RES 2022-0309 - PO to Omaha Glass Pro for auto glass replacement and repair for Fleet Management Division City Clerk Office Use Only:
r t
RESOLUTION NO.L� Publication Date(if applicable):
�1
Agenda Date: -/S- 1-L 7
Department: /[[CC 14)0 kc
Submitter: (M)S17? C
CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha, Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, the Fleet Management Division of the Public Works Department is in need of
Auto Glass Replacement and Repair; and,
WHEREAS, bids were received on January 26, 2022 for the purchase of Auto Glass
Replacement and Repair, to be utilized by the Fleet Management Division; and,
WHEREAS, Omaha Glass Pro submitted the only bid to Douglas County Purchasing for the
attached bid named City of Omaha: Auto Glass Replacement and Repair (2022) which by this
reference, is made a part hereof; and,
WHEREAS, the cost of this purchase, estimated at $31,065.00, will be paid from the General
Fund 11111, Preventive Maintenance Organization 116171, year 2022 funding.
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 Omaha Glass Pro for the purchase of Auto Glass Replacement and Repair, to
be utilized by the Fleet Management Division, estimated at $31,065.00.
BE IT FURT`.-1ER RESOLVED:
THAT, the Finance Department is authorized to pay the cost of this purchase according to
actual use from the General Fund 11111, Preventive Maintenance Organization 116171, year
2022 funding.
1107cvr APPROVED AS TO FORM
• 11422-1--
4,CITY ATTORNEY DATE
Adopted: APR 05 2022 7 ---D
Attest:
Clerk
Approved: —�J Jlyd•- _
Playor
FLEET MANAGEMENT INTEROFFICE MEMORANDUM
TO: HEATHER TIPPEY PIERCE
FROM: SCOTT GORDEN
SUBJECT: AUTO GLASS BID
DATE: 03/01/2022
cc: STEVE FARIS
Please generate a Council resolution for the purchase of Automotive glass from Omaha Glass
Pro. Omaha Glass Pros was the only bidder that submitted a bid. The Auto Glass bid was opened on
January 26th,2022. The estimated expenditure is $31,065.00 for the year.
Omaha Glass Pro
ATTN: Robert Dixon
6701 L Street
Omaha, NE 68117
PO's will be created utilizing Fleet Management's CCG Faster fleet software, charged to
•
account 116172-43998 and then billed to the individual department.
•
BID BOND: $1,000.00 CB
Douglas County Purchasing
TABULATION OF BIDS ON: CITY OF OMAHA
Auto Glass Replacement and Repair (2022) Omaha Glass Pros
Date of Opening Department --
Wednesday, January 26, 2022 FLEET MANAGEMENT
Quantity DESCRIPTION Unit Extended Unit Extended
Price Price C Price Price
ALL OR NONE TOTAL BID: $31,065.00
Windshields: Please provide your discount
percentage: 40%
Flat Glass: Please state your flat glass cost per
square foot (Includes all other materials and
charges): $15.00
Labor Rate: Please state your labor rate (Includes
service calls to primary location): $40.00
Chip Repair: Please state your chip repair fee, if
applicable. First Chip: (Includes service calls to
primary location) $35.00
Chip Repair: Please state your chip repair fee, if
applicable. Each Additional Chip: (Includes
service calls to primary location) $20.00
Bid Bond Received: YES
Terms: 100%/Net 30
Delivery: 10 days
1 of 1
Attachment 1: Auto Glass Replacement and Repairs
For purposes of bid evaluation, examples for vehicles that may require glass requirements are listed below. These are some of
the major lines in the City fleet. There are additional units not listed which will fall under the same contract. Bidders must input
responses in the following three (3) sections: (1) Unit Price, (2) Glass Manufacturer and (3) Part#. Note that the Extended
Price is formatted to auto-calculate based on Unit Price entered by bidder. Bidder must not alter or revise this
spreadsheet or format. Doing so will result in your bid being deemed non-responsive. NOTE: Bidder is responsible for cross
reference of all part numbers for bid response purposes to ensure exact match of listed items. Attachment 1 should be
submitted in electronic format on a flash drive along with a printed hard copy with bid.
