL. 0 • 4, --1 i 1 1 ..,__,,) , t- •1 R ' : , 1:36- .,‘.•' 4g -11S4 . ' • • 'J - a... 7 . '. • D -,4 .-. . 'Ar.V.• "C7'.: ‘.4. . Z5 :. .' 1,.. 1:', '1' "I k 0 , . , ''.'''. , ..mg."4 .1061:411110r. , g ,. ' E " r _ .. ,..,, , ,),C)-t• L. ___,._,4.. ,, ,,_ o , O N. . 0 1- • 1 : .' '`'Fs. I- • -- ••*"'""r":'"*- 1013FIC511'....4 7.0-2 ip ___,--- ......,, - .., qmilit . .. . CrS — . r • ,r) . -— 1,71-. . ag,,, ,..., 4-...--;;-=--, 1-..-:::".a'. . ..,, i r• l - . • • : I i elm ! ''''''' 144....:-_ 14 . .• ', .-• . . ...... • . _ ... . . _ . . _ Exhibit B Page 8 • ; F OtAAHA,^,�,e�y `,,,� Public Works Department • Omaha/DO las u� l f""" ug Gvic Center '� `�' 1819 Famam Street,Suite 601 z (t ��- „31 Omaha,Nebraska 68183-0601 = .y o'•� ;y . (402)444-5220 AO A Fax(402)444 5248 4TFDFE9R�r City of Omaha Robert G.Stubbe,P.E. Jim Suttle,Mayor Public Works Director December 27, 2010 Mr. Ron Westergard Specialty Sales 14685 Grover Street Omaha, NE 68144 RE: Bid on Brake Parts Dear Mr. Westergard: Section 10-110 of the Omaha Municipal Code allows a department director to reject any or all bids received for any City purchase or contract because the bids received were non-compliant to specifications. This letter is to serve as written notice that your bid is being rejected because the bid was an all or nothing bid and since your bid did not include all items it is deemed incomplete. A resolution is being forwarded to the City Council to recommend award to another.bidder. Within ten days after a bid is rejected, any rejected bidder may appeal to the City Council by filing with the City Clerk a written objection stating all reasons for the objection. . Sincerely, //' 7 ,, ',:r.-1/- ,—(____, Robert G. Stubbe, P.E. Public Works Director Enclosure C: Pat Burke, Purchasing Agent Buster Brown, City Clerk Members of the City Council Marc McCoy, Fleet Management . o 0 m U u- Cr-1 c cc,i - 0_ RS Z E 2 U 0 2 CO o z .... 4.: Z Z Z Z ~ = N O X c C o c N Q d w O E .0 F- N >, S N ON NO M N , >, M N d N w N ea W z c0 A O Cai _, O ti 0 Z 0 u_ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ I- 1- F- F- I- I- I-- I- C I- I- I-- F-- I- I- I- o I--- cncn u) cn cocn cn u) cn cn cn cn cn u) cn z co w w w w w w w w (4 w w w w w w w w m CO m m m m CO COCO m m m CO CO m 0tY fY c � < c► c zQ T as ID le co Co • O E *g F- ro j, CO CO CO LO N N N 0) ro >, N N V' N N CO ICr :+ > a W N e- = N Ca Z d LL N c N THIS SHEET! I 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 6 of 17 ion Standards. A separate bid Is requested if the manufacturer is producing fuel-flexible E85 motor vehicles(units capable of operating on a fuel mixture of up to 85% Ethanol/15% Unleaded Gasoline without additional change or conversion). A SEPARATE CONTRACT MAY BE AWARDED. IWARNING!! DO NOT BID BASE TRUCK with 1WT, XL, or ST PACKAGE ON THIS SHEET! �. 3441 OF 2011 One Ton Diesel Extended Cab 4x4 4 Door Dual Rear Wheels Pickup Page 4 of 17 BUYER INITIALS R435001N1SC0001100423 stematic Alien Verification for Entitlements(SAVE)Program. /2ft jse it/ i � I' ATER42.'-1r r• RA? bi / , 8 aaza 910N ---. lf - _j ...,...02.,...,1., ,... -* 00 ;-. ! .... ..-......................... rt C .-..:,-. • i ..... -,, ,, .-,..- -- t-ci , °Orr .- , ."6 7: ."....... r'--- CC1 . AI f '1-;-•'Is • , '," - '''. , ..' ,. So - . •.‘.? I -e in T, ill C 4.1 .----' -• — 0- - I 0 i T 1 • . .47.. 0 • fa / '-';'-*-1 J".1: .., .. ., 1 -- •,;( -1---• --- - s $.... (..) N'•- it•IllgaE2/""' ..... IN CL. 0 • 4, --1 i 1 1 ..,__,,) , t- •1 R ' : , 1:36- .,‘.•' 4g -11S4 . ' • • 'J - a... 7 . '. • D -,4 .-. . 'Ar.V.• "C7'.: ‘.4. . Z5 :. .' 1,.. 1:', '1' "I k 0 , . , ''.'''. , ..mg."4 .1061:411110r. , g ,. ' E " r _ .. ,..,, , ,),C)-t• L. ___,._,4.. ,, ,,_ o , O N. . 0 1- • 1 : .' '`'Fs. I- • -- ••*"'""r":'"*- 1013FIC511'....4 7.0-2 ip ___,--- ......,, - .., qmilit . .. . CrS — . r • ,r) . -— 1,71-. . ag,,, ,..., 4-...--;;-=--, 1-..-:::".a'. . ..,, i r• l - . • • : I i elm ! ''''''' 144....:-_ 14 . .• ', .-• . . ...... • . _ ... . . _ . . _ Exhibit B Page 8 DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA BRAKE PARTS& SERVICE FROM: P.M.Burke Published: November 3,2010 Page 1 Asst.Douglas County Purchasing Agent 902 Omaha-Douglas Civic Center BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% 1819 Farnam Street IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 A.M.on Wednesday,November 17,2010 IMPORTANT 1. Bid must be In the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated Exemption certificates will be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA BRAKE PARTS&SERVICE 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 celifted check shalt be made payaro e 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 utilization of standard items or quantity change. 3. Right is reserved to accept or 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.douolascountvourchasine.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 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 all 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 for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis. 24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 All bidders awarded a contract in the amount'of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 5055. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms % Ner Firm: /1 u fD 9/z1/6- Incorporated I Ar Delivery(or completion) Name: 4/0 (/d SQ tic,'•-_ Signature: 1 A�imY calendar days following Title: /""eie9 Phone: jqZ.s'o // Fax:3 V —ro, L award Address: 3/ Street/P.O.Box City 0~ State /Z. Zip E//S L- Email Address: ...--;;-=--, 1-..-:::".a'. . ..,, i r• l - . • • : I i elm ! ''''''' 144....:-_ 14 . .• ', .