RES 2004-0030 - PO to All Truck for injecting systems r- ! r-
�. qqq{
• �, r � Public Works Department
u1�1,.� �> 03 DEC C13� ii � Omaha/Douglas j%"�` �� Omaha/Dou as Civic Center
c+®. !1 'Q �; January 6, 2004 1819 Farnam Street,Suite 601
�'/•' - = ` Omaha,Nebraska 68183-0601
AOR-T ut4�~ C v L -E! 'i (402)444-5220
FD FEBR ^ b ,Hq}{�; !•, k C u;' Telefax(402)444-5248
City of Omaha Norm Jackman,P.E.
Mike Fahey,Mayor Acting 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 All Truck on the bid for the purchase of 12 pre-wet injecting systems
to be utilized by the Street Maintenance Division.
The following bids were received on November 5, 2003. A detailed bid tabulation is attached.
Contractor TOTAL BID
ALL TRUCK $27,000.00 (LOW BID)
Omaha Standard $42,300.00
Aspen; $81,084.00
The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is
City policy, the Human Relations Director will review the contractor to ensure compliance with
the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost for the purchase of 12 pre-wet injecting
systems from the Street Maintenance Equipment Organization 116157, Street and Highway
Allocation Fund 12131, year 2003 funding.
The Public Works Department recommends the acceptance of the bid from All Truck in the
amount of$27,000.00, being the lowest and best bid received, within the bid specifications, and
requests your consideration and approval of this Resolution.
Respectfully submitted, Referred to City Council for Consideration:
Norm Ja an, P.E. ate J4 ? ¼or Ofate
Acting Director
Approved as to Funding: Approved:
eL:":44'1
/�11 S/03 �� '�7 v
Stanley P. Ti \ � Date Chri Rodgers Date
Finance Director y Acting Human Relations Director
•
P:\PW2\9931pjm.doc
•
•
Interoffice
MEMORANDUM
Dedicated To Excellence
To: Frank Barbour, Purchasing Agent
From: Wayne Reed, Auto Repair Foreman _
Subject: Bid Award for Pre Wet(Street)
Date:
The Fleet Management Division, Public Works/ADS, recommends acceptance of the
bid by: All Truck to supply 12 Pre Wet for a bid price of$2,250.00 each.
Please proceed with the resolution for the City Council.
X's 12
Subtotal: $27,000.00
Options:
Total : $27,000.00
Attachment
CC: Tom McDonald
Donna Kaluza
Dave North
Hank Vieregger
Norm Jackman
Sue Premer
0 oZo v
m m g d
c .
N N ^ y 3 0
n 3 • m 7 a Q C
v -; D
3 m
om 2 Wm�ZpnZ
! CO-
.
. N n OO
• m. .
x al rID
v m 'fl ? -"G R. S
N D nco O
o Q ° Z = 5 m 0
mo
o
0
cu
v
C) •
• s
-3 c
X Z
ittArdi
cn � Z
n z
t
m
1111111111111111111
-o c ,6M e-r.,D
70 Z
dir ietiliiitirdi _ ,.... \ m --1 dirflY liverdeiz--
IIF11'1
.2111 .
�r®rer
O. m =I oleo2 Paz-
laillillPS1111
1111111101111111111 z •ate . 1-cliff.