Name&Title of person completing this form: Robert T Dixon CEO
Bidder Company Name: Omaha Glass Pro
Line Part Description and Number Quantity UOM (1)Unit Extended Price
# P (estimated) Price (2)Glass Manufacturer (3)Part#
1 2015-2021 Ford Transit Van 6 each $375.00 $2,250.00 PGW DW2110GTY
2 2012-2015 Dodge Avenger 3 each $210.00 $630.00 PGW DW1853GBN
2012-2019 Ford Utility PUV
3 (to include necessary trim pieces) 15 each $325.00 $4,875.00 PGW DW1843GBY
4 2020-2022 Ford Utility PUV 15 each $400.00 $6,000.00 PGW DW2824GTY
5 2004-2016 Chevrolet Impala 4dr 6 each $185.00 $1,110.00 PGW DW1640GTY
6 2014-2017 Chevy Equinox 3 each $245.00 $735.00 PGW DW1932GBY
7 2012-2017 Chevy Caprice PPV 5 each $265.00 $1,325.00 PGW DW1943GTY
8 2009-2020 Ford F150-350 15 each $185.00 $2,775.00 PGW DW1747BGY
9 2008-2020 Ford F550 3 each $185.00 $555.00 PGW DW1505GBY
2007-2020 Chevy Silverado
10 pickup 10 each $185.00 $1,850.00 PGW DW1658GBY
11 2010-2021 Ford Explorers 4dr 5 each $325.00 $1,625.00 PGW DW1843GBY
12 2008-2015 Ford E150-350 3 each $185.00 $555.00 PGW DW1504GBY
13 2001-2006 Sterling Dump Trucks 2 each $195.00 $390.00 PGW DW1254GTN
1996-2002 International
14 4700/4900 2 each $195.00 $390.00 PGW DL4761
2002-2018 International
15 7300/7400 2 each $325.00 $650.00 PGW DW1451GTY
16 2019-2021 International HV507 2 each $325.00 $650.00 PGW DW1494GTY
2006-2019 Freightliner Business
17 Class 5 each $325.00 $1,625.00 PGW DW1494GTY
18 2008-2019ChevyTahoe 8 each $185.00 $1,480.00 PGW DW1658GBY
19 2013-2019 Ford Fusion 5 each $245.00 $1,225.00 PGW DW1949GBY
2015-2021 Western Star 4700-
20 4900 2 each $185.00 $370.00 PGW DW1440
ALL OR NONE TOTAL BID (Please put this amount on Page 1): $31,065.00
Additional Bid Items (do not include in All or None total bid).
Windshields % NAGS Calculator Discount: 40
Flat glass: bid must include all materials and charges. Bid per square foot: 15
Labor rate: bid must include service calls to primary location. Bid per hour: 40
Chip repair: List chip repair fee, if applicable. Fee must include service calls to primary locations.
Bid/first chip: 35
Bid/each additional chip: 20
Service calls: state method used to calculate service calls to other locations. Submit additional page(s) if needed.
NO FEE FOR SERVICE CALLS
Response time: Will your company be able to meet the two-hour emergency response time? State Yes or No below.
YES
CB
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Auto Glass Replacement and Repair(2022)
RETURN BIDS TO: Published: January 5,2022 Page 1
CITY CLERK
1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF
LC-1 Omaha-Douglas Civic Center $1,000.00
Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO
"CITY OF OMAHA"
NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CT on Wednesday,January 26,2022
IMPORTANT
1. Bid must be in the office of the CITY CLERK,1819 Farnam Street,LC-1, 4 Right is reserved to accept or reject any or all bids in their entirety and the bidders shall
OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 have the right to appeal any decision to the Omaha City Council.
by the opening date and time indicated in a sealed envelope marked: 5 When submitting bid on items listed,bidder may on a separate sheet,make
BID ON:CITY OF OMAHA Auto Glass Replacement and Repair(2022) suggestions covering reduction in costs wherever this is possible through
2. As evidence of good faith a bid bond or certified check must be submitted with bid. redesign,change of material or utilization of standard items or quantity change.
Bid bond or certified check shall be made payable to"City of Omaha" 6 Bid tabulation are available on the Douglas County Purchasing website: •
FAILURE TO DO SO IS CAUSE FOR REJECTION. www.douglascountypurchasing.org. DO NOT CALL FOR THIS INFORMATION.
3 The City of Omaha is tax exempt.Tax exempt certificates will be provided upon request
Bid your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Auto Glass Replacement and Repair(2022)for the City of
Omaha per the attached specifications and Attachment 1.