-• . . ...... • . _ ... . . _ . . _ Exhibit B Page 8 , • DOUGLAS COUNTY • REQUEST FOR BID ON: CITY OF OMAHA BRAKE PARTS & SERVICE NOT AN ORDER Page 2 ........... • ..... ..,....l;.i:y:ac::�' ,...0 :� !: .:::...' � ::. .; ., .. .}.;..:..z 4...,!�a:t x:_;:::!d+{' ==i?fi�ii ... - ' Estimated,: ,•::,:i,711d..<.•_:.:::id ,....,::,2;r. ..,rt,,:. }:-;.1.0:BI�AKE:PApS AND SHOES::,,:,_,.!. ! -..._.T •.,:,.i}.,....,:. . .}. .: _ ''r•'.:i xF;:'i.vY=i�'k?YfC{:!=c:;c T:e:iii=i+ r-. - f i } .., _ i ND... atanufac urer, Man#Part# ; ; ;,, ,,,;, IT PR ,• E:"EXTENDED X$arl .QTY ....:.-.:....L:�_..._ ,.:::.4...........x::. ....:. ' snrrs , , ! ��....,f .,• � ! y .... ..Y... . .e..a..,k,vftl�d ki,x u'1 u,:•:ro!e;-:•s+Fl w l.re�',.u??"">i3s_:--'r.:Ei26iz ss.:.....x.h..'.,. � .Lc ,. � .....,. cEidFi..r ..,ri,t..:::!:iic!:'r'i5 i::f::. u .- 1.f .:............._. x ,....s. .z...... :r.Ti..3....t..:.....:..s.....1 it 3 x..:.: .r ,- ,,, P?'lOIVa... .. t.d•x.- 1:}. .::;,r.!.,t: _ ati .._. 3 RAYBESTOS SSD659 FRONT PADS (95-97 CN) $ S4,1 r 9 z $ / 976 3 RAYBESTOS PGD601 M FRONT PADS (94-99 TAURUS) $ f/t q 0 $ /S3;7° 3 RAYBESTOS PGD610R REAR PADS (93-99 TAURUS) $ f q,q v $ /?9.'?c 5 RAYBESTOS SSD674 REAR PADS (96 CN) $ 6/ Y Z $ 3°7/ 21 RAYBESTOS SSD674A REAR PADS (97-02 CN) $ 6 / q 2- $ 12Yq,sz 20 RAYBESTOS SSD748 FRONT PADS (98-02 CN) $ cz 9d' $ !Off'`'� 220 RAYBESTOS SSD931 FRONT PADS(03-10 CN) . $ • .rgrsbf $ /Lg$q (,o. 190 RAYBESTOS SSD932 REAR PADS (03-10 CN) $ �'$,/Z $ //0YTr80 : :n:;p:.............:_.......-._:::u_+F'.:.c<.::x_:. .:...�...a..x..:......,.....,:.....:.I :::•'a...t.r..,.........:-..y.......ye g,,,! .1 ... ._.._. ..e. .........:. ..:s•:cr:•vr»:]en::::+ulc::::c r. :'s '..�::.. :.r. :. � � ..•r._.i.._.......:-::::ra:iii.n,':��:iki,r'`iiiii`?i:`} [�i��ij;iF.?!ii;:: ,"......;.:....!:•'^n!%^^x:n_,!.�:.I::si:?.,y:ge•::y:""'5 F•r.,•_3i:!-- c: - ! .. _..!. I ...:rrstrmate .;., ....�}i:=},�::. .>::-....�..,...!.,�_�. ..2.0-ROT:- �. ' ,:D.RU(Ur :A. D.=.'�/JI�+C.:: ,:,.,!;,.�_,�::..,: s::S-':.:_.,.._....,.�i. .. _.. ......... ............ :• �1 T�..fu S :.N.; f.7!�!!:._.....Iiii:i�:..: :::::::,::'?:::::,:,:;:::.._i;;�,..... .,_...... .S.-...!.v-:.!y.Lz_�f:! :_.1 J..ti..l},:-�:i:.::z 2t:Gl:.S.L1,.•.,.,1... Y. t J a[i?epi'-ry!... n.I;cssE55}:h..wh@uitrdaar.!a:x:e.::::::c:::i•:oEiVY?igi;:xi;i.r:.; a:..... 4;�3:r b'c'C iiiiii, factw:er.ki'li.il:Itat•t# Iw xy 1 I ;.,:<�::''''''•,;,:•'_ UNI :Pr,R10fi EXTENDEDig,-i �Y�art. Sl-TYs�9 d ..._..&.::.....:.. ..:..n.0_.::•F•._x..v..!v.r_,z,? m a i. 4 d •! _..!.;. ...v , , 1 u,.!:...;......, _ _.,5,.. :.,a,.,., ...... ............. .,,r, .r 1.., .. . ....pc!t!eC..[m:?:;a:e.:;r;,._..x!:�:L•r.;;.r..i^�;;!;c!..:�;,.:;.:.0 4e.„.:....:_..._ , 2 RAYBESTOS 66238 REAR ROTORS (94-95 CN) $ y c/,/') $ Rg 3 y 2 RAYBESTOS 66492 FRONT ROTORS (95-97 CN) $ •Sp,O<, $ 10011- , 40 RAYBESTOS 66744 FRONT ROTORS (98-02 CN) $ If cz $ 3yo0,8t 28 RAYBESTOS 66595 REAR ROTORS (96-02 CN) $ .Srg,o t $ f.1 T o,Ly 2 RAYBESTOS 66442 FRONT ROTORS (98 TAURUS) $ ,fib r b o $ 11324t. ' 64 RAYBESTOS 680110 FRONT ROTORS (03-10 CN) $ 75 S3 $ Y t2339? 248 RAYBESTOS 680129 REAR ROTORS (03-10 CN) $ t, 13.3 $ / $ of x ..x...... 1. .x.,:._.................x.\..5.....:...:.x.: .:. ..J.1\..{5..t.. r_IS•1 :i...._..1�......_...... .i•. .tx. ..:. u:ii:li'.i}�ul A::1!'i:: , y.:. ... :r-,.i::c:::,••' !.. ..s:'.x..:.:z.r.o,..der •r....n ..7..,.{�'••. }; .: .:+' ;:. :niii.:�.ii::�"'.;;:::u:r, s;'!sa;•-.:::::'.' u)i'il`T(��u�iiJ'Fn::!,!:-••e:_:. >:::.`.-'.....-.,.,,`,.-::::::.k•;-',,,,,:;-:.:-:a:!n.4,,,,3.,.r_!.,�.J:�ur i ! .. . .,i:: ..ii. :w ee a iir'�1+...;_+._,,..!•_:_r_.t.aZ__},_�°:-:m:: u::r.e..;,..... ,.!_..,n:ir.,::.n:m! :,}�§t.mat�.d ... ........ .... ...... :. .... .: . -• :..I ..!.>....�,0:pRU !:�CZ•QFt,AND s k &m r s+7i! :;r: _ WIN. f;}i'rx.;rr. ,nHz< xu}',-: - .2 r Manufacturer Man P: ,.,!WI , ,� ,+}d, ,:.A f:;,, U ITPRIC v EXTEN ED.::.: ..!.,:s'f�.i.:.,...,,•....•...tM.:...,,,.,,r._.•k,sse.a.:•.r.a:.�..•�...' :: �� ..}. R.3.:.3r..}:::Er.: ..v,,.ur,u ikY MYAIQT1� t. :!. :rr:.::s:::>_....>:_,:::!�:�:_sl!:,:�::,::,,::;:,:,.:::a:�:•:r,a.... ._�__., .:r,,.... _L.��INHEEL��tESURFAG�NG.;,:�:: _:::�t.. r.Y:.:..�:a�:;:;�,:�•: !;:}i<;=,:<._.. PASSENGER CARS AND LIGHT c 650 TRUCK ROTOR RESURFACING $ '7, S° $ 1 fl5� 25 PASSENGER CAR AND LIGHT .5.° TRUCK DRUM RESURFACING $ yr 5 O $ I/2 20 HEAVY DUTY TRUCK DRUMS 16" $ 2 co , $ y Q 6 HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET DOUGLAS COUNTY • REQUEST FOR BID ON: CITY OF OMAHA BRAKE PARTS & SERVICE NOT AN ORDER Page 3. • ,':Esttmatsd r... ::':.:.: , .{j ! ..............., [......, t .f.. :iYeatty QTY_ Manufacturer IUlanf Part# �3 4 RELINING L` !,r �tUNIT PRICE EXTENDED ; 3 RELINED HV774709E IHC REAR SHOES W/ PIN KIT S2R $ //f- $ �to S" 2 RELINED CL2035 EATON BRAKE SHOE SET $ 8'? S.c2- $ r 75-e"P 4 RELINED CL1478 ROCKWELL BRAKE SET $ go e- $ 3ZQ 4`? 22 RELINED PB1 RELINED PARK BRAKE SHOE ���> SETS $ 3° $ 66 ._ ................i::i......_..>::--._.._._....... .....r........., s.•!n•S::!�:.;'."::air:•,.•...r.!�%isii:nt.!;:;:;v,:i:,:::::;s!:._..,{.;;..x,....:.rr..f?:5::: :iriiii'.:':'.!' �"ri! ...._.............>_»...., .i,:r.?{.{li::«-.n_rrn�+r's:::::::1:«>•:;:.:f.?:<:...�c._,.r..�<.:.,._.,..........�n;..:.:::•,u•::x.s::s:t:::::,:a:o:r i.,_:,dac:::r:r:':u:uc,_:._;.en :It..,?ii?i1: ' ,.,.,........._._,.....: � ?:�_i i.p:.:.:p:r.::us:yai'l::�araz;;g� ,.r..sr.:.nlce...........•• s, ,�f. ..1�„+i.:..!+ ......,..c.. g,rn. tt._p.:px;�u...6_:a :::e:•: : ::ii. :....... :.:, .. _ .,.....,_ ...,y.�: ,.a:�.t:•i!1iif,r.:,.;.��;,ia? ,.. :. �::rr.:...,:::.�..•:.r.:at.�:::::r.s.;.{„:.,r.:._ s=`,,.: q �:='::!iifF:isi:_:.:a:.:.r.!?„{...,..o'?::e:d.:......_--:•.....::.if:..::4i:C:i:S .y1='{...:...........::..r..:...n.....a.:.r...:.:r::.::n.