*,-. Day 1 f�'1
-D
Z_
y o o .�
. .. - Ks--". co v al,< a,—
D
3
n. 3 0) m m -o C
m U, y
a m
O -
T m Z
c
5 ...I -n Z.; n
Z- c. COm
m. m v
v 0 cn s. O
CD 0 .. � � 0 0 -o3 x - l Cl)
a
y D n co
m O m 5 '1 O
<. o =+ Z a r
CD c 0 C)
3
03 u
o m
m
a
A
,.. AO i Z
_� x Z 1
m --i* 1Yl [� C /1lw
wt t D LilitiD .'-'31-wt(
\ -. xi z
m
xZ
m
�- 73 z
m �
o xiz
I m
p (n O Z 0
•
,� �;
C SD 3 CO
w * Z
p
C
5' • —I - I g n
a)
CZ_ ?DI '<
m v
. o c) cn cn. O
m -4 O �,
•
• •. cn• Z Z coca
•
(D v 3
T V ..1
y - D n cn fn•
v n Z • - m • =
n -+i n
Cl) C N n
• P. o
o
W N 3
v
m
(1)
(i 7K/ "-
_ ......_„"...—.....„„.. ,, --...,\ -s. c ,,k%., -a
Z_
m
•
xi
ram_ . • ` ` ' ' 73 I
•
� 7•
4 m •
•
•
-o c
xZ
m
7:1Z
o -
m
c
. - z •
m =1
C
= Z
m .71
• CITY OF OMAHA
REQUEST FOR BID AND BID SHEET F.B.
ON: PRE-WET INJECTING SYSTEM
FROM: Frank Barbour Published October 22,2003
Acting City Purchasing Agent NOT AN ORDER Page 1
1003 Omaha-Douglas Civic Center
1819 Farnam Street BID BOND OR CERTIFIED CHECK.REQUIRED IN THE AMOUNT
Omaha,Nebraska 68183-0011 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM
OFFERED IS$20,000 OR MORE. `,
Bid Closing Date
11:00 A.M. November 5,2003
IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct.
Exemption certificates will be furnished. Do not include tax in bid.
1.Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER,
1819 Famam Street,Omaha,NE 68183-0011 by the dosing date and time indicated. •
in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
PRE-WET INJECTING SYSTEM
. 6. When submitting bid on items listed,bidder may on a separate sheet,make
2.As evidence of good faith a bid bond or certified check must be submitted with bid. 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 desire to bid,return sheets with reasons for declining. Failure to do so
have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of
accept or reject any part of your bid unless otherwise indicated by you. tabulation,check[ )..
PLEASE DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
12 each Pre-wet injecting system(1 page specifications dated Sept.
(Number 2003).
purchased may • B1D/each $ $
exceed 12)
Questions regarding this bid to Wayne Reed, 402-660-3230.
NOTE: REQUIREMENTS FOR BID OR PERFORMANCE 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
lofficial bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, -
'payable to the city,or lawful money of the United States, or a United States Government Bond(negotiable)are
acceptable substitutes for bond requirements. •
•
All contractors can obtain a current City of Omaha Certified Protected Business EnterpriselCertified Business Enterprise(PBEIDBE)listing from the City of Omaha website at
www.ci.omaha.ne.us. Click on"DEPARTMENTS";Click on"HUMAN RELATIONS";Click on'PBE/DBE CERTIFIED LISTINGS".
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the
Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department. Any questions regarding the
Contract Compliance Ordinance or PBE/DBE Listings should be directed to the Human Relations Department at(402)444-5055. ,
•* Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE)
•
Payment Terms % Firm Incorporated in
Delivery(or completion) Name Signature
calendar days following award Title Phone Fax
Address
Street/P.O.Box City State Zip
Email Address
•
September, 2003
• SPECIFICATIONS
FOR
PRE-WET INJECTING
SYSTEM
GENERAL:
System shall be of the latest current model of standard design, complete with all standard equipment
and tools. All components shall be designed to be compatible as recommended by the manufacturers.
Bidders are to furnish full description and descriptive materials on unit bid with the bid. Unit shall
be fully operational and meet or surpass the following minimum requirements.
Yes No Other i 1. TYPE
A. To provide and install liquid. Pre-wet injecting system vendor to supply
pump tubing all related items. Must be capable of carrying a minimum
of 125 Gallons of liquids.
B. The system must be able to read ground speed and be regulated by
vendor supplied control system for 5cy spreader.
C. Bidder is to list all items they are supplying.
D. To be closed loop.
• E. Vendor must supply and install system on City of Omaha V box spreader's
that are mounted on Interchange system.
