Loading...
ORD 40320 - Bid from Lincoln Guards Security Company to provide services AHA r- l }}'L1 l Parks, Recreation & � ° , R,s7 C 4' Public Property Department Omaha/Douglas Civic Center r a%" 211151iAP _9 RI 12: 314 1819 Farnam Street,Suite 701 ® F �( a Omaha,Nebraska 68183-0701 ., '� '.M�„L (402)444-5900 4 �'TEDFEBR°" CITY CLERK FAX(402)444 4921 City of Omaha n M A I-! {. N E B R A S K i Brook Bench Director Jean Stothert,Mayor March 24, 2015 Honorable President and Members of the City Council, The attached Ordinance approves the bid of Lincoln Guards Security Company, to provide security services at various City facilities including, but t Dt limited to, Community Recreation Centers, Swimming Pools, Nature Centers, and Marinas, for the Parks, Recreation and Public Property Department. The following bids were received on February 4, 2015: CONTRACTORS Lincoln Per Mar Armored Signal 88 Lion's Guards Security Knights, Omaha Gate Security Services Inc. LLC Security (Best Bid) Solutions, Inc. Option 1 Sworn "Armed" Law Enforcement Officer $25.00 $31.89 $32.00 $34.50 $35.00 (LEO) Option 2 Non-Sworn "Armed" Civilian-Based Officer $18.50 $17.96 $25.00 No Bid $30.00 (CBO) Option 3 Non-Sworn "Unarmed" Civilian-Based Officer $14.00 $14.00 $18.00 $15.25 $20.00 (CBO) Option 4 Security Vehicle Patrol: Per LEO Security Officer"Armed"/marked $25.00 $32.48 $34.00 $23.00 $37.00 Per CBO Security Officer"Armed"/marked $18.50 $18.56 $27.00 No Bid $30.00 Per CBO Security Officer"Unarmed"/marked $14.00 $14.50 $20.00 $44.00 $22.00 Funds for this security service will be appropriated for three (3) years beginning April 1, 2015 and ending May 31, 2018. The City reserves the right to extend this contract on a yearly basis for three (3) one-year terms through April 30, 2021. 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. Page -2- Honorable President and Members of the City Council The Parks, Recreation and Public Property Department recommends the acceptance of this bid being the lowest and best bid received, within bid „pecifications, attached hereto and made a part hereof, and requests your consideration and approval of this Ordinance. The Finance Department is authorized to pay the cost of the security services from General Fund No. 11111, and Organization No. 115061,PRPP Security. Respectfully submitted Approved: Brook Bench, Director Date Human Rights& Relations Date Parks, Recreation, and Public Property Department Approved as to Funding: Referred to City Council for Consideration: ("../ ' 31,_.- V2G1_- , 3) (Stephe B. Curtiss , S /5 "ate Mayor's Office/Title Date Finance Director 1,;-\ p:2054tmb ORDINANCE NO. y2 3GZO AN ORDINANCE to accept the bid of Lincoln Guards Security Company, to provide security services at various City facilities including, but not limited to, Community Recreation Centers, Swimming Pools, Nature Centers, and Marinas, in the amount of $25.00/hr. for a Sworn "Armed" Law Enforcement Officer (LEO), $18.50/hr. for a Non-Sworn "Armed" Civilian-Based Officer (CBO), $14.00/hr. for Non-Sworn "Unarmed" Civilian-Based Officer (CBO) and for a Marked Vehicle patrol $25.00/hr. for a Sworn "Armed" Law Enforcement Officer (LEO), $18.50/hr. for a Non-Sworn "Armed" Civilian-Based Officer (CBO), $14.00/hr. for Non-Sworn "Unarmed" Civilian-Based Officer (CBO) for three (3) years beginning April 1, 2015 and ending May 31, 2018, extendible annually for three (3) one-year terms through May 31, 2021, at the sole option of the City, to authorize payment in accordance therewith; to authorize the Purchasing Agent to issue a purchase order; and to provide an effective date. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF OMAHA: Section 1. That the bid of Lincoln Guards Security Company, in the amount of$25.00/hr. for a Sworn "Armed" Law Enforcement Officer(LEO), $18.50/hr. for a Non-Sworn "Armed" Civilian- Based Officer(CBO), $14.00/hr. for Non-Sworn "Unarmed" Civilian-Based Officer (CBO) and for a Marked Vehicle patrol $25.00/hr. for a Sworn "Armed" Law Enforcement Officer(LEO), $18.50/hr. for a Non-Sworn "Armed" Civilian-Based Officer (CBO), $14.00/hr. for Non-Sworn "Unarmed" Civilian-Based Officer (CBO), for one year beginning April 1, 2015 and ending May 31, 2018, extendible annually for three (3) one-year terms through May 31, 2021, at the sole option of the City, for the Parks, Recreation and Public Property Department, attached hereto and made a part hereof is hereby accepted. ORDINANCE NO. V00,0 Page 2 Section 2. That the Finance Director is authorized to make payments in accordance therewith from General Fund No. 11111 and Organization No. 115061, PRPP Security. The Finance Department is authorized to pay the cost for the security services from these accounts. Section 3. That the City of Omaha Purchasing Agent is authorized to issue a Purchase Order for this contract. Section 4. That this Ordinance,not being of legislative character,shall be in force and take effect immediately from and after its date of passage. INTRODUCED BY COUNCIL MEMBER 41d , "'""'�"' APPROVED BY: 05, MAYOR OF THE CITY OFOMAHA PASSED APR - 7 2015 s- / 4 5 c ia/1, ATTE . )(A/,5 CI CLERK OF THE CITY OF OMAHA D TE APPROVED AS TO FORM: (3#5 ASSIS ANT CITY ATTORNEY DATE p:2055tmb H W 2 o \ ' o WCO W Cn CV Q I EZ }c Z V co s to cy) co O CO O co (0 O 'L U I- al co 0) O .4. LC) 1..c.) Cl) Z U_ r CVce, oo UJ d � a) m 2 64 a ° U Y >' c a �' W o 0 0 0 0 0 v) y U 8' G Z U M OM N M OM N C C1) — _ Efl CO ffl EA b9 Efl 0 CO J c 0. 0 C N o 0 0 0 0 0 o a W o Un 0 0 Un o Cl) 0 Z O N CO 4 N co ,- W � O � � aEft ta 6,3 } U 2 Cl)ID I— W 0 0 0 0 0 0 u) �" ° Z O �i Sri oo 4 N o W E '� M N c- M N N QY � a64 t fte . . m L O 0 i ff ° Y ° Y ° U ° > a) L L OW U Id U_ YNI U m 0 .x3[ C CD U C U U U �N IL.to O U m O O i O 1 O Q j Q j O > m L — O n' ` 0 U U U — U Y m I� U m IT ` ` ;' W u°i '. 