•u:i_:a 3iri,": ; .. .. ::.::!:.:?:�:: �.::-:..:::.........:::.?...:.:,,r+:!:::::::�::r=:i:,,:,a--•:t:.!:,,u�::::?;:.�!.t;{:i::+-;:�,::,,::.,:::,,,...:,:: :,:::::�::,::!:.!::,,�:o�:Ail ::e>lo $ /�6 • REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond or the performance 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 bond requirements. You are hereby on notice that as of October 1,2009, Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne.us 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 ,/Qv tad<w Tr!A By Title `'•• • • CONTINUATION SHEET ,�.J:�ur i ! .. . .,i:: ..ii. :w ee a iir'�1+...;_+._,,..!•_:_r_.t.aZ__},_�°:-:m:: u::r.e..;,..... ,.!_..,n:ir.,::.n:m! :,}�§t.mat�.d ... ........ .... ...... :. .... .: . -• :..I ..!.>....�,0:pRU !:�CZ•QFt,AND s k &m r s+7i! :;r: _ WIN. f;}i'rx.;rr. ,nHz< xu}',-: - .2 r Manufacturer Man P: ,.,!WI , ,� ,+}d, ,:.A f:;,, U ITPRIC v EXTEN ED.::.: ..!.,:s'f�.i.:.,...,,•....•...tM.:...,,,.,,r._.•k,sse.a.:•.r.a:.�..•�...' :: �� ..}. R.3.:.3r..}:::Er.: ..v,,.ur,u ikY MYAIQT1� t. :!. :rr:.::s:::>_....>:_,:::!�:�:_sl!:,:�::,::,,::;:,:,.:::a:�:•:r,a.... ._�__., .:r,,.... _L.��INHEEL��tESURFAG�NG.;,:�:: _:::�t.. r.Y:.:..�:a�:;:;�,:�•: !;:}i<;=,:<._.. PASSENGER CARS AND LIGHT c 650 TRUCK ROTOR RESURFACING $ '7, S° $ 1 fl5� 25 PASSENGER CAR AND LIGHT .5.° TRUCK DRUM RESURFACING $ yr 5 O $ I/2 20 HEAVY DUTY TRUCK DRUMS 16" $ 2 co , $ y Q 6 HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA BRAKE PARTS &SERVICE FROM: P.M.Burke Published: November 3,2010 Page 1 Asst.Douglas County Purchasing Agent .902 Omaha-Douglas Civic Center BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% 1819 Famam Street IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS 620,000 OR MORE. Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 A.M.on Wednesday,November 17,2010 IMPORTANT -• 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Famam Street,Omaha,NE 68183-0011 by the dosing date and lime indicated Exemption certificates will be furnished. Do not include tax In bid. in a sealed envelope marked: BID ON:CITY OF OMAHA BRAKE PARTS&SERVICE 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 reduction 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 accept or 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.doualascountvourchasina.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,P.O.B.delivery point on the Item(s)listed 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 all 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 for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis. 24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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 %All( rrh Firm: mVE5 414110yy,Bld/thE C%G In t in: /9 O iVt Delivery(or completion) Name: (EsAIA/F j/f- p/1/t/6,AJ Signature: calendar days following Title: ReSi, T Phone: SyO2-3 / 3 Fax: 42 award Address: /.2,;2.3 -So, , • ,e0-4, il e/� tp my Js 9Z_ Street/P.O.Box City State Zip Email Address: /di HEAVY DUTY TRUCK DRUMS 16" $ 2 co , $ y Q 6 HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA BRAKE PARTS & SERVICE NOT AN ORDER Page 2 Estimated Manufacturer Manf Part# 1.0 BRAKE PADS AND SHOES UNIT PRICE EXTENDED Yearly QTY DESCRIPTION: 3 RAYBESTOS SSD659 FRONT PADS (95-97 CN) $ 67 `U $ 1,S% �a 3 RAYBESTOS PGD601M FRONT PADS (94-99 TAURUS) $ LH $ 1.jt/ 01-/ 3 RAYBESTOS _PGD61 OR REAR PADS (93-99 TAURUS) $ J/ c • •$ ) /61. 5 RAYBESTOS SSD674 REAR PADS (96 CN) $ S •C,0 / $ 62 95.. OS- 1 21 RAYBESTOS SSD674A REAR PADS (97-02 CN) $C p. 7 q. $I•M S"9 20 RAYBESTOS SSD748 FRONT PADS (98-02 CN) $ 77 t3 $t.s 2. 60 220 RAYBESTOS SSD931 ' FRONT PADS (03-10 CN) $Cf. ' 7 sjc; /31 s6 190 RAYBESTOS SSD932 REAR PADS (03-10 CN) $ $/ . / t 700 Estimated 2.0 ROTORS, DRUMS AND MISC. Yearly QTY Manufacturer Manf Part BRAKE ITEMS: UNIT PRICE EXTENDED 2 RAYBESTOS 66238 REAR ROTORS (94-95 CND $ VI, 5.3• $ ws"64 2 RAYBESTOS 66492 FRONT ROTORS (95-97 CN) $ sy 3L/• $ I o ,6T 40 RAYBESTOS 66744 FRONT ROTORS (98-02 CN) $ 23-',qei $3037 6O 28 RAYBESTOS 66595 REAR ROTORS (96-02 CN) $ Lii, 93. $ /.31 -b a l/ 2 RAYBESTOS 66442 FRONT ROTORS (98 TAURUS) $ L/Q, 74/ $ q7. £/S' 64 RAYBESTOS 680110 FRONT ROTORS (03-10 CN) $ to r• 7 • $ 3 72 248 RAYBESTOS 680129 REAR ROTORS (03-10 CN) $Si. .5 ' Sla/7641.1C Estimated Manufacturer Manf Part 3.0 DRUM, ROTOR AND UNIT PRICE EXTENDED Yearly QTY FLYWHEEL RESURFACING: PASSENGER CARS AND LIGHT 650 TRUCK ROTOR RESURFACING $ 2 Is-0 $ V?75 0 0 PASSENGER CAR AND LIGHT 25 _ TRUCK DRUM RESURFACING $ /O, O $ c�, `do HEAVY DUTY TRUCK DRUMS 16" ? 20 �X 4" $ !c) U $ cJ 00 20 HEAVY DUTY TRUCK DRUMS p O p U 16.5"X7" $ a / $ Ida 30 HEAVY DUTY TRUCK ROTORS 00 �0 15"X33/4" $ /a . $ �3 O' HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ ,/Q� dO $ �O `dU SIGN ALL COPIES Firm v 0�S / i /i l,4 , � By /g a/e'7ri1- . Q j 9,v4)5 " Title IWOstipgtt.7 CONTINUATION SHEET 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 all 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 for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis. 24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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 %All( rrh Firm: mVE5 414110yy,Bld/thE C%G In t in: /9 O iVt Delivery(or completion) Name: (EsAIA/F j/f- p/1/t/6,AJ Signature: calendar days following Title: ReSi, T Phone: SyO2-3 / 3 Fax: 42 award Address: /.2,;2.3 -So, , • ,e0-4, il e/� tp my Js 9Z_ Street/P.O.Box City State Zip Email Address: /di HEAVY DUTY TRUCK DRUMS 16" $ 2 co , $ y Q 6 HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA BRAKE PARTS & SERVICE NOT AN ORDER Page 3 Estimates Manufacturer Manf Part# 3.0 RELINING UNIT PRICE EXTENDED Yearly QTY 3 RELINED HV774709E IHC REAR SHOES W/ PIN KIT y� S2R $ ( r OD $ 67epei.0: 2 RELINED CL2035 EATON BRAKE SHOE SET $ f , eve $ 4 RELINED CL1478 ROCKWELL BRAKE SET $ d0, o v $ s6.00 22 RELINED PB1 RELINED PARK BRAKE SHOE /��/ SETS $ � .OD $ 7TO1d� • TOTAL BID REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond or the performance 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 Governement Bond (negotiable)are acceptable substitutes for bond requirements. You are hereby on notice that as of October 1, 2009,Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne.us • 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. DAJ&? 