*Bidders must input bid prices directly into"Attachment 1 -
Auto Glass Replacement and Repairs."
**Bidders should submit one (1)hard copy and one (1)
electronic format on a flash drive of their entire bid including
Attachment 1.
ALL OR NONE TOTAL BID: $ // 000
$1,000.00 Bid Bond
A bid bond in the amount of$1,000.00 is required with bid
submission.
Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title
in the subject line.
The deadline to submit questions on this bid is 11:00 a.m.on the Thursday before the bid opening date. Answers to questions
will be posted via an addendum no later than the Friday before bid opening at www.douglascountypurchasing.org.
(PLEASE PRINT LEGIBLY OR TYPE) ^�
Payment Terms /DO %Nix JO Firm: OMA'HA 611365 eat) ncorporated In: 10II _u
Delivery(or completion) Name: RO6EA-r- T 1 t x.o t) Signature:
t d calendar days following Title: Phone: lilt 4g4%Sa Fax: cipt cro„2_61.$
award Address: OD I L tJ'r y�
bnn►tl-4-t N� W f'17
Street/P.O.Box City State Zip
Email Address:
DOUGLAS COUNTY REQUEST FOR BID
ON: CITY OF OMAHA-Auto Glass Replacement and Repair(2022)
NOT AN ORDER Page 2
BID CLAUSES -TERMS AND CONDITIONS
Requirement for Bid Bond: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed
on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank
check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of
Omaha,or lawful money of the United States,or a United States Government Bond (negotiable)are acceptable substitutes for
bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID
BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid,only one bid bond is
required.
Conflict of Interest: Pursuant to all state and local rules, CONTRACTOR assures the City of Omaha(CITY)that no elected
Official or any officer or CITY employee shall have a financial interest, direct or indirect, in any CITY agreement. In the
performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest.
CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any
money or other benefit of any kind to any CITY employee in the procuring of,facilitation of, and execution of or during the
duration of this Agreement.
Communication with Staff: From the date this bid is issued until a contract is awarded,communication regarding this
solicitation between potential vendors and individuals employed by the City of Omaha is prohibited. Only written
communication via email to bidquestions@douglasCity-ne.gov is permitted. Once an award is made the vendor will be
permitted to speak with person(s)participating in contract negotiations. Violation of these conditions may be considered
sufficient cause to reject a vendor's bid and/or selection irrespective of any other condition. The following exceptions to these
restrictions are permitted: (1)Contacts made pursuant to any pre-existing contracts or obligations; (2)City staff and/or vendor
staff present at a Pre-Proposal Conference, if scheduled,when recognized by the City as staff facilitating the meeting for the
purpose of addressing questions;and (3)Presentations, key personnel interviews,clarification sessions or discussions to
finalize a contract,as requested by the City.
Unavailability of Funding: Due to possible future reductions including but not limited the City of Omaha(CITY), State and/or
Federal appropriations,the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the
consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part
due to such reduction in appropriations,the CITY may terminate the Agreement or reduce the consideration upon notice in
writing to Contractor. The notice shall be delivered by certified mail, return receipt requested,or in person with proof of
delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination
or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of
the CITY,State and/or Federal funding reduction,whichever is later. Provided,that reduction shall not apply to payments
made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor
may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to
CITY.
Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated
by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval
shall be void and shall constitute a material breach of contract. Any and all additional fees, charges,costs or expenses,which
result from an approved assignment or delegation,shall be paid by the assigning/delegating Party,
Termination: The City of Omaha may terminate the awarded contract at any time if the vendor fails to carry out the terms or
fails to make substantial progress toward the fulfillment of the contract obligations. In such event,the City shall provide the
vendor with thirty(30)days written notice of conditions which endanger contract performance. If after such notice the vendor
fails to remedy these conditions,the City may send a certified letter to the vendor for immediate cancellation of the contract. In
such event,the City would receive a pro-rated portion of the value of the performance bond depending on the value of the
remaining portion of the contract. The City will give the vendor sixty(60)days' notice of termination of contract if appropriations
cease.The City of Omaha may also terminate the agreement for any reason upon 30 days notice.
Payment Terms:Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will
occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later.