4 0 v°i ) ate) 0)) O 0 E = Z U 3 L = =0 L �. E L 3 4 0.c. .t �' a) O00 a� E ,, 0 C m > O O CO Z m ? C O � ^ 8 a) 0 RI co L O 0 o � O o W o m o m to O H U 2 O vi (n .Ji Z U Z O fn 0 U Z 0 ca CD QN E' CO I— a3 t R In CO 0 0 r 2 Q- i CB ti 0 a JTL DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Security Services(Recreation Facilities) RETURN BIDS TO: Published:January 21,2015 Page1 CITY CLERK 1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF LC-1 Omaha-Douglas Civic Center $1,000.00 Omaha,Nebraska 88183-0011 HIU LLONI)Ok 1:1-1f Hi lt:[)CHFCI( SHAL I_ tat. MADE- t'AYAf31 "cl I Y 01 c)MAI IA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST on Wednesday,February 04,2015 IMPORTANT 1.Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4.if Federal Exdse Tax applies,show amount of same and deduct. Omaha-Douglas Civic Center,Omaha,NE 68183-0011 Exemption certificates wit be furnished.Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Security Services(Recreation Facilities) 5.BID MUST INCLUDE ANY DELIVERY CR 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 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 accept your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS or reject any part of your bid unless otherwise indicated by you. SUBMFITED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT www.douglascountypurchasinq.orq.DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is interested in establishing a contract for security services at various recreation facilities. Work will be performed in accordance with the attached nine (9) pages of specifications. Y•ea. • Questions regarding this bid sho Id`be directed _ • to: Tracy Stratman at(402)444-5 3' ` i REQUIREMENTS FOR BID BAND:The surety company-issuing the bidsiond should be licensed by the State a/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(negotiatile)'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. 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 % Firm: LINCOLN GUARDS SECURITY COMPANY Incorpo n: 1993 Delivery(or completion) Name: JANIS STRAUTKALNS Signature: ' calendar days following Title PRESIDENT Phone: 402-610-5190 Fac ,' award Address:2145 S 58TH ST LINCOLN NEBRASKA 68506 streeVN.O.Bax City State Lip Email Address: janis@lincoinguards.com DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Security Services(Recreation Facilities) NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION OPTION 1: SWORN "ARMED" LAW ENFORCEMENT OFFICER (LEO) (Cannot be City of Omaha off-duty police officers) Per security officer per hour: $25.00 OPTION 2: NON-SWORN "ARMED"CIVILIAN-BASED OFFICER (CBO) Per security officer per hour: $18.5o OPTION 3: NON-SWORN"UNARMED" CIVILIAN-BASED OFFICER(CBO) Per security officer per hour: $14.00 OPTION 4: SECURITY VEHICLE PATROL Sworn "Armed" Law Enforcement Officer(LEO) or Non-Sworn "Armed"Civilian-Based Officer(CBO), or Non-Sworn "Unarmed" Civilian-Based Officer (CBO). Description: Dedicated officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities as a visual deterrent. Per LEO Security Officer"Armed"/marked vehicle per hour: $25.0o Per CBO Security Officer"Armed"/marked vehicle per hour: $18.50 Per CBO Security Officer"Unarmed"/marked vehicle per hour: $14.00 SIGN ALL COPIES Firm LINCOLN GUARDS SECURITY CO P 1%r ByJANIS STRAUTKALNS Title PRESIDENT 4111 CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Security Services (Recreation Facilities) NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States, or a United States Government Bond (negotiable) are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure, terms, conditions, or privileges of employment because of the race, color, religion, sex, disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb. Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE) Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm LINCOLN GUARDS SECURITY CO ' By 1ANIS STRAUTKAI NS _P. Title PRESIDENT CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 � r M A UA1"t`u re.ua`°� Regulation: A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: l.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-I).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 authorized to perform employment in the United States and that the Contractor and all sub-contractors shall use E-Verify to determine work eligibility. v.1 Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb. Rev. Stat. Section 48-2901 et seq.). ,jtt Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb. Rev. Stat.Section 73-104 et seq.). Contractor has not been convicted of any tax violations(local, State and Federal)within the last I ) I three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of, ' esponsible Contractor Compliance Form RC-1. Signature • r Date By signing,I verify on behalf of the Contractor that the information above is true and correct.Filing false information carries a penalty of up to a$500 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. REQUEST FOR BID SECURITY SERVICES PROVIDER CITY OF OMAHA PARKS,RECREATION AND PUBLIC PROPERTY DEPARTMENT OBJECTIVE The City of Omaha, through its Parks, Recreation and Public Property Department ("PRPP") is seeking a Security Services Provider ("Contractor") to supply security services, at City facilities including, but are not limited to, Community Recreation Centers, Swimming Pools, Nature Centers, and Marinas. RIGHT TO OBTAIN INFORMATION The City of Omaha reserves the right to obtain information concerning the Contractor from any and all sources when deemed pertinent to this RFB and to consider such information in evaluating bids. TERMS OF ENGAGEMENT Term of this contract shall be for a period of approximately three(3)years from the date of City Council approval through January 31, 2018. This agreement and its provisions thereof may be extended until 2021 (as separate one-year extensions) if the City of Omaha exercises the option to do so. Extensions of the contract shall be at the option of the City of Omaha,exercised by the Director of PRPP or his designated representative. EVALUATING THE RESPONSIBILITY OF SECURITY SERVICES PROVIDER When determining whether a Security Services Provider is responsible, or when evaluating a bid, the following factors may be considered,any one of which will suffice to determine whether a Contractor is responsible or the bid is the most advantageous to the City: • The ability,capacity and skill of the Contractor to perform contract or provide services