4 ' SIGN ALL COPIES Firm i BY ff0111, r7',1 • Q-myyi-11- Title CONTINUATION SHEET ms"in- house". Price agreement will be in effect for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis. 24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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 %All( rrh Firm: mVE5 414110yy,Bld/thE C%G In t in: /9 O iVt Delivery(or completion) Name: (EsAIA/F j/f- p/1/t/6,AJ Signature: calendar days following Title: ReSi, T Phone: SyO2-3 / 3 Fax: 42 award Address: /.2,;2.3 -So, , • ,e0-4, il e/� tp my Js 9Z_ Street/P.O.Box City State Zip Email Address: /di HEAVY DUTY TRUCK DRUMS 16" $ 2 co , $ y Q 6 HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA BRAKE PARTS&SERVICE FROM: P.M.Burke Published: November 3,2010 Page 1 Asst.Douglas County Purchasing Agent 902 Omaha-Douglas Civic Center BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% 1819 Famam Street IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 68183-0902 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 A.M.on Wednesday,November 17,2010 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated Exemption certificates will be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA BRAKE PARTS&SERVICE 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 reduction 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 accept or 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,douglascountvpurchasing.oro. 00 NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Item(s)listed 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 all 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 for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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_ % (O tit Lv Firm: 0QN/h kibiKo1/40)( (, In ated In: MO Delivery(or completion) Name: Clay Signature: (' calendar days following Title: ill'id GA Phone: ► 0.514 •551.0{ Fax: mt,,q25-col award Address: 2,33 S, PPI� Soo I+► (� M b 7 )l Street/P.O.Box ty J State Zip Email Address: itilArhidSaOretllyaUtO:COm MS 16" $ 2 co , $ y Q 6 HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • • • DOUGLAS COUNTY REQUEST FOR BID • ON: CITY OF OMAHA BRAKE PARTS &SERVICE NOT AN ORDER Page 2 ti;��:.C2—.,;x.e:,z,fr..n 4:ryu.'cl:`ij@,,.7z.,.,�-•.i' .,:,; i 44 .;.3'.:Nt .s :Kn t:a x�•: :�:.{r:£.` .4(. _». �.r- r' f• f`,a5 t 'iN.V.�.t'��WAY, ,r.�,e, g. .}StPp j.ir 2+z <,.�^Y .�•y.s fi���..t5�4 1.Li'1�.,;t.��{ :. d�f Yrzi'r'=-::S,J° Y7`f �ie�,. .�' - r(4- >'.. 1�,:: sr ���t i. �tlr y �Sl��>��Y YS tj-.a 1 t i „'{ } ' �a5:- �rt 4' { F y t t r;l' 'S -- ,r�1 s E € {3 ���Z ; tf)I r£Jc��f ���t I.� ,;t 19):;g1 F%�4r:';ke�if•; r�>` rtA4.. ., r, ,., ., sr ! ,i� � r� 7 � �r: l;r�� r�� '4 S � ,i - .fT M�b�4 3 RAYBESTOS SSD659 FRONT PADS (95-97 CN $ 33•'{'} MraniNi PiKkbt 3 RAYBESTOS PGD601M FRONT PADS 94-99 TAURUS) $ AMA 3 RAYBESTOS PGD610R REAR PADS 93-99 TAURUS MX(1 5 RAYBESTOS SSD674 REAR PADS (96 CN $ 3314 $ . 0 i'14><(•l + 21 RAYBESTOS SSD674A REAR PADS (97-02 CN) $ $ •5 m 20 RAYBESTOS SSD748 FRONT PADS (98-02 CN $ • 00(431 220 RAYBESTOS SSD931 FRONT PADS (03-10 CN) IIIIEME' , '• Qcs32 190 RAYBESTOS SSD932 REAR PADS (03-10 CN) EM$ 0, p5 (oo i 4 vl '� (iX-7 Sr�'a yeti n�+, x ;a Z eb,y•i i„'i ? fan r�, `�, 1 I • s! �iU� 1Ak 2 RAYBESTOS ;,% 66238 REAR ROTORS 94-95 CN MEMO, , • 2 RAYBESTOS 66492 FRONT ROTORS 95-97 CN.M 40 RAYBESTOS 1 66744 - • - • O S 98-02 CN IM ,Y ,2 28 RAYBESTOS 1 66595 REAR ROTORS 96-02 CN (t.?1$ 5 MEMO. 2 RAYBESTOS I 66442 FRONT ROTORS 98 TAURUS.; allInV=1311MEMII 64 RAYBESTOS 1 680110 FRONT ROTORS 03-10 CN 248 RAYBESTOS 680129 REAR ROTORS 03-10 CN1 $ (o,23 .Zc) fsr3`✓`4`s:e nt�^.F':y,'-.'[.';��f"'•'.�r..e Yx.r.+ z. i!-- .UY.�.;.-4a;. ..:�' (,�. S � .i. i2 tr'�;:;ra.', �+•+n T:: —.;d d:- ib":� i 4, '•rkq<vY ld;�'•;�;� ...,.lt.:•r Y - t a i y ,Y, y d ��t. f,{i S ♦ _ P"5"i ( }} .A.t `y 1 % ' t:} t 13 PASSENGER C AND LIGHT RS 650 ,. * Elljl TRUCK ROTORA RESURFACING .5 $ ' PASSENGER CAR AND LIGHT 25 Mil=TRUCK DRUM RESURFACING • 20 ■-■■HEAVY DUTY TRUCK DRUMS 16" 16.5 HEAVY• DUTY TRUCK DRUMS 20 �-E■ 7" $ -$ • 30 �-�■HEAVY / 15"X 3 4 DUTY TRUCK ROTORS 2 HEAVY DUTY TRUCK FLYWHEEL =I= MUM AND PRESSURE PLATE SIGN ALL COPIES Firm It L666.lot By Title ►i orc),tp At( • CONTINUATION SHEET lathe and resurface rotors and drums"in- house". Price agreement will be in effect for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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_ % (O tit Lv Firm: 0QN/h kibiKo1/40)( (, In ated In: MO Delivery(or completion) Name: Clay Signature: (' calendar days following Title: ill'id GA Phone: ► 0.514 •551.0{ Fax: mt,,q25-col award Address: 2,33 S, PPI� Soo I+► (� M b 7 )l Street/P.O.Box ty J State Zip Email Address: itilArhidSaOretllyaUtO:COm MS 16" $ 2 co , $ y Q 6 HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA BRAKE PARTS&SERVICE NOT AN ORDER Page 3 ° r }C� - -,,/ ',,` u.:..t.,.a.w_L..»,.,i2_,.,;,: <h.,to .K4....z... ..s;`.........:....... .r':i. ..::1. 3 RELINED HV774709E IHC REAR SHOES W/PIN KIT -[ S2R SSH 410iE2A $ �l• I T $ 125.3i 2 RELINED CL2035 EATON BRAKE SHOE SET $ tkp CcoSS $ t4(6 4 RELINED CL1478 ROCKWELL BRAKE SET $ $ 22 RELINED PB1 RELINED PARK BRAKE SHOE SETS $ $ -a)�.w3 Fj, ,.r.r �s{1,�g3 . 