F. The water pump is to be hydraulic driven from front hydraulic pump.
Other or Comment
Yes No Other 2. WARRANTY
A. Manufacturer's standard warranty to apply and to include one(1)year total
parts and labor warrantyafter satisfactoryacceptance ofthe vehicle.
p lucle.
B. The vendor will be responsible for providing all warranty work within the
Metro area of Omaha.
C. If warranty work is not available within the Metro area,the vendor will be
responsible for any cost including transportation.
Other or Comment
Yes No Other 3. DELIVERY
A. Unit to be delivered to the City of Omaha,Fleet Management Facility, at
2606 No. 26th Street, fully serviced to recommended new vehicle
specifications.
B. If the vendor is not in the City of Omaha area,the City will not be
responsible for any cost from pickup or the delivery of any vehicle or•
mounted equipment.
Other or Comment
•
Bidder-shall state delivery time with bid. Bid will not be considered if not listed.
2003 pre wet injecting system
EXCEPTIONS TO SPECIFICATIONS
Check One . .
The equipment offered meets all specifications as set forth in the bid.
Name (print)
Signed
Title
The equipment offered meets all specifications with the following exceptions:
(Use separate attached sheet if more room is needed.)
•
Failure to list exceptions may be cause for equipment to be rejected at time of delivery/
Name (print)
Signed
Title
Protected and/or Disadvantaged Business Checklist
• Items Listed Below must be submitted with Bid:
1. ❑ Exhibit A- completed Protected and/or Disadvantaged Business Disclosure Participation Form.
All PBE/DBE Subcontractors submitted on Exhibit A must be certified with the City of Omaha Human
Relations Department prior to the time of the bid opening. A current list is available on the City of
Omaha's web site,www.ci.omaha.ne.us/Departments/Human Relations or can be requested through the
Human Relations Department at 402-444-5055.
2. ❑ Verification in writing from each PBE/DBE Subcontractor showing that the PBE/DBE Subcontractor
has agreed to perform the work identified on Exhibit A,Protected and/or Disadvantaged Business
,Disclosure Participation Form. Telephonic verifications will not be accepted.
3. ❑ If you have not met the PBE/DBE goal established for this project, evidence ofgood faith efforts must be
submitted with your bid. (If you have questions regarding what constitutes good faith efforts please see
the Protected and/or Disadvantaged Business Enterprise Participation contract specifications or contact the
Human Relations Department).
4. ❑ Exhibit B—completed Contractor Employment Data Form.
• Should the bidder fail to comply with the above,its bid will be subject to rejection.
• In Addition please review all the specifications and bid enclosures to be certain of a complete and a
compliant bid.
Protected and Disadvantaged Business Enterprise Programs
Who Qualifies as a Protected /Disadvantaged Business Enterprise?
The term "Protected Business Enterprises"(PBE) is defined to be a business at least 51 percent of which is owned,
controlled, and actively managed by protected class members(Black, Hispanic,Asian,or Pacific Islander, American
Indian or Alaskan Native or Female).
The term "Disadvantaged Business Enterprise"(DBE) is defined to be a small business that has been in existence for
at least one year and has annual gross receipts of$150,000 or less. A DBE may include, but not limited to a business
owned by a Protected class, but such business must meet two or other conditions set forth in the City of Omaha
Contract Compliance Ordinance, Section 10-191,
M(1)through(5).
What are the benefits of becoming certified as a PBE/DBE?
Certification as a PBE or DBE provides greater exposure for work opportunities on City of Omaha projects.The
names of all certified PBE/DBE'S appear in the PBE/DBE directory, which is disseminated to local government
agencies, contractors and to the public. City of Omaha contractors will use the PBE/DBE directory as a basic resource
for soliciting Minority/Women/Small Business participation on City of Omaha Projects.The City of Omaha shall
make every good-faith effort to award City contracts and City-assisted construction contracts to Disadvantaged
Business Enterprises in amounts no less than 10%of the dollar volume of the applicable contracts awarded by the
city. Other benefits include the authority,(but not a requirement),of the City Council to award a contract to a DBE
that is not the lowest bidder. A contract or subcontract can be awarded to a DBE if determined by the City to be an
acceptable cost higher than a competing lower bid except for specially assessed Projects. A DBE company may be
awarded the contract over the lowest bidder as long as the cost differential does not exceed 3%.