Drug Free Policy: CONTRACTOR assures the City of Omaha that CONTRACTOR has established and maintains a drug free
workplace policy.
SIGN ALL COPIES Firm 0474s14 1(d155 'S
By koe frill-- ix.61
Title G£c)
CONTINUATION SHEET
DOUGLAS COUNTY REQUEST FOR BID
ON: CITY OF OMAHA-Auto Glass Replacement and Repair(2022) •
NOT AN ORDER Page 3
BID CLAUSES -TERMS AND CONDITIONS
FEDERAL DEBARMENT OR SUSPENSION:
Has bidder or its principals been debarred or suspended from Federal contracts?
YES 1� NO (failure to provide a response may be cause for rejection of bid)
Bidder certifies by submission of this bid that neither it nor its principals are presently debarred or suspended from participation
in Federal contracts. If during the term of the agreement the awarded bidder or any person engaged in performing this
agreement becomes debarred or suspended such Party shall notify the City of Omaha immediately.
Form CC-1: All bidders awarded a City contract in the amount of$10,000 or more must comply with the Contract Compliance
Ordinance by having a current Contract Compliance Report(Form CC-1)on file with the Human Rights& Relations
Department. 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. Bidders are encouraged to use the following weblink to determine if they have a current Form CC-1 on file
(search by company name): https://humanrights.cityofomaha.org/cc-l-search.
Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat.§48-1122,
the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for
employment to be employed in the performance of this Agreement,with respect to hire,tenure,terms,conditions,or privileges
of employment because of the race,color, religion,sex,disability,or national origin of the employee or applicant.
Non-Discrimination: Both Parties agree that in accordance with 42 USCS 12101 et seq.,the Nebraska Fair Employment
Practice Act-Neb.Rev.Stat. §48-1122,and Omaha Municipal code 13-89,they will not discriminate against any employee or
applicant for employment,to be employed in the performance of this Agreement,with respect to hire,tenure,terms,conditions,
or privileges of employment because of the age, race,color, religion,sex,disability,or national origin of the employee or
applicant. None of the Parties shall, in the performance of this Agreement,discriminate or permit discrimination in violation of
federal or state laws or local ordinances.
E-Verify: New Employee Work Eligibility Status(Neb. Rev.Stat. §4-108-114): The Contractor is required and hereby
agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically
performing services within the state of Nebraska. A federal immigration verification system means the electronic verification of
the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8
U.S.C. 1324a, known as the E-Verify Program,or an equivalent federal program designated by the United States Department
of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the
Contractor is an individual or sole proprietorship,the following applies:
1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of
Administrative Services website at www.das.state.ne.us .
2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the
US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United
States using the Systematic Alien Verification for Entitlements(SAVE)Program.
3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be
disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat.§4-108.
Joint Governmental Purchases:The City of Omaha has been authorized to join with other public corporations or units of
government within the State of Nebraska in the cooperative procurement of materials, equipment,work, or services. With the
consent of the successful bidder the City may use the public competitive bid secured herein for the procurement of future
materials,equipment,work, or services under the same terms, conditions,and prices offered by the bidder herein. Bidders are
requested to indicate below if they are willing to extend the pricing,terms,and conditions of this bid to other City of Omaha
departments, Douglas County departments,or other government agencies, if the bidder is the successful bidder. If the
successful bidder replies Yes to this provision,other City of Omaha departments, Douglas County departments,and other
government agencies may enter into a contract with the successful bidder for the purchase of the goods and/or services
described herein based on the terms, conditions, and prices offered by the successful bidder to the City of Omaha.
X YES NO
SIGN ALL COPIES Firm 6471414 61453 Ira
By ##Shier D1Xav)
Title Cc()
CONTINUATION SHEET
DOUGLAS COUNTY REQUEST FOR BID
ON: CITY OF OMAHA-Auto Glass Replacement and Repair(2022)
NOT AN ORDER Page L4
BID CLAUSES -TERMS AND CONDITIONS
INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current
levels of coverage.
FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000.00, it is required
that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1)
adequate workers'compensation(statutory); (2)commercial general liability in an amount not less than $250,000 for any
person for any number of claims arising out of a single occurrence and not less than$500,000 for all claims arising out of a
single occurrence; and (3)property damage insurance in an amount not less than$500,000; and naming CITY OF OMAHA as
an additional insured, except for Workers'Compensation policies/certificates,for the term of the agreement. Certificates of
Insurance are required before service begins.
FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed$200,000.00, it is required that
the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance: (1)adequate
workers'compensation(statutory); (2)commercial general liability in an amount not less than$1,000,000 for any person for
any number of claims arising out of a single occurrence and not less than$5,000,000 for all claims arising out of a single
occurrence; and(3)property damage insurance in an amount not less than$500,000; and naming CITY OF OMAHA as an
additional insured, except for Workers'Compensation policies/certificates,for the term of the agreement. Certificates of
Insurance are required before service begins.
Liquidated damages shall be assessed at a rate of 1%of the total purchase order amount per calendar day that satisfactory
delivery is not made. Satisfactory delivery shall occur on or before the date of delivery agreed to at the time of the bid or
purchase award between the City and the awarded bidder. Satisfactory delivery shall also be deemed to include product or
purchase compliance with all specifications set forth in the bid award. The amount of liquidated damages shall be deducted
from any monies due the awarded bidder by the City. If applicable,when the monies due to the awarded bidder are not
sufficient to satisfy the City's liquidated damages,the awarded bidder shall submit payment to the City the amount to satisfy
any outstanding liquidated damages owed within 10 days of the date of non-performance.
The City may,at its sole discretion, allow"excusable delays"when assessing if liquidated damages are applicable. An
excusable delay is defined as a delay that causes disruption to the delivery schedule but which is beyond the awarded bidder's
control. Excusable delay may include delays caused by weather,strikes,or natural disasters. Any determination of excusable
delay by the City shall be limited in time and scope and shall not be a guarantee or promise of future determinations of
excusable delay by the City.
Independent Contractor: Both parties understand and agree that(CONTRACTOR)is an independent contractor under the
provisions of this Agreement and not employed by or otherwise affiliated with Douglas County(COUNTY)or the City of Omaha
(CITY). Employees of CONTRACTOR(if any)are not employees of COUNTY/CITY. Each Party shall pay all wages, salaries
and other amounts due its employees and shall be responsible for all reports, obligations, and payments pertaining to social
security taxation,income tax withholding,workers'compensation, unemployment compensation, group insurance coverage,
collective bargaining agreements or any other such similar matters. Both parties understand and agree that CONTRACTOR is
solely responsible for acquiring and maintaining,for the term of this Agreement, adequate general and special liability
insurance, including but not limited to workers'compensation insurance,sufficient to protect CONTRACTOR' ability to
complete performance under this Agreement. Neither Party shall have any authority to bind the other by or with any contract or
agreement, nor to impose any liability upon the other.All acts and contracts of each shall be in its own name and not in the
name of the other.
EXTRAORDINARY EVENTS: In the event of a pandemic, natural disaster,terroristic attack,or closure of a facility due to
construction, remodeling or sale or any other extraordinary event which results in one, some or all of the listed facilities in this
Agreement being closed for two weeks or more,the City may discontinue services upon immediate notice.
SIGN ALL COPIES Firm Q/jj/g-r(A grlft-SS /lb
By lee 43tier- Ptxo1
Title GSv
CONTINUATION SHEET
DOUGLAS COUNTY REQUEST FOR BID
ON: CITY OF OMAHA-Auto Glass Replacement and Repair(2022)
NOT AN ORDER Page 4
BID CLAUSES -TERMS AND CONDITIONS
All or None Bid: This is an All or None bid. Vendors must bid on every item listed in the bid sheets or it will be cause for
rejection of bid.
Quantities are estimated. Depending on bid pricing and budget,the City may purchase more or less than the quantities
listed.
ACCEPTANCE OF MATERIAL: Unless otherwise stated in specifications,all components used in the manufacture or
construction of materials,supplies and equipment,and all finished materials,will be new,the latest make/model, of the best
quality,and the highest grade workmanship. Material delivered under this proposal will remain the property of the Bidder until:
(1)A physical inspection and actual usage of the material is made and found to be acceptable to the City; and(2)Material is
determined to be in full compliance with the bidding documents and accepted bid. In the event the delivered material is found
to be defective or does not conform to the bidding documents and accepted bid,the City reserves the right to cancel the order
upon written notice to the Bidder and return materials to the Bidder at Bidder's expense.