required. • The character, integrity, reputation,judgment, experience and efficiency of the Contractor. • Whether the Contractor can perform the contract within the specifications. • The quality of performance of previous public and private contracts or services,including,but not limited to, the Contractor's failure to perform satisfactorily or complete any contract. The City's termination for default of a previous contract with a Contractor shall be deemed to be such a failure. • The previous and existing compliance by the Contractor with laws relating to the contract or services. • Evidence of collusion with any other Contractor, in which case colluding Contractor will be restricted from submitting further bids or bids on the subject project or future tenders. • The Contractor is not qualified for the work or to the full extent of specifications. • There is uncompleted work with the City or others,or an outstanding dispute on a previous or current contract that might hinder, negatively affect or prevent the prompt completion of the work proposed. • The Contractor failed to settle bills for labor or materials on past or current public or private contracts. • The Contractor has been convicted of a crime arising from a previous public or private contract,excepting convictions � that have been pardoned,expunged,or annulled. • The Contractor has been convicted of a crime of moral turpitude or any felony,excepting convictions that have �1 been pardoned, expunged or annulled, whether in this state, in any other state, by the United States, or in a foreign country, province or municipality. Contractor's shall affirmatively disclose to the City all such �1 1 Revised;01/05/2015 convictions,especially of management personnel or the Contractor as an entity, prior to notice of award or execution of a contract, whichever comes first. Failure to make such affirmative disclosure shall be grounds, in the City's sole option and discretion, for termination for default subsequent to award or execution of the contract. • More likely than not,the Contractor will be unable,financially or otherwise,to perform the work. • At the time of bid opening,the Contractor is not authorized to do business in Nebraska,or otherwise lacks a necessary license,registration or permit. • Other information as may be secured having a bearing on the decision to award the contract. QUESTIONS Inquiries concerning this bid and specifications should be directed to Tracy Stratman,Recreation Manager: Tracy Stratman, Recreation Manager City of Omaha Parks, Recreation and Public Property Dept. Phone: (402)449-5933 Email: Tracy.Stratmari citvofomaha.orq QUALIFICATIONS,SPECIFICATIONS AND REQUIREMENTS • Contractor must be a full-service Security Service Provider, capable of providing required security services. Contractor must be able to manage the City of Omaha's Parks,Recreation and Public Property security requirements described herein and must conform to the highest possible industry standards,, • Contractor must have performed Security Services work for a minimum of five years. • Contractor must be able to provide vehicular security patrol services to patrol City facilities. • PRPP will generally require Contractor to provide Sworn "Armed" Law Enforcement Officers for Security Services, unless otherwise noted in the RFP or as determined by PRPP management during the term(s) of the Agreement. Note: Sworn officers cannot be current City of Omaha Police Officers; however, retired Omaha Police Officers may be used for this category. • Security Services must be able to provide: (a) Sworn "Armed"Law Enforcement Officers,(except for City of Omaha Police Officers); (b) Non-Sworn "Armed" Civilian Based Officers; and (c) Non-Sworn "Unarmed' Civilian- based security personnel (as approved by the City of Omaha on a case by case basis). Determination of the category of personnel needed shall be determined by PRPP. • Vehicular Patrol Services may, at City's request, be roving to several locations in a shift or be dedicated to one location per shift,as needed. • Security Service shall provide radios for their officers to communicate with other officers and PRPP personnel. It is anticipated that one Sworn "Armed" Law Enforcement Officer will be present at each requested location during all operating hours while the days and times will vary day to day and month to month at the community centers. See Exhibit B for a list of all pools and community centers, their locations, specific hours of operation and hours during which Security Services may be requested. lk City may cancel Security Services at facilities during inclement weather or other situations whether or not the service hours for the day have commenced and shall not be responsible for payment for such hours during which services are not provided. 1110 Vehicular Security Patrol for facilities is generally needed in four hour shifts anytime between the hours of 11:00 am — $ 7:00 pm Monday—Friday and 10:00 am—2:00 pm on Saturday.A monthly schedule detailing times and locations will 2 Revised:01/05/2015 be supplied prior to the start of the month. Contractor must supply all vehicles,equipment and supplies, including fuel. Additional Vehicular Security Patrols may be required. Contractor must supply the required personnel at the locations, dates and hours specified by PRPP. If an assigned officer does not appear as scheduled, Contract ar must supply a replacement within one hour of the scheduled starting time. Contractor may be required to pay the City a penalty amount of$50.00 per non-supplied required officer for each hour at each location that Security Services are not supplied. Contractor shall be required to supply a detailed report with each invoice submitted to PRPP reporting the dates, times and names of security personnel for each location staffed. FACILITIES&SCHEDULES All facilities,addresses,schedules and category of security personnel are listed in Exhibit B. • City's primary outdoor pools are generally open from noon or 1:00 pm to 8:00 pm Monday—Thursday and 1:00 pm to 5:00 pm Friday,from noon or 1:00 pm to 7:00 pm Saturday and Sunday for public swimming fr