If your business is not certified with the City of Omaha and you are interested in becoming certified as a
Protected and/or Disadvantaged Business Enterprise please contact the Human Relations Department at 402-
444-5055.The PBE/DBE applications,Contract Compliance Report Form CC-I and a current PBE/DBE City
of Omaha certified directory are located on the City of Omaha website,www.ci.omaha.ne.us. Click on
departments. Click on Human Relations.
•
Contract Compliance Ordinance No. 35344, Section 10-192
Equal Employment Opportunity Clause
During the performance of this contract, the contractor agrees as follows:
1) The contractor shall not discriminate against any employee applicant for employment because of race, religion,
color, sex, national origin, or disability as defined by the Americans With Disabilities Act of 1990 and Omaha
Municipal Code 13-S9. The contractor shall take affirmative action to ensure that applicants are employed and
. that employees are treated during employment without regard to their race, religion, color, sex or national
origin. The contractor shall take all actions necessary to comply with the Americans With Disabilities Act of
1990 and Omaha Municipal Code (Chapter 13) including, but not limited to, reasonable accommodation. As
used herein, the word "treated" shall mean and include, without limitation, the following: Recruited, whether
advertising or by other means; compensated; selected for training, including apprenticeship; promoted;
upgraded; demoted; downgraded; transferred; laid off; and terminated. The contractor agrees to and shall post
in conspicuous places, available to employees and applicants for employment, notices to be provided by the
contracting officers setting forth the provisions of this nondiscrimination clause.
2) The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that all qualified applicants will receive consideration for employment without regard to race,
religion,color, sex or national origin.
3) The contractor shall send to each labor union or representative of workers with which he has a collective
bargaining agreement or other contract or understanding a notice advising the labor union or worker's
representative of the contractor's commitments under the equal employment opportunity clause of the city and
shall post copies of the notice in conspicuous places available to employees and applicants for employment.
4) The contractor shall furnish to the contract compliance officer all federal forms containing the information and
reports required by the federal government for federal contracts under federal rules and regulations, and
including the information required by section 10-192 to 10-194,inclusive,and shall permit reasonable access to
his records. Records accessible to the contract compliance officer shall be those which are related to paragraphs
(1) through (7) of this subsection and only after reasonable notice is given the contractor. The purpose of this
provision is to provide for investigation to ascertain compliance with the program provided for herein.
5) The contractor shall take such actions with respect to any subcontractor as the city may direct as a 'means of
enforcing the provisions of paragraphs (1) through (7) herein, including penalties and sanctions for
noncompliance; however, in the event the contractor becomes involved in or is threatened with litigation as the
result of such directions by the city, the city will enter into such litigation as is necessary to protect the interests
of the city and to effectuate these provisions (of this division); and in the case of contracts receiving federal
assistance, the contractor or the city may request the United States to enter into such litigation to protect the
interests of the United States.
6) The contractor shall file and shall cause his subcontractors, if any to file compliance reports with the c ontractor
in the same form and to the same extent as required by the federal government for federal contracts under
federal rules and regulations. Such compliance reports shall be filed with the contract compliance officer.
Compliance reports filed at such times as directed shall contain information as to the employment practices,
policies,programs and statistics of the contractor and his subcontractors.
7) The contractor shall include the provisions of paragraphs (1) through (7) of this section. "Equal Employment
Opportunity Clause," and section 10-193 in every subcontract of purchase order so that such provisions will be
binding upon each subcontractor or vendor.
•
UTILIZATION OF PROTECTED AND/OR DISADVANTAGED BUSINESS ENTERPRISES
A. .Protected and/or Disadvantaged Business Enterprise(PI3E/DBE) Participation Contract Specifications Pursuant to City of Omaha
Contract Compliance Ordinance.