Awarded Bidder will be required to furnish title to the material,free and clear of all liens and encumbrances,issued in the name
of the City of Omaha, Nebraska, as required by the bidding documents or purchase orders. Awarded Bidder's advertising
decals,stickers or other signs will not be affixed to equipment.Vehicle mud flaps will be installed blank side out with no
advertisements.Manufacturer's standard production forgings, stampings,nameplates and logos are acceptable.
CONSUMER PRICE INDEX CLAUSE: Following the initial contract term,the awarded bidder may propose price
increases for any contract extensions offered by the City. Price increases must be requested 30 days prior to
proposed increase and must be justified with documentation (e.g. reports, manufacturer statements, invoices, etc.).
Proposed price increases will be reviewed by the City, who at their sole discretion will either approve or reject the
proposed increase.
SIGN ALL COPIES Firm OfriRf-iti 114/AI 5 /1p
'6
By ADO£42 Q IVOA
Title GL 6
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1 •
03..1NHA.,ti.,,
y y.
31.
o� .33
1. Regulation:
1fEn FE0 '
A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require:
1.That all contractors who submit a bid to City of Omaha shall designate a representative who on
behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form
(RC-1). An incomplete or unsigned RC-1 form will make your bid null and void.
2. Filing this Report(please initial in the boxes below):
Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully
Iauthorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
1--,:i___
Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev,Stat. Section 48-2901 et seq.).
IContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
v---
Law(Neb. Rev. Stat.Section 73-104 et seq.).
1V7*-----
Contractor has not been convicted of any tax violations(local,State and Federal)within the last
three years from the date this bid is submitted.
327Contractor has not,upon final determination by the Occupational Safety and Health
Administration,been convicted of a criminal,repeat,or willful violation of the Occupational
-
I Safety and Health Act(OSHA)or been convicted of 3 (three)separate"serious"OSHA violations
within the past three(3)years.
I7 Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project
1/
comply with the rovisions of the Responsible Contractor Compliance Form RC-1.
01 ZaZz
Signature Da
By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false
information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub-
contractors
can be subject to immediate disqualification and prohibited from any future City of Omaha
contract for a period of 10 years.
AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT & FAIR LABOR
STANDARDS
I, Z Q,.j 1 i i t-0A) , being first duly sworn under oath, state and
depose as follows:
1. I am competent to testify to, and have personal knowledge of, the matters stated in
this affidavit.
2. I am (a contractor) or (the authorized agent of the contractor) for
0,'hr4-ffq 1 S 620 Company, (hereinafter "Contractor"). I attest to the
following: (a) each individual performing services for Contractor is properly classified under
the Nebraska Employee Classification Act, ("the Act"), (b) Contractor has completed a federal I-
9 immigration form and has such form on file for each employee performing services, (c)
Contractor has complied with Neb. Rev. Stat. §4-114 (use of federal immigration verification
system), (d) Contractor has no reasonable basis to believe that any individual performing
services for Contractor is an undocumented worker, (e) as of the time of the contract, Contractor
is not barred from contracting with the state or any political subdivision pursuant to the Act, and
(f) Contractor is complying with and will continue to comply with, fair labor standards as
provided in Neb.Rev.Stat. §§73-102 & 73-104, as applicable and as amended hereinafter.
Contractor will also ensure that all subcontractors execute affidavits in complianc with the Act.
li
FURTHER AFFIANT SAYETH NAUGHT
Affia (Contras r)
SUBSCRIBED AND SWORN TO before me this /7 day o , 2014,
GENEM.NOTARY•State of Nebraska y
SHERRI L.BROWNt
-°-' ' PAY Cemm.Bp.September 15,2024 otary ublic
EMPLOYEE CLASSIFICATION ACT:
Each contractor who performs construction or delivery service pursuant to this contract shall
submit with their bid submission an affidavit attesting that (1) each individual performing •
services for such contractor is properly classified under the Nebraska Employee Classification
Act, 2010 LB 563 ("the Act"); (2) such contractor has completed a Federal I-9 Immigration form
and has such form on file for each employee performing services; (3) such contractor has
complied with Neb. Rev. Stat. Section 4-114 (Federal Immigration Verification System--E-
Verify); (4) such contractor has no reasonable basis to believe that any individual performing
services for such contractor is an undocumented worker; and (5) as of the time of the contract,
such contractor is not barred from contracting with the state or any political subdivision pursuant
•to the Act. The contractor shall follow the provisions of the Act. A violation of the Act by a
contractor is grounds for rescission of the contract by City of Omaha/Douglas County.