Juneam early through mid-August.Actual dates vary annually. • City's secondary pools are generally open from noon or 1:00 pm to 5:00 pm Monday swimming --Sunday for public from mid-June through early August.Actual dates vary annually. • City's Community Center hours of operation vary from location to location but are open year round generally from 9:00 am to 9:00 pm Monday—Friday and 9:00 am—5:00 pm Saturday and Sunday. SECURITY STAFF REQUIREMENTS Security Services Provider personnel must eualified and capable to: • Deal with the crucial security Issues • Maintain crowd control in and around the pool area and or a community center,paying close attention to front desk area,fence line,pool deck,locker rooms,gymnasium etc.at all times during assigned shift Monitor and police swimmers during public swim sessions • Resolve problems with the public • Maintain courtesy to all patrons • Routinely check facility, inside and outside for vandalism,etc. • Assist in the execution of the Facilities Emergency Action Plan • Assist staff in the enforcement of pool and or center rules and regulations • Work competently with onsite Supervisor and Pool Coordinator • Call for back up, as needed and have such backup available • Present a professional image, should not play with patrons, wade in pool, sun bathe, play cards, read paper, watch TV,talk on phone,text,etc. • Communicate effectively • Understand oral and written instructions • See and hear • Move about the facility 90%to 100%of the time • Establish and maintain rapport with the public and co-workers • Take direction from onsite staff at recreation facilities and pools • Enforce facility rules with tact and professionalism 4/ • Recognize problems and remedy them ,� • Provide First Aid if necessary 16 • Stand or walk for an entire eight-hour shift, or longer • Climb stairs, ramps or ladders regularly during a shift • Run or walk briskly as needed • Lift or carry up to 40 pounds 3 Revised:01/05/2015 Work in varying environmental conditions • Perform other assigned duties • Security Services Provider Personnel must: • Be at least 19 years of age • Be a legal resident • Have a high school diploma • Be a disciplined individual • Be of good moral character • Be proficient in reading, writing and speaking the English language • Have excellent interpersonal skills • Have flexibility to work diverse shifts, evenings, weekends, early mornings and holidays • Have state-of-the-art equipment,hardware and communications devices,including but not limited to, laptop computers,wireless data and voice communications,GPS,means to monitor,roving vehicles,etc. • The ability to speak Spanish is desirable, but not required. BACKGROUND CHECKS Contractor must conduct background checks, including a comprehensive criminal history check and drug screening tests from a reputable company and provide the documentation of results for each employee to PRPP representative prior to working at any facility. City shall have the right to approve the company providing background checks to the Contractor and require a different provider if company and/or background checks are not acceptable to PRPP. Contractor may use the company currently providing background checks for the City, provided the background checks are paid for by the Contractor. All background checks shall be paid by Contractor. DRUG POLICY Contractor certifies that it maintains a drug free work place environment to ensure worker safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace policy at any time upon request by City. ACCOUNT MANAGER Contractor agrees to assign an experienced Account Manager who shall be responsible for assuring that all requirements described herein are fulfilled. This person must be a proven manager, who will be able to interact effectively with PRPP management and front-line personnel. The account manager or their designee must be accessible to PRPP personnel by phone at all hours Security Services are required. Contractor shall supply current contact information (phone number and manager) to PRPP on an on-going basis. SUPERVISION Supervision of assigned personnel shall be provided on a daily basis. The Contractor's Supervisor(s) must perform periodic Field Audits on all personnel to insure quality of performance. City shall have the right to reject any person provided by Contractor to perform Security Services which it deems unsuitable, in its sole discretion, to perform the Security Services. UNIFORMS _ Security personnel must wear a uniform which identifies them as employees of Contractor. Such uniforms for `- personnel assigned to swimming pools may include shorts, provided that same are approximately knee length. 110 Revised:01/05/2015 RECORDS Contractor agrees to prepare, keep and maintain records, in a method, location and for a time period satisfactory to the Finance Department of the City of Omaha, necessary to determine that Contractor was in compliance. City shall have the right to audit and examine such records during usual business hours upon reasonable advance notice to Contractor. INCIDENT REPORTS Contractor shall prepare written reports of any security incidents in which Contractor's security personnel are involved and provide to PRPP staff within twenty-four(24) hours of such incident. • FAILURE TO PERFORM CLAUSE Failure to perform duties in a satisfactory manner will be promptly reported to the Contractor by phone or in person and followed up in writing or by email. The failures to perform may result in the following: • If Security Service is scheduled at a facility and the Contractor's employee fails to show up at the scheduled date and time, the City will not be obligated to pay the Contractor for those scheduled services, even if the Contractor's employee shows up late or is subsequently replaced by the Contractor with another employee. • In addition to the deduction imposed above, if more than two (2) such failures of Contractor's employees not showing up at scheduled dates and times at any one or combination of facilities in a thirty (30) day period, the City shall impose a 25% deduction from the total invoice payment due to the Contractor for that