1. It is the policy of the City of Omaha that Protected and/or Disadvantaged Business Enterprises shall have the maximum
practicable opportunity to participate in the City of Omaha projects. Consequently,the PBE/DBE requirements of Contract
Compliance Ordinance apply to this solicitation. In this regard, the Contractor to whom any award of this solicitation is made
shall take all necessary and reasonable steps in accordance with this solicitation to ensure that Protected and/or Disadvantaged
Business Enterprises have the maximum opportunity to participate in the Contract. The Contractor shall not discriminate on the
basis of race,color, national origin,sex,religion,age or disability in the award or performance of any contract or subcontract
resulting from or relating to this solicitation. Failure to carry out the pre-award requirements of these PBE/DBE specifications
will be sufficient ground to reject the Bid. Failure of the Contractor to carry out the requirements of the PBE/DBE specifications
shall constitute a material breach.of the contract and may result in termination of the contract. The Contractor shall use its best
efforts to carry out the PBE/DBE1 policy consistent with efficient performance on the project.
2. Bidders are hereby informed that the city of Omaha has established goals for the participation of Protected and/or
Disadvantaged Business Enterpries in all contracts that it awards. Subcontracts awarded, by the Bidder that is
successful in solicitation, to firms owned by Protected and/or Disadvantaged Business Enterprises is essential to the
achievement of the City of Omaha's PBE/DBE goals. Therefore,to be considered for award,Bidders must comply
with the requirements of these PBE/DBE specifications. By submitting his/her bid,each Bidder gives assurance that
the contractor will meet the City of Ornaha's percentage goals set forth in the PBE/DBE specifications for
participation by Protected and/or Disadvantaged Business Enterprises in the performance of any contract resulting
from this solicitation or,as an alternative,that the contractor has made or will make good faith efforts toward meeting
the PBE/DBE goals, and will demonstrate to the City of Omaha's satisfaction that the contractor has made such
efforts. Bidders must submit with their bids,on the form set forth in the PBE/DBE specifications,the names,respective
scope of work, and the dollar values of each PBE/DBE subcontractor that the Bidder proposes for participation in contract work.
In any case, Exhibits"A" and"B"must be submitted with the bid. If the information so submitted indicates that the City of
Omaha goals will not be met,the Bidder shall submit good faith efforts documentation with their bid. The evidence must show
to the City of Omaha's satisfaction that the bidder has in good faith made every reasonable effort,in the City of Omaha's
judgment,to meet such goals. If any bidder fails to submit,with the bid,the required information concerning PBE/DBE
participation,or if,having failed to meet the City of Omaha's goals or fails to demonstrate to the City of Omaha's satisfaction the
bidder's good faith efforts to do so, the City of Omaha may,in its discretion,reject the bid.
3. Protected and/or Disadvantaged Business Enterprise Goals. Bidders are hereby informed that pursuant to Sec. 10-200 and
Executive Order No. F-11-02 the City of Omaha has a PBE Participation goal of no less than 13%and a DBE participation goal
of no less than 10%of the dollar volume of all the contracts that it awards. All bidders shall make every good faith effort to meet
said goals.
4.The City of Omaha shall set specific goals for all contracts over$200,000 to assist it in meeting its overall PBE/DBE goals set
forth above. The City of Omaha has established a PBE/DBE goal of %of the dollar amount of the bid (Bid Total)for this
contract(if said contract is anticipated to be over S200,000). Bidders shall make every good faith effort to meet said goal.