40 , ri.vw,Rc f. t';f i r L3.,..aa g',.c ;.!`f ,a'�<7arts� �. h1^s., htK�� ''x r"r.,..;i 1 :14 Y ,�'L Y, $ f REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond or the performance 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 Governement Bond (negotiable)are acceptable substitutes for bond requirements. You are hereby on notice that as of October 1,2009, Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne,us 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 I 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 .I Title t �pr13.tWiA,t,r CONTINUATION SHEET 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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_ % (O tit Lv Firm: 0QN/h kibiKo1/40)( (, In ated In: MO Delivery(or completion) Name: Clay Signature: (' calendar days following Title: ill'id GA Phone: ► 0.514 •551.0{ Fax: mt,,q25-col award Address: 2,33 S, PPI� Soo I+► (� M b 7 )l Street/P.O.Box ty J State Zip Email Address: itilArhidSaOretllyaUtO:COm MS 16" $ 2 co , $ y Q 6 HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET 7 0 Reilly AUTO PARTS. • PROFESSIONAL PARTS PEOPLE P.O. Box 1156 * 233 S. Patterson Springfield,MO 65801 Phone(417)-862-3333 www.oreillyauto.com To Whom It May Concern: On behalf of O'Reilly Auto Parts I would like to say THANK YOU for allowing us to bid on your transportation needs. If you decide to choose O'Reilly Auto Parts as a supplier I want to make sure that your quoted discounts and prices are loaded into our computer system to assure a smooth purchasing process. To make sure this happens I would like to request that you send me an award notification notice. This can be done by mail,email, fax, or phone call to my office in Springfield,Missouri. Please include information such as bid number,date, your agency name, and any special requirement of the bid. Upon receipt of this information,we will make sure that this information is loaded into our system and transmitted to the servicing store or stores immediately. My contact information is listed below. Chris George Sales Department- Installer Pricing/Bid Coordinator P.O. Box 1156 233 S. Patterson Springfield, MO 65801-1156 E-mail address: cgeorge@oreillyauto.com Fax: 800-925-0899 Phone: 417-862-2674 ext. 8402 If you have any questions, please call me. Si rely, Chris George O'Reilly Auto Parts RIGHT PART, RIGHT PRICE GUARANTEE! bility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne,us 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 I 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 .I Title t �pr13.tWiA,t,r CONTINUATION SHEET 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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_ % (O tit Lv Firm: 0QN/h kibiKo1/40)( (, In ated In: MO Delivery(or completion) Name: Clay Signature: (' calendar days following Title: ill'id GA Phone: ► 0.514 •551.0{ Fax: mt,,q25-col award Address: 2,33 S, PPI� Soo I+► (� M b 7 )l Street/P.O.Box ty J State Zip Email Address: itilArhidSaOretllyaUtO:COm MS 16" $ 2 co , $ y Q 6 HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA BRAKE PARTS &SERVICE FROM: P.M.Burke Published: November 3,2010 Page l Asst.Douglas County Purchasing Agent 902 Omaha-Douglas Civic Center BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 6% 1819 Famam Street IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Omaha,Nebraska 88183.0902 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO ' "CITY OF OMAHA" NOT AN ORDER • Bid Opening Time&Date: 11:00 A.M.on Wednesday,November 17,2010 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct 1819 Famam Street,Omaha,NE 68183-0011 by the dosing date and time indicated Exemption certificates will be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA BRAKE PARTS&SERVICE 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. 2. As evidence of good faith a bid bond or certified chedc 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 reduction in costs wherever this rs 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 from our mating 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.douolascountvourchasino.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,Fb.B.delivery point on the itern(s)listed 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 all 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 for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA BRAKE PARTS &SERVICE NOT AN ORDER Page 2 o: t „r�r.. S y,'rr 'x,;.eii .' ' mit.4 - 3 p 147.m sr Too, { �`I ":v'� �'1� � ( � �i��6 'tl ' C � �{.� t N.nei -: Mat d 1.� .17 �� �® M t A�,Q� ,�r '"?.' - .f'K:'j`✓: '� f�:. :Y�� 'iS�:2_� .,raw. F�"tr allska 4i - t s tIfitr'..{ �.:c3�_ 1�3,'a., v.�.N`v�f�'>. �L a.,.nAt...»w S..S.r�. E_...,,F_��:�:.' ailF�.aF.-i�.��. 3 RAYBESTOS SSD659 FRONT PADS (95-97 CN) MIMES 3 RAYBESTOS PGD601 M FRONT PADS (94-99 TAURUS) 131.1111NIM$ 3 RAYBESTOS PGD61OR REAR PADS (93-99 TAURUS) $ 5 RAYBESTOS SSD674 REAR PADS (96 CN) 11111121EZWITOINI 21 RAYBESTOS SSD674A REAR PADS (97-02 CN) 111111.11111$ 20 RAYBESTOS SSD748 FRONT PADS (98-02 CN) 0111111111111FINIWIIIIII 220 RAYBESTOS SSD931 FRONT PADS (03-10 CN) 190 RAYBESTOS SSD932 REAR PADS (03-10 CN) !:. . � i� r - ': 't.'�r;o• F �'"�y3�r.:rsgc•�(' .eta I a�`�'�'�"_'a� x���'�z �- ° �.��a 1:.2 c?+f''3'Tr�p xy;: I , -�ltv ;4A� � [.'1 ��xV. -.t _ s:�,-� �- -�' `�G.�•—�. }. ICYY' ��f� ..::- _ +. 1 ,...?�. Is ;a�y�d I� il I� 1 ,:a 1 3 taC,.ri✓t1:''u...N a 'eai Nr`'r; ! 2 RAYBESTOS 66238 REAR ROTORS 94-95 CN 2 RAYBESTOS 66492 FRONT ROTORS 95-97 CN EMINC11111211111 40 RAYBESTOS 66744 FRONT ROTORS 98-02 CN 0111.11� 28 RAYBESTOS 66595 REAR ROTORS 96-02 ON 1111111. 