period. Any disagreement over whether services were performed or whether they were performed in a satisfactory manner will be settled by the Contractor's designated representative and PRPP Recreation Manager, or their designated representative. PERFORMANCE BOND Contractor shall furnish, execute and deliver a cash deposit, certificate of deposit, United States government bond (negotiable) or performance, payment and maintenance bond, subject to approval as to form by the City Attorney, to the City of Omaha, with a surety company authorized to do business in the State of Nebraska as a surety, a 100% Percent Performance Bond conditioned upon the faithful performance of all conditions and covenants contained in this. Such security instrument shall be provided within 30 days of being notified that Contractor is the recommended Contractor and shall remain in effect throughout the Service Period and any renewals. REQUIRED INSURANCE COVERAGES • Professional Liability Insurance: Contractor must procure and maintain in effect during the term of this Agreement, with companies licensed to do business in the State of Nebraska, public liability insurance with at minimum, policy limits of$1,000,000/$5,000,000 for bodily injury or death and property damage. Said policy shall expressly include the City as an additional named insured. A certified copy of the policy or a certificate evidencing the existence thereof shall be delivered to the City Parks, Recreation and Public Property Director prior to any use of the Facilities. Each such copy shall contain a valid provision or endorsement that the policy may not be cancelled, terminated or materially changed or modified without giving thirty (30) days written advance notice thereof to the City. Each such policy shall contain an additional endorsement providing that the insured's carrier shall not, without obtaining express advance permission from the City, raise any defense involving in any way the immunity of the City, officers, agents or employees, the governmental nature of the City, or the provisions of any statutes respecting suits against the City. • Workers' Compensation Insurance: Contractor shall furnish to the City satisfactory evidence that it carries Workers' joy) Compensation Insurance in accordance with the laws of the State of Nebraska. • Automobile Liability: Contractor shall maintain auto liability insurance coverage with, at minimum, policy limits of $500,000. 5 Revised:01/05/2015 INDEMNIFICATION Contractor covenants and agrees to indemnify and hold harmless the City, its officers, agents and employees, their successors and assigns, individually or collectively from and against all liability for any fines, claims, suits, demands, actions or causes of action of any kind and nature asserted by Contractor or by anyone else, for personal injury or death, or property damage in any way arising out of or resulting from any activity or operation of Contractor at, in or on the Facilities, in connection with its use of the Facilities or in fulfilling its duties, responsibilities and obligations pursuant to the Agreement and Contractor further agrees to pay all expenses in defending against any claims made against the City; provided, however, that Contractor shall not be liable for any injury, damage or loss occasioned by the sole negligence or willful misconduct of the City, its agents or employees. Contractor and the City shall give prompt and timely notice of any claim made or suit instituted which, in any way, directly or indirectly, contingently or otherwise, affects or might affect either party. TERMINATION PROVISIONS In addition to all other legal remedies available to the City, the City may cancel the Agreement should any one or more of the following events occur: • If Contractor shall file a petition of bankruptcy; or if proceedings in bankruptcy shall be instituted against it and it is thereafter adjudicated a bankrupt pursuant to proceedings; or if a court shall take jurisdiction of Contractor and its assets pursuant to proceedings brought under the provisions of any federal reorganization act; or if a receiver for Contractor's assets is appointed; or if Contractor shall be divested of its rights, powers and privileges to provide the sport identified herein by other operation of law. • If Contractor shall fail to perform, keep and observe any of the terms,provisions,covenants and conditions contained herein to be performed,kept and observed by it. • If Contractor shall fail to abide by any and all applicable laws,ordinances,rules and regulations of the United States,State of Nebraska,Douglas County,or the City. • If Contractor fails to obtain any required insurance, performance bond or indemnity required herein or permit any such insurance,performance bond or indemnity to lapse of become void. • If Contractor fails to provide required Security Services within the time frame agreed upon,or if their personnel fail to follow scheduled shifts. • If Contractor fails to correct deficiencies in Security Services or failure of Contractor to provide adequate administrative and/or supervisory functions. • If Contractor fails to provide an adequate number of required personnel on more than three(3)occasions during the term of the Agreement. • If Contractor fails to provide scheduled personnel at scheduled date and time on more than three (3) occasions. • If Contractor fails to remove particular personnel from any facility at PRPP's request. • If Contractor fails to maintain licenses, certifications, qualifications and permits as required by law. • If Contractor fails to perform or fulfill any other obligation contained in the contract award. Failure of City to terminate the contract for any of the reasons stated above, or to insist upon strict performance of any of the , terms of the contract,shall not constitute a waiver of any part of the contract.The contract shall be and remain in full force and /� effect until City calls a formal default and demands remedy. �4:�t� SIP" 6 Revised:01/05/2015 EXHIBIT A COST OF SERVICES Contractor must identify the hourly fee it will charge the City of Omaha for the Security Services for