•
5.Bidders are informed that price alone does not constitute an acceptable basis for rejecting PBE/DBE bids unless the Bidder can
demonstrate that no reasonable price can be obtained from a PBE/DBE. A Bidder's failure to meet the PBE/DBE goal or to show
reasonable efforts to that end will, in the City of Omaha's discretion,constitute sufficient ground for bid rejection. Such
reasonable efforts may include,but are not limited to,some or all of the following:
a. Attendance at the pre-bid conference,if any;
b. Follow-up of initial solicitations of interest by contacting PBE/DBEs to determine with certainty whether the PBE/DBEs are
interested;
c. Efforts made to select portions of the work(including where appropriate,breaking down contracts into economically feasible
units)proposed to be performed by PBE/DBEs in order to increase the likelihood of achieving the PBE/DBE goals;
d. Efforts to negotiate with PBE/DBEs for specific sub-bids,including at a minimum:
(I) The names, addresses,type of work to be subcontracted,and telephone numbers of PBE/DBEs that were contacted;
(2) A description of the information provided to PBE/DBEs regarding the plans and specifications for portions of the work
to be performed; and,
(3) A detailed statement of the reasons why additional prospective agreements with PBE/DBEs needed to meet the stated
goals, were not reached.
e. Advertisement in general circulation media, trade association publications, and protected-focus media for a reasonable period
before bids are due;
f. Notification, in writing, to a reasonable number of specific PBE/DBEs that their interest in contract work is solicited, in
sufficient time to allow the PBE/DBEs to participate effectively:
. ' Concerning each PBE/DBE the Bidder contacted but rejected as unqualified, the reasons for the Bidder's conclusion;
h. Efforts made to assist the PBB/DBEs contacted that needed assistance in obtaining bonding, lines of credit,of insurance
required by the Bidder oldie.City of Omaha;
i.' Designation,in writing,of a liaison officer who administers the Bidder's Protected and/or Disadvantaged.Business utilization
program;
j. Expansion of search for PBE/DBEs to a wider geographic area than the area in which the Bidder generally seeks
subcontractors if use of the customary solicitation area does not result in meeting the goals by the Bidder;and.
k. Utilization of services of available protected community organizations,protected contractor's group, local,state,and federal
minority business assistance offices,and other organizations that provide assistance in the recruitment and placement of
PBE/DBEs.
6. The Bidder must comply with the following:
a. Prior to award of this Contract all Bidders shall submit Exhibit"A,"Protected and/or Disadvantaged Business Disclosure
Participation Form. Exhibit"A"must be submitted with the bid. Bidder must also submit a copy of the written bid
submitted by the PBE/DBE subcontractor to the Bidder or other verification in writing from the PBE/DBE subcontractor that
Said subcontractor has agreed to perform the subcontracting work identified in the bid submitted by the Bidder.
b. if Bidder fails to meet the goals set forth above, Good Faith Efforts Documentation must be submitted with bid.
c. Also,prior to award of this contract all Bidders must submit Exhibit"B"Contractor employment data form with the bid.
d. The Bidder and any of its subcontractors that have been designated by the Bidder as PBE and/or DBE must have been
approved as such by the Human Relations Department prior to bid opening on the project.
e. After bid opening and during contract performance, Bidders and the Contractor,as the case may be, are required to make
every reasonable effort to replace a PBE/DBE subcontractor that is determined to be unable to perform successfully or is not
performing satisfactorily,with another PRE and/or DBE,prior to substituting such PBE/DBE,the Contractor shall seek
approval from the Human Relations Department. The City of Omaha's Relations Department Director or a designee,shall
approve all prior substitutions in writing in order to ensure that the substituted firms are bona fide PBE/DBEs.
f. In the event of the Contractor's non-compliance with the Protected and/or Disadvantaged Business Enterprise requirements
of this Contract, the City of Omaha shall impose such contract sanctions as it may determine to be appropriate, including,but
not limited to:
(I) Rejection of the Bid
(2) Withholding of payments to the Contractor until the Contractor complies; and/or
(3) Cancellation,termination or suspension of the Contract,in whole or in part;or
(4) Any other penalty set forth in the City of Omaha's Contract Compliance Ordinance.
7. For the information of Bidders,Contract Compliance Ordinance outlines the City of Omaha's rules,guidelines and criteria for(a)
making determinations as to the legitimacy of PBE/DBEs,(b)ensuring that contracts are awarded to Bidders that meet PBE/DBE
goals.