2 RAYBESTOS 66442 FRONT ROTORS 98 TAURUS $ ,$ 64 RAYBESTOS 680110 FRONT ROTORS 03-10 CN $ $ 248 RAYBESTOS 680129 REAR ROTORS 03-10 CN $ $ - '�yy{y- �, y,,�9::Y,:/ .-.w,;.., ::c2'r .;•JFMryJf:[- t-a.T.'t't;� .";ty '-ryt[r ic y e - °' L t 4:.1.0 �n9 11v[(pi ,gPkVlt� t�s�� r tt.,7 � ;� 4 riAX� � �, ,;,.. . ,.: . ; �y Iwo . ,, 1 9.0--r ui aV U,(5 ���, :v� w- ; �t 650 -PASSENGER CARS AND LIGHT TRUCK ROTOR RESURFACING $ $ 25 _PASSENGER CAR AND LIGHT TRUCK DRUM RESURFACING $ $ 20 HEAVY DUTY TRUCK DRUMS 16" X 4" $ $ 20 HEAVY DUTY TRUCK DRUMS 16.5"X 7" $ $ 30 -HEAVY5'X 3 DUTY TRUCK ROTORS1 $ $ HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE SIGN ALL COPIES Firm By Title CONTINUATION SHEET es 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 for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET , • POUGLAS COUNTY • REQUEST FOR BID ON: CITY OF OMAHA BRAKE PARTS AND SERVICE NOT AN ORDER V' 4 r . y Ye8rly:Q Manufacturer 'Alan J- 's= �,1, i R1$N UNIT PRICEEXTENDED 3 WAGNER SX659 FRONT PADS (95-97 CN) $29.55 $88.65 3 WAGNER MX601 FRONT PADS (94-99 TAURUS) $38.40 $115.20 3 WAGNER PD610 REAR PADS (93-99 TAURUS) $36.00 $108.00 5 WAGNER SX674 REAR PADS (96 CN) $32.53 $162.65 21 WAGNER SX674A REAR PADS (97-02 CN) $32.00 $672.00 20 WAGNER SX748 FRONT PADS (98-02 CN) $31.64 $632.80 220 WAGNER SX931 FRONT PADS (03-10 CN) $34.57 $7,605.40 190 WAGNER SX932 REAR PADS (03-10 CNO $32.96 $6,262.40 E�4w 1�: iy if f j. 11� rh -, �s o y� 1, ,, , T rn ' . : t iii, _ `� z�, i4, e .s•;e F,# 'Gi` `Y i�z'"�i t � 1 � 5 c t - � i i, s 'Ff '8+, t YH- �Y a b l 'i 1 9 t1 1 a 43 f /F��til+• u H•.r.c ;;;.,,..:„.,.:,,,,I.:..,;,. cRe' ti .�a-x;t tces,. 1;1, c )1 i 4 i}. - i r tr , &i �" 4 r� �ys �,y1t+u?4 _ RArtt , � ,• 14 . S t .S .1 ' 1 7 '.J sits ,.�41 f ,/ �. �t� t. `N J: ,. ,'.} r �.1.I,�h � �' r 4,..�> io-... _ , • ir.y.: d, .w-J.i ,iaU$T P�,F'gw'>.Sl ENPEb 2 U-QUALITY 125155 REAR ROTORS (94-95 CN) $11.66 $23.32 2 U-QUALITY 125476 FRONT ROTORS (95-97 CN) $19.60 $39.20 40 U-QUALITY 125514 FRONT ROTORS (98-02 CN) $25.11 $1,004.40 28 U-QUALITY 125481 REAR ROTORS (96-02 CN) $16.65 $466.20 2 U-QUALITY 125720 FRONT ROTORS (98 TAURUS) $16.31 $32.62 64 U-QUALITY 125785 FRONT ROTORS (03-10 CN) $25.04 $1,602.56 248 U-QUALITY 125786 REAR ROTORS (03-10 CM) $17.39 $4,312.72 Estimated ,a �-.;. ,,, c ty {s z 1 L�4 Yi'f3i 4 2 �]{S",. LL 0i ? ,Y.. V - .e u ,?•� KY c,a *.fw, ft,lh-2 cS.tl�Y -3` ''.-... e tA y -;.: earI v ar, _ ,Maiitiiactur!., ,:;Man''' :f: t a ''a t, ,h y :` . A4J. - . NG. ',UNIT.PRICE:,::;EXTENDED PASSENGER CARS & LIGHT 650 TRUCK ROTOR RESURFACING $15.00 $9,750.00 PASSENGER CARE & LIGHT 25 TRUCK DRUM RESURFACING $10.00 $250.00 HEAVY DUTY TRUCK DRUMS 16" X 20 4" $27.00 $540.00 HEAVY DUTY TRUCK DRUMS 16.5" 20 X 7" $42.00 $840.00 HEAVY DUTY TRUCK ROTORS 15" 30 X 3 3/4" $27.00 $810.00 HEAVY DUTY TRUCK FLYWHEEL& 2 PRESSURE PLATE 573 0 II y 6Q / , FIRM <. ed , 6Pb S .-1 t, l n V�(.c-a BY oil iec- ria 4 ' TITLE _ , .ec Mi tc y '/ CONTINUATION SHEET 1 he right to purchase a brake lathe and resurface rotors and drums"in- house". Price agreement will be in effect for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA BRAKE PARTS & SERVICE NOT AN ORDER Page 3 Estimated Manufacturer Manf Part# 3.0 RELINING UNIT PRICE EXTENDED Yearly QTY 3 RELINED HV774709E IHC REAR SHOES W/PIN KIT S2R $ $ 2 RELINED CL2035 EATON BRAKE SHOE SET $ $ 4 RELINED CL1478 ROCKWELL BRAKE SET $ — 22 RELINED PB1 RELINED PARK BRAKE SHOE SETS $ $ TOTAL BID $3.6 3 /8, /x- REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond or the performance 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 Governement Bond (negotiable)are acceptable substitutes for bond requirements. You are hereby on notice that as of October 1,2009,Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne.us 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 ll�QOC! 4-4is U R-1d.t BY �i1 Pcries ia✓ Title M4a a 9,,.✓' CONTINUATION SHEET ight to purchase a brake lathe and resurface rotors and drums"in- house". Price agreement will be in effect for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET • W5 0 0 8 W IC 5 lii IC 0 . ., -•. , A .: i • mall ' 1. ' ` .may..- O 4 lo o 11,51 : :416'.'"7"1. . I z p o ca cco o U . _•. .. Q)It .. , co m qya LL n' o = N .-G t0 2 co a. 75,000 miles $2,040.00 100,000 miles $2,200.00 , , ,...„ 1,,,, ....... 15. ....„ lic ICS 411 , 4-6 a it w _c (75 --:::: g hi„.. .,,,, :\ q 6, ,S 0) a) L+- Q � CD 'Q C Q N O cN U Ca O)CO X 'o Q. X L `� � - c c ,Q0a) M .,. 4 O coa) a 0 a) (1) • gk t 0 cu CU >+ L- . ... . . �O i :;•,_ ;t w_ Q f/? 5 fiC + U vi L - ft U F N a) c 0 — a) as ci) .,,-. ,..2:-.;'.:1..,.i•••:." • • .! E = a) a 0 0.) ,r. c� 0.(7) 0- c .0 a 0 a)L- ,._ .,.., o75 a) .. L CC N— r- U W w 2 I— Q tates Governement Bond (negotiable)are acceptable substitutes for bond requirements. You are hereby on notice that as of October 1,2009,Contractors are required to use E-Verify to determine work eligibility of new employees who are physically performing services within the State of Nebraska. If you have any questions go to the Department of Administrative Services website at www.das.state.ne.us 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 ll�QOC! 4-4is U R-1d.t BY �i1 Pcries ia✓ Title M4a a 9,,.✓' CONTINUATION SHEET ight to purchase a brake lathe and resurface rotors and drums"in- house". Price agreement will be in effect for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET M CD J0) c �. OMI 4=0 CD a) o T 0 8 ci) >, :T. uE . OG „,_ N • > 0 .. O W d) a) i.. > 0) 0 - .-c "0 — ,c a —U v LC) cf., Z E a) 0 (Y) 512 N 3c a Q a) Lt c v v 0 p • ca . (1) F - :c - CD 1 a a ° _ a) o1) .cz > c 7, c > O Oc > OC -0LL 'a) co a) U c0 a•O a) 4. L ai O Ca ca a) CD .0 cn O o Cr) kidilikt 0 a) oWU0) N7 c a) CO c ' - c = ,� a) � cQ " .O O , (� _� U O 0 • -2 -cz U N c6 g. ci ‘ -:. { c�i c c (T3 ro M c A O .E E o ` as LO Pa +-+ M O iti .O ,,CD (13 L 4}- L SI N 0 r' 2 j LL 2 VV)) c U 4) = c -.