all four options listed below: OPTION 1 - SWORN "ARMED" LAW ENFORCEMENT OFFICER Note:Cannot be current City of Omaha Police Officers • Fee to City:$ 25.00 _ _ per officer,per hour OPTION 2-NON-SWORN"ARMED"CIVILIAN BASED OFFICER • Fee to City:$ 18,511 . _per officer,per hour • OPTION 3-NON-SWORN"UNARMED"CIVILIAN-BASED OFFICER • Fee to City:$ 14.00 per officer,per hour OPTION 4-SECURITY VEHICLE PATROL Note:Cannot be current City of Omaha Police Officers Sworn "Armed" Law Enforcement Officer,Non-Sworn"Armed"Civilian Based or Non-Sworn"Unarmed"Civilian Based Officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities to create a visual deterrent. • Fee to City:$ 75.00 per Sworn "Armed" Law Enforcement officer/Marked Vehicle per hour • Fee to City: $ 18.50 per Non-Sworn "Armed" Civilian Based Security Officer/Marked Vehicle per hour • Fee to City:$ 14.00 per Non-Sworn "Unarmed"Civilian Based Security Officer/Marked Vehicle per hour 41 7 Revised:01/05/2015 EXHIBIT B FACILITIES&SCHEDULES Facilities and information are Subject to change during term of contract PRIMARY SWIMMING POOLS: City's primary outdoor pools are generally open from noon or 1:00 pm to 8:00 pm Monday—Thursday, 1:00 pm to 5:00 pm Friday and from noon or 1:00 pm to 7:00 pm Saturday and Sunday for public swimming from early June through mid-August. *Sworn "Armed" Law Enforcement Officers required from open to close these pools. Additional pools/facilities may be added by PRPP to require Sworn "Armed" Officers or Non-Sworn "Armed" Civilian Based Officers. Note: Sworn "Armed" Law Enforcement Officers carLnot be current City of Omaha Police Officers. Deer Ridge Pool—585 S. 126th Sworn"Armed"Law Enforcement Officers will be Elkhorn Pool—3200 N.207th St. required from open to close the following pools: Elmwood Pool—606 S. Happy HollowBlvd Oak Heights Pool—10205"U"St. *Gallagher Pool—2936 N.52 St, Roanoke Pool—4747 N. 113th St *Hitchcock Pool—5025 S.45th St. Zorinsky Pool—3708 S. 156th St. *Miller Park Pool—2725 Redick Ave SECONDARY SWIMMING POOLS: City's secondary pools are generally open from noon or 1:00 pm to 5:00 pm Monday— Sunday for public swimming from mid-June through early August. *Sworn "Armed" Law Enforcement Officers required from open to close these pools. Additional pools/facilities may be added by PRPP to require Sworn "Armed" Law Enforcement Officers* or Non-Sworn "Armed" Civilian Based Officers. Note: Sworn "Armed" Officers cannot be current City of Omaha Police Officers. Camelot Pool—9270 Cady Ave Sworn "Armed" Law Enforcement Officers will be Cryer Pool—11783 Cryer Ave required from open to dose the following pools: Hanscom Pool—3110 Ed Creighton Ave *Spring Lake Pool—4020 Hoctor Blvd Karen Pool—6288"H"St. Lee Valley Pool—10605 Charles St. COMMUNITY CENTERS: Community Center hours of operation vary from location to location but are open year round generally from 9:00 are to 9:00 pm Monday — Friday and 9:00 am — 5:00 pm Saturday and Sunday. Times security personnel will be needed are generally in two (2) hour or four (4) hour blocks. PRPP will provide schedules. Adams Community Center—3230 John A. Creighton Blvd Florence Community Center— 2920 Bondesson St A.V. Sorensen Community Center—4808 Cass St Mockingbird Hills Community Center— 10242 Mockingbird Dr Benson Community Center—6008 Maple St Montclair Community Center—2304 South 135 Ave Camelot Community Center—9270 Cady Avenue Pipal Park Community Center— 7770 Hascall Street Columbus Park Community Center— 1515 South 24 St Saddlebrook Community Center—14850 Laurel Ave Common Ground Community Center— 1701 Veterans Dr Sherman Community Center—5701 North 16 St OTHER FACILITIES: Hummel Park—3033 Hummel Park Road Harry A. Koch Trap & Skeet Range— 6802 Harrison Street Center hours will vary according to'programs. Range hours will vary according to season and events. \' Other Facilities as needed... �. 8 Revised:01/05/2015 Contractor must list at least three references and submit with bid. References should include name, address, contact person's name and telephone number of client for whom security services were provided as well as the time period services were provided and the nature of the client's business. City shall have the right to contact additional references. 1 Name CITY OF I]NCOI N PURI IC I IRRARIFS Address 136 S 14TH ST,LINCOLN.NE 68508 Contact Name JULIE HECTOR-ASSISTANT DIRECTOR Telephone Number 402-441-RSnn Email jhectora Iincolnlibrarles.org Type of Business PUBLIC LIBRARIES Time Period 2008 TO PRESENT(NOW ON OUR 2ND 4-YEAR CONTRACT TERM) 2 Name EL CHARRO Address 221 S 9TH ST,LINCOLN, NE 68508 Contact Name ALFX LOPF7-Fi ORF7 Telephone Number 402-617-5778 Email NONE Type of Business RESTAURANT AND BAR )nlln TO PRESFNT 3 Name EMBASSY SUITES HOTEL Address 1040 P ST,I.TNCOLN,NE 68508 Contact Name )ASON JOHNSON-ASSISTANT MANAGER Telephone Number 402-474-1111 , l Ori ,rIir� Email lacon.jnhnsnnaaljgh.rom Type of Business HOTEL Time Period 2014-PRESENT- 9 Revised:01/05/2015 4 Name PEPPERJAX GRILL Address 1221 HOWARD ST,OMAHA,NE 68102 Contact Name MARK BURROS-VICE PRESIDENT OF OPERATIONS Telephone Number 402-905-2702 Email mburrus@pepperiax.com Type of Business RESTAURANT Time Period FEBRUARY 2014 TO PRESENT 5 Name KAPLAN UNIVERSITY Address 1821 K ST,LINCOLN,NE 68508 Contact Name RICHARD RODRIGUEZ-FACILITIES DIRECTOR Telephone Number 402-309-3355 Email rirodrigue7 aekaplan edu Type of Business UNIVERSITY JANUARY 2013 TO PRESENT fi Name B&R STORES.INC. Address 4554 w ST LTNCOI N, JF ra5o'i Contact Name f ARt T)AVTS-I fSS PRFVFNTTON DIRE OR Telephone Number 402-464-7812 Email cartdavis@hrstores.com 01111 Type of Business GROCERY STORE CHAIN 111111111 Time Period OCTOBB[t 2011 TO PRESENT Revised:01/05/2015 ADENDUM TO DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Security Services(Recreation Facilities) As noted in item number 6, titled "Important", because your form stipulates"When submitting bid on items listed, bidder may on a separate sheet, make suggestions covering reduction in costs whenever this Is possible through redesign..." We are making the following recommendations: 1. On your "request for bid" under