CONTRACTOR shall follow the provisions of the Employee Classification Act (Act). A •
violation of the Act will be a material breach and, in addition to any other remedies, be grounds •
for immediate contract rescission. If CONTRACTOR is performing construction or providing
delivery service, CONTRACTOR shall submit an affidavit that complies with the
Act. CONTRACTOR will also ensure that all subcontractors performing services for Contractor
will also complete affidavits that comply with the Act. Contractor may submit the affidavit(s)
with their bid submission. In all circumstances, Contractor shall provide the affidavits
before work or services are undertaken pursuant to this Agreement.
Following award, if CONTRACTOR changes or adds additional subcontractors,
CONTRACTOR shall ensure that the subcontractor provides an Employee Classification Act
affidavit to Douglas County Purchasing Department before that subcontractor begins work or
services.
All Employee Classification Act affidavits shall be sent to: Douglas County Purchasing Agent,
1819 Farnam Street,Room 902, Omaha NE 68183.
FAIR LABOR STANDARDS:
CONTRACTOR agrees to maintain FAIR LABOR STANDARDS as defined in Neb. Rev Stat §
73-104. CONTRACTOR has filed with Douglas County (City/County Purchasing) a statement
that it is complying with and will continue to comply with, fair labor standards as provided in
Neb. Rev. Stat. §§73-102 & 73-104. In addition, CONTRACTOR assures County that it will
continue to comply with statutory fair labor standards throughout its performance under this
contract.
•
Specifications for City of Omaha Auto Glass Replacement and Repairs (2022)
Basic Bid: The City of Omaha is asking for quotes for all glass replacement and repairs and will be
awarded as an"all or none"agreement to the vendor supplying the lowest and best quote. The length of
contract will be for two (2)years. At the sole option of the City of Omaha,the contract may be extended
for one(1)additional year
Contractor will use only products that meet FMVSS standards.
Vendor Qualifications: All vendors must be members of at least one of the following organizations:
AGASS or ANSI or a PPG Prostar licensed installer.
Approximate Quantities: In the last year,the City of Omaha has averaged approximately$23,000 in
vehicle glass replacements. The City of Omaha expects the same usage in the future.
Pricing: Windshields and tempered glass: The bid will be determined giving primary concern to the
percentage discount given from the latest NAGS Calculator publication. Other pricing and service
arrangements will be figured in according to the best interest of the City of Omaha. The pricing will
include the glass,labor,kit, and service call if to any City of Omaha Facility. All applications will use the
"immediate drive away"urethane sealant which will allow a quick return to service. For comparison
purposes,all windshields should meet or exceed PPG's OEM specifications. In no case will replacement
glass be"blems". The successful bidder will keep the City of Omaha supplied with the most current copy
of the NAGS Calculator publication. There may be some windshields listed in the current issue of NAGS
that require new moldings. If new moldings are required,they must be included in the bid price.
ATTACHMENT 1 —Additional Bid Items (do not include in All or None total bid):
• 1. Windshields: provide discount percentage-%NAGS Calculator Discount.
2. Flat Glass: Please state your flat glass cost per square foot. Includes all other materials and
charges
3. Labor rate: Please state your labor rate. Includes service calls to primary location.
4. Chip Repair: Please state your chip repair fee if applicable for first chip and each additional chip.
Includes service calls to primary location.
5. Service calls: Most repairs will be performed at the City of Omaha yard at 26th and Lake St,96th
and"F"St.,87th&Vernon and 24th and Hickory St. At the discretion of the City of Omaha,work
may be sent to the bidders closest service center. All service calls to these locations or any other
remote site within a 15 mile radius of these locations will be included in the glass pricing. State
method used to calculate service calls to other locations.
6. Response Time: Typically, the City of Omaha will call and schedule all work on a same day
basis. However,the successful bidder must be able to respond to occasional urgent repair requests
with response time within two hours from the time the initial call is received. The vendor will
inform the inquiring agency if and when they are unable to meet any time restraints, and the 2nd
low bidder may be called. If the City of Omaha feels its response needs are not being met
consistently enough, the contract will be terminated and the 2nd low bidder will be rewarded the
remaining contract. Bidder must state Yes or No to the following question: Will your company
typically be able to meet the two hour emergency response time?