8. The Bidder/Contractor shall cooperate with the Human Relations Department in any reviews of the Bidder/Contractor's
procedures and practices with respect to the Protected and/or Disadvantage Business Enterprise which the Human Relations
Department may from time to time conduct.
B. PBE/DBE Reporting and Record Keeping Requirements.
I. The Contractor shall submit periodic reports of contracting with Protected and/or Disadvantaged Business Enterprises in such
form and manner and at such time as prescribed by the City of Omaha(Exhibit C is currently required to be submitted within I0
calendar days following the end of each calendar quarter, from the start of the project).
2. The Contractors and subcontractors shall permit access to their books,records,and accounts by the Human Relations Director or
a designated representative for purpose of investigation to ascertain compliance with these specified requirements. Such records
shall be maintained by the Contractor in a fashion that is readily accessible to the City of Omaha for a minimum of three years
following completion of this Contract.
3_ To ensure that all obligations under any contract awarded as a result of this bid solicitation are met,the City ofOrmaha will
conduct specific review of the Contractor's PBE/DBE involvement efforts during contract performance. The Contractor shall
bring to the attention of the Human Relations Director any situation in which regularly scheduled progress payments are not
made to PBE/DBE subcontractors.
In submitting its bid,the Bidder is certifying that it has contacted City of Omaha Human Relations Department prior to bid opening
regarding this project and has afforded subcontractors participating in the PBE/DBE program the opportunity to submit bids on this
project. Failure to comply with the above shall result in the bid being rejected by the City of Omaha.
EXHIBIT "A"
PROTECTED AND/OR DISADVANTAGED BUSINESS
DISCLOSURE PARTICIPATION FORM
THIS FORM MUST BE SUBMITTED WITH THE BID
In the performance of this contract, the contractor proposes and agrees to make good faith efforts to
contract with eligible City of Omaha certified PBE andlor DBEs. Should the below listed PBE and/or DBE
subcontractor be determined to be unable to perform successfully or is not performing satisfactorily, the
Contractor shall obtain prior approval from the Human Relations Department Director or a designee, for
substitution of the below listed subcontractor with a City of Omaha certified PBE and/or DBE. In submitting
this form, the Bidder is certifying that it has contacted City of Omaha Human Relations Department prior to
bid opening regarding this project and has afforded subcontractors participating in the program the
opportunity to submit bids on this protect.
Type of work and Projected
contract item or commencement
Name of PBE parts thereof to be and completion *Agreed price with
and/or DBE Address performed date of work PBE/DBEs Percentage(%)
- I
Totals
*Dollar value of each PBE/DBE agreement must be listed in the"Agreed Price"column;total in this column must
equal the PBE/DBE goals.
CERTIFICATION
The Undersigned/Contractor certifies to the City of Omaha that the utilization goals will be met either by goal achievement or
good faith effort as documented. The Undersigned/Contractor certifies that he/she has read,understands,and agrees to be bound
by PBE/DBE Participation Contract Specifications, including the accompanying Exhibits, regarding PBE/DBE, and the other
terms and conditions of the Invitation for Bids. The undersigned further certifies that he/she is legally authorized by the Bidder
to make the statements and representations in the PBE/DBE Participation Contract Specifications and that said statements and
representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal
agreement(s)with Protected and/or Disadvantaged business enterprise(s)(which are otherwise deemed by the City of Omaha to
be technically responsible to perform the work) listed in the PBE/DBE Specifications at the price(s) set forth in Exhibit A
conditioned upon execution of a contract by the undersigned with the City of Omaha. The Undersigned/Contractor agrees that if
any of the PBE/DBE Specification representations are made by the bidder knowing them to be false,or if there is a failure by the
successful bidder(i.e. the Contractor) to implement the stated agreements, intentions.objectives, goals, and comments set forth
herein without prior approval of the Director of the Human Relations Department, such action shall constitute a material breach
of the contract,entitling the City of Omaha to reject the contractor's bid or to terminate the Contract for default. The right to so
terminate shall be in addition to,and not in lieu of, any other rights or remedies the City of Omaha may have for other defaults
under the Contract, under City of Omaha's Contract Compliance Ordinance or otherwise. Additionally, the
Undersigned/Contractor will be subject to the terms of any future Contract Awards.