Qualifications, Specifications, and Requirements, in the 4th "bullet point", it says in part, "Sworn officers cannot be current City of Omaha Police Officers; however, retired Omaha Police Officers may be used for this category." In effect, allowing non-sworn civilian based officers to be armed. — 2. Furthermore, in the same "bullet point", it says in part: "PRPP will generally reauirg Contractor to provide "Armed" Law Enforcement Officers for Security Services, unless otherwise noted or as determined by PRPP management..." • 3. Furthermore, in the 5th "bullet point", it says in part"Determination of the category of personnel needed shall be determined by PRPP." 4. Because Lincoln Guards can provide non-sworn armed officers who are PPCT Defensive Tactics Certified,the same certification possessed by law enforcement officers nationwide. Because this same training provides a block of training specific to weapons retention, because Lincoln Guards equips it's non-sworn armed officers with triple-threat holsters, and requires our officers shoot a qualification course per NLETC (Nebraska Law Enforcement Training Center) course requirements it is our experience that under the terms of this bid, and the likely threats our non-sworn armed officers would be exposed to at your locations, it would be prudent, effective, and cost saving to use our non-sworn armed officers in place of where you typically use sworn armed officers. 5. Lincoln Guards hires and provides for its officers to take the training required, and be issued a permit to carry a concealed firearm, thus complying with Omaha's requirements for armed Security Guards. / ram 10 JTL DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Security Services (Recreation Facilities) RETURN BIDS TO: Published: January 21,2015 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,Nebraska 88183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,February 04,2015 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct Omaha-Douglas Civic Center,Omaha,NE 68183-0011 Exemption certificates will be furnished. Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Security Services(Recreation Facilities) 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 oral 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 meting 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.doudascounNourdrasina.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the itemjs)Ileted below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is interested in establishing a contract for security services at various recreation facilities. Work will be performed in accordance with the attached nine(9) pages of specifications. Questions regarding this bid should be directed to: Tracy Stratman at(402)444-5933 REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state,payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. 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 RINT LEGIBLY OR TYPE) Payment Terms` )O% /5 4ys Firm, t.( R `b6413 Incorpo d In: r; Delivery completion) Name:,��/� f � 'Signature: •7 77 calendar days following Title, V. // Phone:Y • Xjs,/� Fax award PJ'Ql�t! 5 }�p � • '�•�� Address: 2 3,30 Street/P.O.Box Ci Igri'I J/ Slate AfS Email Address:Address:/Ju b?.��,1-- ,u►�rY np , L2,14 DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Security Services (Recreation Facilities) NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION OPTION 1: SWORN"ARMED" LAW ENFORCEMENT OFFICER (LEO) (Cannot be City of Omaha off-duty police officers) �� Per security officer per hour: $362 ue OPTION 2: NON-SWORN "ARMED" CIVILIAN-BASED OFFICER(CBO) tt Per security officer per hour: $ OPTION 3: NON-SWORN "UNARMED" CIVILIAN-BASED OFFICER(CBO) / Per security officer per hour: $ ! � �r' OPTION 4: SECURITY VEHICLE PATROL Sworn "Armed" Law Enforcement Officer(LEO) or Non-Sworn "Armed"Civilian-Based Officer(CBO), or Non-Sworn "Unarmed" Civilian-Based Officer(CBO). Description: Dedicated officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities as a visual deterrent. 00 (�k Per LEO Security Officer"Armed"/marked vehicle per hour: ${J`• �o f�! Per CBO Security Officer"Armed"/marked vehicle per hour: $ QL� �'1lauQ Per CBO Security Officer"Unarmed"/marked vehicle per hour: $d10. SIGN ALL COPIES Firm 1 1';4 ,""' By Title-if, y CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Security Services (Recreation Facilities) NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat, §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire, tenure, terms, conditions, or privileges of employment because of the race, color, religion, sex,disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a,known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm kY 5 C By . Title r CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 �0FUMAHA0,v„ r ...* &lat., 1. Regulation: r0o�--PD � 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): I� Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully i authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. I\ I Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). 1IContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). 1171 Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health I l I Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. tElContractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. Si1)&11 Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 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. • EXHIBIT A COST OF SERVICES Contractor must identify the hourly fee it will charge the City of Omaha for the Security Services for all four options listed below: OPTION 1-SWORN"ARMED"LAW ENFORCEMENT OFFICER Note: Cannot be current City of Omaha Police Officers • Fee to City:$3A •�" per officer,per hour OPTION 2-NON-SWORN"ARMED"CIVILIAN BASED OFFICER • Fee to City:$027 per officer,per hour OPTION 3-NON-SWORN"UNARMED"CIVILIAN-BASED OFFICER d• • Fee to City:$ �g' per officer,per hour OPTION 4-SECURITY VEHICLE PATROL Note: Cannot be current City of Omaha Police Officers Sworn"Armed"Law Enforcement Officer,Non-Sworn "Armed'Civilian Based or Non-Sworn"Unarmed"Civilian Based Officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities to create a visual deterrent. • Fee to City:$43 ' ' per Sworn"Armed" Law Enforcement officer/Marked Vehicle per hour J • Fee to City:$�-9• "'Non-Sworn"Armed"Civilian Based Security Officer/Marked Vehicle per hour • Fee to City:$ ' per Non-Sworn"Unarmed"Civilian Based Security Officer/Marked Vehicle per hour • 7 Revised:01/05/2015 EXHIBIT C REFERENCES Contractor must list at least three references and submit with bid. References should include name, address, contact person's name and telephone number of client for whom security services were provided as well as the time period services were provided and the nature of the client's business. City shall have the right to contact additional references. 