� C) u) iri O IL > CO E L O -64 6.1 Q CD > _ 2 > N to N Q G? li -C .0 o' c .c .� O L N 11 - L viL 2VC O Cr)C +r CD - 1L Cl) L ) n N U V) c L ) U Q-(D 2 „..— p.c.% frg _L.., g T•-• rri NO 0 %e 0) cp c cn v ~ u) Cl) 2 1 O i 113 e 1 > ots i I > Q I C a) 2 1 Li_ —c"" he 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 ll�QOC! 4-4is U R-1d.t BY �i1 Pcries ia✓ Title M4a a 9,,.✓' CONTINUATION SHEET ight to purchase a brake lathe and resurface rotors and drums"in- house". Price agreement will be in effect for a 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET -- — • . . . . 1111111 • ' 1 I ',....,„., f:••• . ct M 3 . :!•••.••:;.' ',. PM - I • / •. /'1....i.'''. ''' ' 0 I— 1 CI 8 1 1 . , ts444 i •• & = Li! .,... •. ILL.& 1.• , 0 . • .„......„,), • ... ....,, "• • . ,„:„.... ._. ._.. , .• ,.. . . , ...„ . i '.4.-!.',. s.',-1,1/4, -tj ':,• • .., • • , ... i .. ... ...__ :. . . I .-if.-' I .. --- ••• - : 1 ..--• ,-. • ie.. .10 ;T.) ''.ir ' • •.•,••• ,."Z.:':;`,-•-,i'•••.-•,-.'•';.',.-.-: • ., . • i :. ' . ot . . ;-.1if . .. ... ..— . . :\ -- - ...- •••••., .. it.' '..- ..1 4 ..4, ---• 4,,.4 i ),.• i :-.:•, 'tr. 0..-,-.- •f . . .., ' ...,.:;...,... N. .. . .. .;.. . • . ... .. a) . c) • . . ,. . ... .... ,. „ „. ..,•..., 0 . . • - .- f :. -' • CLI . •. . . . .,. • '•-'''..•••• C.t.11' . .,. . • LIIII . • , ,..... ... . .7. 0.) all . • . ' • . ,. , . ' ,• .• • . • \ ...:-...7'. . :.< C 0 . . . • . • ' .6i . . . . . . .1 • i , . • 4... as to = g • .' •. .,. . . ..•, .. . . . . • . , . . .. . , w 1 . . • •• , . .. • .4.. 0 , .. • . • ,. . . .. III . . . .. . . . .. . it : :,,. i...0...... 1 . ..... 1 oN • 1 • .. CD -0 . . i. , • , . .• .. :.. %_ 0 . !iiii it . •.3,.. . . . ., . a) 0 1 • . . . .., . 0 C° -NC 03 C) 'ea . . -.! C N I co n_ < 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET d u p ' c � 511 N co a a o 4 08 co 3 & > �o a, 1 0 cc (I) allE I- N 0allmr....„.... s Or■■■1 cf.`b�,IIIM CD prim= 73 CJ ■■■ �,e ■■P"'■■■■-- fib, J ' • tee ' ■■■■!""'■■E■ cbz , � offlo to 6 i IZ o 11■■■■■■ ' 44/0\42441,_ (L) to WAN ■■ ! 4, i , m 13. p y .16 Cr, III E ris % Nrimm a.cbe ) .F N Si,„ . ! u- x E. , z )1), 4 0& AP : 1.1s. CO ■■■ �j� 'C7Vrci 1 CD ' , JRr 46 ■ ■■■ Cl) ■■■■ ■ i -' °' Cl) �� 'I'll..-- tb J U) o o a o a o c] o o 0 o 7i, )a, 40 tiS• (D ? N O 2 2 ? N t' $0 \ A ts, (w)souulsia 6uiddO3S ' 1%4 rn 0) Vb cU % . ... .. a) . c) • . . ,. . ... .... ,. „ „. ..,•..., 0 . . • - .- f :. -' • CLI . •. . . . .,. • '•-'''..•••• C.t.11' . .,. . • LIIII . • , ,..... ... . .7. 0.) all . • . ' • . ,. , . ' ,• .• • . • \ ...:-...7'. . :.< C 0 . . . • . • ' .6i . . . . . . .1 • i , . • 4... as to = g • .' •. .,. . . ..•, .. . . . . • . , . . .. . , w 1 . . • •• , . .. • .4.. 0 , .. • . • ,. . . .. III . . . .. . . . .. . it : :,,. i...0...... 1 . ..... 1 oN • 1 • .. CD -0 . . i. , • , . .• .. :.. %_ 0 . !iiii it . •.3,.. . . . ., . a) 0 1 • . . . .., . 0 C° -NC 03 C) 'ea . . -.! C N I co n_ < 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET . ... gill ;...... ...4. .,..11k: N. CD . . cp 0 S 1 ' ' • .3 I -'t'ia t 5, } riff r, 0 r • ' ti, }•' t ' -o�'2a "ti . . t� i 1, J?4 i • hf` 1F ; .i7'v 'f2.r�k r. r_)• MEM :.i.% • I #q 03 art .f 'i F .. •° s '•SI ,f Z i t •e E • II OM \\ . U a _ e O tits ' r i f S Y• , . IN O j•fV } a s i-afi�,� i i Y4 l A •�7 5l 4 7 {� 1 NI , J E 3 . 0, 0 LP a rn W - o Q a 20 0 ■U . I_F-- I____ 'Ftbe s'i% . `��, '7:6 IMINIMMIMIIMMI co i ma) as Er --F--!! �z. % o 0 3 Ai Epsom= ;Ibi. '704. -39-r 0 41: 1.2 • s4g7 ,yamqP4t. ti ki- ‘qz;441 S 61%. 1 RI cm g Tc. minim CD CL IL ° NY) lit e3 C E �r� cbi �OJ y. I 4= mum 1111111111===.1111111111.1 .s\CItia%%elk U) via tip 46 6 \::::. .ir..w..u� "i'11110111101.1 ` t, (0 W . o o o o a o 0 0 0 0 �.. j y m M 2N 0 2 c�U 1 N T T T T T ° Ctlio \ AA++ J V :t4, (tu)eoueis!d 6uiddo3g cm 010 Vb I CV a. Q a o c] o o 0 o 7i, )a, 40 tiS• (D ? N O 2 2 ? N t' $0 \ A ts, (w)souulsia 6uiddO3S ' 1%4 rn 0) Vb cU % . ... .. a) . c) • . . ,. . ... .... ,. „ „. ..,•..., 0 . . • - .- f :. -' • CLI . •. . . . .,. • '•-'''..•••• C.t.11' . .,. . • LIIII . • , ,..... ... . .7. 0.) all . • . ' • . ,. , . ' ,• .• • . • \ ...:-...7'. . :.< C 0 . . . • . • ' .6i . . . . . . .1 • i , . • 4... as to = g • .' •. .,. . . ..•, .. . . . . • . , . . .. . , w 1 . . • •• , . .. • .4.. 0 , .. • . • ,. . . .. III . . . .. . . . .. . it : :,,. i...0...... 1 . ..... 1 oN • 1 • .. CD -0 . . i. , • , . .• .. :.. %_ 0 . !iiii it . •.3,.. . . . ., . a) 0 1 • . . . .., . 0 C° -NC 03 C) 'ea . . -.! C N I co n_ < 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET ., ... . . • ,N ....,.-. .. ' I co 1 . t ...... . , i 7..;:;?.., .:4 461' ? I. 0 \ i.. lk '4i W w , 4.• . • - . u..E ::...1 :4:14 '......f;'4'1:- • -1. .‘ 0 / 4 '' I all 1 171hy. ..,". 4 1. . •: tki \ \. I lilt , #• el . .. ..... _.. , , ., . . .• _ . . . , ...... . . . . I 4 • .. . .. . , :,.,.......L.......„. . fa ....., ...„..!. .: . . a) 11 . II Mill . 0 i • , : : 4 ' ti:74 7 .,,1,?,,,,,Z . . .. • • - • • .. -..,.,: . ... . +. .., rrill•f •-';-- II IIMBo Cr) > -*.,-.Y, ?1,•-•;:•.:-. '. ' I!Cr. C ,...•.,.... :, 1 ti' •MN C 4:,',;;`,;..,..:.. :•.. . ' 1 ., .4.•1 ikm, .,. i .. -• -. , .., eft .....,.. ,... 0 r:1,:',..:.•;" RN. . •0) 0 tt. ,:- •,,,,: :• 1.-. L. . .. . . . . 0 E . ... . . . .... ," . : . cu LL, ... •. _. ..,.. . .. ........ ... C • . . ,. cm 0 I . •- '•-. . : "..7.. CD . ,,;,-. . •'--•.. 0— < . . . ,. , . ' ,• .• • . • \ ...:-...7'. . :.< C 0 . . . • . • ' .6i . . . . . . .1 • i , . • 4... as to = g • .' •. .,. . . ..•, .. . . . . • . , . . .. . , w 1 . . • •• , . .. • .4.. 