Signature
Title Date of Signing
Firm or Corporate Name
Address Telephone Number
5
•
EXHIBIT "B"
CONTRACTOR EMPLOYMENT DATA
BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING WORK FORCE DATA WITH EACH BID
(Protected Class is defined as Black, Hispanic, Asian and Pacific Islander, American Indian or Alaskan Native, Female.)
Total Employees Protected Class Males Protected Class Females
American American
Total Total Asian or Indian or Asian or Indian or
Work Protected Pacific Alaskan Pacific Alaskan
Date Force Class Black Hispanic.Islander Native Black Hispanic Islander Native White
*Refer any questions regardingihe BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown
on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance
and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1). This report shall be in
effect for 24 months from the date received by the Human Relations Department. Any Questions regarding the Contract
Compliance Ordinance should be directed to the Human Relations Department at(402)444-5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Firm's Name:
(Date of Signing)
Signature:
(Print Name) (Title) (Signature)
•
EXHIBIT "C"
QUARTERLY REPORT ON PROTECTED AND/OR DISADVANTAGED
BUSINESS ENTERPRISES
(This form must be submitted within 10 calendar days of the end of each calendar
quarter, from the start of the project.)
Company Name:
Project Number:
Project Name:
Total Contract Amount:
Calendar Quarter
Covered by this Report:
1st 3rd
_2nd —
Year 200
I. Protected and/or Disadvantaged Contractors
Instructions: List all Protected and/or Disadvantaged Subcontractors which have performed work since Notice to
Proceed (NTP), are currently performing work, and are contemplated to perform work during the duration of the City of
Omaha Contracts. Name and total dollars committed and paid.
Name of Protected
and/or Disadvantaged Dollars Paid During Dollars Paid Since
Business Enterprise Work Assignment Dollars Committed Quarter (NTP) to Date
7
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 5, 2003 for the purchase of 12 pre-
wet injecting systems to be utilized by the Street Maintenance Division; and,
WHEREAS, All Truck submitted a bid of $27,000.00, being the lowest and best
bid received within the bid specifications, for 12 pre-wet injecting systems.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL. OF THE
CITY OF OMAHA:
THAT, the bid of $27,000.00 from All Truck for the purchase of 12 pre-wet
injecting systems to be utilized by the Street Maintenance Division, a copy of the bid documents
is attached and by this reference made a part hereof, being the lowest and best bid received
within the bid specifications, be accepted and the Purchase Order be issued.
BE IT FURTHER RESOLVED:
THAT, the Purchasing Agent be authorized to issue a Purchase Order to All
Truck for the purchase of 12 pre-wet injecting systems.
BE IT ALSO FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay the cost for the purchase of
12 pre-wet injecting systems to be utilized by the Street Maintenance Division from the Street
Maintenance Equipment Organization 116157, Street and Highway Allocation Fund 12131, year
2003 funding.
P:\PW2\9932pjm.doc APPROVED AS TO FORM:
U Y CITY ATTORNEY DATE
0,1
By
` r Councilmember
Adopted~-�- JAN 6 2 6-0
/Thf Oy
j'9 City Clerk
Approved � '""cy!_ / ''f
Mayor
. �� N )-+ �. cn CD
C Efl• IIiu.
i CDw c(
C1'
\ clq .1:1 5-• ',---5' (19:L-.2. .6 (-1
>I; CDC; E C r 45'-'. '--.--> (4111
o o '0 R Dn 04
O
o; t7 � o
0
lV' o "• v p CD
'� 0.. .t D CAD CAD 0
X
•
r "` /J {-'
•w, V.
.
-n y ` 41
+J