Page 1 of 1
Attachment 1 : Auto Glass Replacement and Repairs
For purposes of bid evaluation, examples for vehicles that may require glass requirements are listed below. These are some of
the major lines in the City fleet. There are additional units not listed which will fall under the same contract. Bidders must input
responses in the following three (3)sections: (1) Unit Price, (2) Glass Manufacturer and (3) Part#. Note that the Extended
Price is formatted to auto-calculate based on Unit Price entered by bidder. Bidder must not alter or revise this
spreadsheet or format. Doing so will result in your bid being deemed non-responsive. NOTE: Bidder is responsible for cross
reference of all part numbers for bid response purposes to ensure exact match of listed items. Attachment 1 should be
submitted in electronic format on a flash drive along with a printed hard copy with bid.
Name&Title of person completing this form: Robert T Dixon CEO
Bidder Company Name: Omaha Glass Pro
i ? e III I, I ! 11 . I. :1""
' •I Qt anty frt
il ' VP Decription a dNuber UOM Extended Pnce Gas Maufacturer (3) •' n ot )i p 1 '1 I , '1 ; ,! I, ; l 1 r !1 r,1 2015-2021 Ford Transit Van 6 each $375.00 $2,250.00 PGW DW2110GTY
2 2012-2015 Dodge Avenger 3 each $210.00 $630.00 PGW DW1853GBN
2012-2019 Ford Utility PUV
3 (to include necessary trim pieces) 15 each $325.00 $4,875.00 PGW DW1843GBY_
4 2020-2022 Ford Utility PUV 15 each $400.00 $6,000.00 PGW DW2824GTY
5 2004-2016 Chevrolet Impala 4dr 6 each $185.00 $1,110.00 PGW DW1640GTY
6 2014-2017 Chevy Equinox 3 each $245.00 $735.00 PGW DW1932GBY�
7 2012-2017 Chevy Caprice PPV 5 each $265.00 $1,325.00 PGW DW1943GTY
8 2009-2020 Ford F150-350 15 each $185.00 $2,775.00 PGW DW1747BGY
9 2008-2020 Ford F550 3 each $185.00 $555.00 PGW DW1505GBY�
2007-2020 Chevy Silverado
10 pickup 10 each $185.00 $1,850.00 PGW DW1658GBY
11 2010-2021 Ford Explorers 4dr 5 each $325.00 $1,625.00 PGW DW1843GBY
12 2008-2015 Ford E150-350 3 each $185.00 $555.00 PGW DW1504GBY_
13 2001-2006 Sterling Dump Trucks 2 each $195.00 - $390.00 PGW DW1254GTN
1996-2002 International
14 4700/4900 2 each $195.00 $390.00 PGW DL4761
2002-2018 International
15 7300/7400 2 each $325.00 $650.00 PGW DW1451GTY
16 2019-2021 International HV507 2 each $325.00 $650.00 PGW DW1494GTY
2006-2019 Freightliner Business
17 Class 5 each $325.00 $1,625.00 PGW DW1494GTY
18 2008-2019 Chevy Tahoe 8 each $185.00 $1,480.00 PGW DW1658GBY
19 2013-2019 Ford Fusion 5 each $245.00 $1,225.00 PGW DW1949GBY
2015-2021 Western Star 4700-
20 4900 2 each $185.00 $370.00 PGW DW1440
ALL OR NONE TOTAL BID(Please put this amount on Page 1): $31,065.00
—
i i 1 1: 11 I 'Additional Bid,Items(do not'include in All or.Ngne total! id) 1 I' ( 1' '
Windshields % NAGS Calculator Discount: 40
Flat glass: bid must include all materials and charges. Bid per square foot: 15
Labor rate: bid must include service calls to primary location. Bid per hour: 40
Chip repair: List chip repair fee, if applicable. Fee must include service calls to primary locations.
Bid/first chip: 35
Bid/each additional chip: 20
Service calls: state method used to calculate service calls to other locations. Submit additional page(s) if needed.
NO FEE FOR SERVICE CALLS
Response time: Will your company be able to meet the two-hour emergency response time? State Yes or No below.
YES