0 , .. • . • ,. . . .. III . . . .. . . . .. . it : :,,. i...0...... 1 . ..... 1 oN • 1 • .. CD -0 . . i. , • , . .• .. :.. %_ 0 . !iiii it . •.3,.. . . . ., . a) 0 1 • . . . .., . 0 C° -NC 03 C) 'ea . . -.! C N I co n_ < 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET rn J ua, c W wQ IA e r WCOu, pi: 0 aLL a 0 ��• Illig �. mr.... .,,,N, ........ NAKIP , . „N.. Nol aE ■■■.-r�rrr �1•cif_ -ruJ 4a) IV o V > ` 2 ■ ;4% . *Y EE go to .49;% 4.3'42 Sp 0 . 0 8 ie I mom= 44,,,,,, z.>„),Nr), ,6,4„. I No. 1 to 5 1 a N �rrrrr �� qz,�J 6 1 c err s floc •.„. � , ,_ to 'S ■rrr Boom. r fclt„Nvt,t,-44. _.n____ gs 411 A L t a a o 0 0 o 0 0 o a �c. �. �j � O 2C -i (902C8Q J(w)eaue=sid Bulddom N 2 a. Q • .. -..,.,: . ... . +. .., rrill•f •-';-- II IIMBo Cr) > -*.,-.Y, ?1,•-•;:•.:-. '. ' I!Cr. C ,...•.,.... :, 1 ti' •MN C 4:,',;;`,;..,..:.. :•.. . ' 1 ., .4.•1 ikm, .,. i .. -• -. , .., eft .....,.. ,... 0 r:1,:',..:.•;" RN. . •0) 0 tt. ,:- •,,,,: :• 1.-. L. . .. . . . . 0 E . ... . . . .... ," . : . cu LL, ... •. _. ..,.. . .. ........ ... C • . . ,. cm 0 I . •- '•-. . : "..7.. CD . ,,;,-. . •'--•.. 0— < . . . ,. , . ' ,• .• • . • \ ...:-...7'. . :.< C 0 . . . • . • ' .6i . . . . . . .1 • i , . • 4... as to = g • .' •. .,. . . ..•, .. . . . . • . , . . .. . , w 1 . . • •• , . .. • .4.. 0 , .. • . • ,. . . .. III . . . .. . . . .. . it : :,,. i...0...... 1 . ..... 1 oN • 1 • .. CD -0 . . i. , • , . .• .. :.. %_ 0 . !iiii it . •.3,.. . . . ., . a) 0 1 • . . . .., . 0 C° -NC 03 C) 'ea . . -.! C N I co n_ < 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET 0 J crs •- eG INil p_ >, , IA ILL,Ce I% . OS -(7)' ..Y 2 iM11 kt Ti W i V "0 14 `"N M �� o 0 cf.) . c s co O O a) L .. a) a.0 t — O = .0 Al O a) 0 `'- 0 = , Q) Q. •U C a)O > G) =w 0, Q Mifi U t� a) O a) U L o C .O L- - a) -rri O `w U O 1Z O a) a) C Cl) a) co `" c -O > 0 U U) -- a) to O v) 0 �..r '' co (� aE .� CD o CD asO -g > O U in O s I— 2. L. 0 ' L CI (n L mi v w " �-•1 C o "0 U (0 ° -0 U) a) -"-' a)) C v) 0 O � 6 D coova) �Q. U OC U- M a) 4- . (13 Cl) Cl) = o s o .0X Co '> cti co .0 jU L- a) O000rna) O > .u) coa) a)0 U) n. o o n = o }C a) .i p7 n EUN N3 C N N N .0 -C N E .9 CO C O C O C 'Z3 C •- co Crl a) E I I 1 g E t6 .0 > E (a O cia •0) 0 tt. ,:- •,,,,: :• 1.-. L. . .. . . . . 0 E . ... . . . .... ," . : . cu LL, ... •. _. ..,.. . .. ........ ... C • . . ,. cm 0 I . •- '•-. . : "..7.. CD . ,,;,-. . •'--•.. 0— < . . . ,. , . ' ,• .• • . • \ ...:-...7'. . :.< C 0 . . . • . • ' .6i . . . . . . .1 • i , . • 4... as to = g • .' •. .,. . . ..•, .. . . . . • . , . . .. . , w 1 . . • •• , . .. • .4.. 0 , .. • . • ,. . . .. III . . . .. . . . .. . it : :,,. i...0...... 1 . ..... 1 oN • 1 • .. CD -0 . . i. , • , . .• .. :.. %_ 0 . !iiii it . •.3,.. . . . ., . a) 0 1 • . . . .., . 0 C° -NC 03 C) 'ea . . -.! C N I co n_ < 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were received on November 17, 2010 for the purchase of brake parts to be utilized by the Fleet Management Division; and, WHEREAS, Jones Automotive, Inc. submitted a bid of$60,613.12, being the lowest and best bid received within the bid specifications, for the purchase of brake parts. 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 Jones Automotive, Inc. for the purchase of brake parts to be utilized by the Fleet Management Division in the amount of $60,613.12; and, that the Finance Department is authorized to pay this cost from the General Fund 11111, Parts and Supplies Organization 116173, year 2010 expenditures. 156610scp APPROVED AS TO FORM: ITY ATTORNEY DATE .RL _ l By oiibcilnaember / Adopted JAN 1�:1. 20"11 `? 0,; (ivab ity Clerk Approv:r�, r . . ,.: , . /� Mayor ,J co .0 jU L- a) O000rna) O > .u) coa) a)0 U) n. o o n = o }C a) .i p7 n EUN N3 C N N N .0 -C N E .9 CO C O C O C 'Z3 C •- co Crl a) E I I 1 g E t6 .0 > E (a O cia •0) 0 tt. ,:- •,,,,: :• 1.-. L. . .. . . . . 0 E . ... . . . .... ," . : . cu LL, ... •. _. ..,.. . .. ........ ... C • . . ,. cm 0 I . •- '•-. . : "..7.. CD . ,,;,-. . •'--•.. 0— < . . . ,. , . ' ,• .• • . • \ ...:-...7'. . :.< C 0 . . . • . • ' .6i . . . . . . .1 • i , . • 4... as to = g • .' •. .,. . . ..•, .. . . . . • . , . . .. . , w 1 . . • •• , . .. • .4.. 0 , .. • . • ,. . . .. III . . . .. . . . .. . it : :,,. i...0...... 1 . ..... 1 oN • 1 • .. CD -0 . . i. , • , . .• .. :.. %_ 0 . !iiii it . •.3,.. . . . ., . a) 0 1 • . . . .., . 0 C° -NC 03 C) 'ea . . -.! C N I co n_ < 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 Papio Sewer Treatment Plant(15705 Harland Lewis Rd, Bellevue, NE). Successful bidder's parts and service facilities must be readily available on an emergency basis.24/7 Questions regarding this bid should be directed to: Marc McCoy at(402)444-6191 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)} rms Payment Te 6 % Firm: S c'Q f „ciflr.c - u !0 f!)4"l 4 Lncerporated• In: Delivery(or completion) Name: N (A)atf2i' 4'4 Signature: fi{,1,t,, I calendar days following Title: 4 4S MQf,, JPhorle'4 J 349 J 7"Fla t/02 3 3 D- award Address: 144 8,S gio v ev S ,rw r' t2ix'A )r• !c6/c'/ es Street/P.O.Box City /State Zip Email Address: �pS-�Q0�4✓a l �p t. 41 (�4-f Q.S !/ �YGi4 • C OIWI HEAVY DUTY TRUCK DRUMS 20 16.5"X 7" $ 110 0° $ 8 0� 09. 30 HEAVY DUTY TRUCK ROTORS 0. 15"X 3 3/4" $ 3© a� $ 900 HEAVY DUTY TRUCK FLYWHEEL 2 AND PRESSURE PLATE $ So a._-' $ J b0 & ,SIGN ALL COPIES Firm /Qi fy /4/& aL Cl v. T 441 ,..: By d � f, Title /2A....e CONTINUATION SHEET O d p '-b - 01 UQ a "" CD CD _cOn P `N., A) 4J b4 `C3 n .n I a O• P 4 Fg OUQ P O `C3 .� w CD a cn cr :III � 5PON �, � CR0 0 cu cu O CD ,-t '•" .-0- ,.' , Z- >" '"'" 0. \ Pr N �G \\ O I ; lii d 06 CO ., 0-• Cr O NN O CD CD •n . p C Oa m • t a � P5 .. � c� O pCD • RAa ` . • `O f S Y• , . IN O j•fV } a s i-afi�,� i i Y4 l A •�7 5l 4 7 {� 1 NI