1. Name Croat Wgcteru Bank • Address 14545 W. Center Rd. Contact Name Corinne Saford Telephone Number 402-952-6082 Email Cnr{nne_a_affordtaGreatwesternbank.com Type of Business Bank qua rr3 c Time Period 5 years 2. Name Douglas County Address 1819 Farnam Pnnm RQ7 Contact Name Lisa Anderson Telephone Number 402-444-7156 Email laandersen@doug..scounty-ne.gov Type of Business Courier and armored /mar Time Period 5 years 3. Name City of Omaha Parks and_ Rec_ ; Address 1523 So. 24th St. Contact Name Josh Frey Telephone Number 402-444-5962 Email . ifrey@ci.omaha_._ne.us Type of Business Civic Aut. wards Time Period 3 months 9 Revised:01/05/2015 TE A►o Ion CERTIFICATE OF LIABILITY INSURANCE 12/4/2014 YYn THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(es)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME The Harry A.Koch Co. RI am1:402-861-7067 FAX .Nor402-1381-7267 P.O. Box 45279 Omaha NE 68145-0279 ANDRESE: INSURERS)AFFORDING COVERAGE NAIL I INSURERA:OBE Insurance Corp 9217 INSURED INSURER 0:Philadelphia Insurance Co _23850 Armored Knights, Inc.; On Line ATM Services, INSURER c: Inc.;and Colorado Armored, LLC INSURER A: 2330 Paul St Omaha NE68102 INSURER a: INSURER P: , COVERAGES CERTIFICATE NUMBER:2013472383 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL EMIR POLICY EPP POLICY EXP - NOR TYPE OP INSURANCE INSR wvo POLICY NINIEIER NAINDOIYYYYI IMINIQDIYYYTI LINTS B GENERAL LIABILJTY PHPK1209265 7262014 7r262015 EACH OCCURRENCE S1,000,000 X COMMERCIAL GENERAL LIABILITY �(F..aa occurrence) $100,000 CLA BAS-MADE Ti OCCUR MED EXP(Any one parson) $5,000 .X 2,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE S5,000,002 GEM AGGREGATE�'"'"� LIMIT APPUES PER: PRODUCTS-COMP/OP AGO $5,000,000 1 POUCY f l F2g- I f LOC $ B AUTOMOBILE LIABILITY PHPK1209265 7262014 7/26/2015liOarriBINEDtrNOLE UNIT s1,000,000 ANY AUTO BODILY INJURY(Per person) $ — ALL OWNED X SCHEDULED BODILY INJURY(Per uocIdenq $ $ X �TOS ED AUTOS X� b O�DMAAOE $ B UMBRELLA LIAB OCCUR PHUB468536 726/2014 7f262015 EACH OCCURRENCE 51,000,000 X EXCESsLIAR CLAIMS-MADE AGGREGATE S1,0110.000 DED X f10000 : \A wo man n COMPENSATION EQ60200944 7/26/2014 726/2015 X II WG STATU- oTH- AYAND EMPLOYERS'L IASI ITY TORY LIMITS ER ANY PRCPREMBERiP /EXECUTIVE NIA E.L.EACH ACCIDENT S1.000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE4S1,000,000 Ryas,describe wrier DESCRIPTION OF OPERATIONS bglew E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Eehedrle,I more space Is required) I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Sample ACCORDANCE WITH THE POUCY PROVISIONS. AUTHORIZED REPRESENTATIVE a°*".7.% Go 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD I U ~ Yoe - � to a 04 44 r t . . [a 6T4 CIas O < r limo 1r f ' •ice., EE S + a �'.: rj as. g Op t � , a� 0 *Of 111111111 11111114 *4 0 . 1 \ 1 - esi ,..,+, ' ''''''-,, 1101- '. :.,, ,,,it,4,:: r t 414 1 ' ' -I i, 0 4 'V Q W 4 r pc �1. Cb) O its / ig• r r. e y+ c- / i i{10 III lEimmil.141 cA Lk.) '..; l, i I r 2 4Z r' 'e... t j'.�r� W V bPM 1 1 R 4 !! S a r v41 !CI: / - `7 Ill!'• co) V '� .. *" C...) 4 u) , /- -‘,.., /- I . ( i ) � o INZII W ,-- sq wi Li IIIIIII I:4 I Li I t c i.0 ., '"''..' X W ,...) ILI W a 0 Q r Z N O _\ Q N Ce \ IT o a a Cli CI Z . O o �rx W - �� �� Oil s o � ctLo W C4 V o o o � EN* V) � � g 6T4 *4 Pm / , i .01:','- "� / t ; as .,..i.'4, . " ,4 .3 in },� ! ,','‘..k'-ci,14).'' f s <<csi + { ? a 0 ~% r4 i t t 45 tit P • t! , $ T i z,. AI .i .LV _� T 4 41 i ' mi ', .i. !,..:' ) '‘11:5: ' r10 1 *1 • ' • ''' C"' ''' ' 't'• '',4, ', I ' ) LCI5 S i i0 i:Q vl 41 . \lit ' • 'J IF 1.V "j� U 174 I. 10 II. r )i. !' 111 EIM:dioN L 1111..4 0 0 \ 1 '.. t - 14 ,...t.i '‘,.4.11 ., % , . a. ,,,,.s,-.,.\1 , c) '4 .4( C.).- . A V1 WO 0 !`I r:4 Ell* W 5 G ti ! I LU co Cur 0) a — O Z N 0 \ H N g a. O ' a< JTL DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Security Services (Recreation Facilities) RETURN BIDS TO: Published: January 21,2015 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF LC-1 Omaha-Douglas Civic Center S1,000.00 Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,February 04,2015 IMPORTANT I. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. Omaha-Douglas Civic Center,Omaha,NE 68183.0011 Exemption certificates will be furnished. Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Security Services(Recreation Facilities) 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 horn 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.dougtacountvourchasina.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the iEem(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is interested in establishing a contract for security services at various recreation facilities. Work will be performed in accordance with the attached nine (9)pages of specifications. Questions regarding this bid should be directed to: Tracy Stratman at(402)444-5933 REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state,payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. 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`._% (1k4 IA- Firm: L1ran5 Ga4e, SP.Curi 4.14 _Sra,1as !v►- s1 ic.Incorporated In: ZV ID Delivery(or completion) *J +30 Name: T. O S h }.�, 'i-\- d c-.S .3 Signature: calendar days following Title:�.`3 .:if, A. Phone:L.#02-2pg-0030 Fax: — '` award Address:5-4Oq �,9 i v%Su,k, A ()ve a tgck �1 e- (o g t 314' Street/P.O.Box City State Zip Email Address: ,sec, �y ga l .l 10„ , ti iOYL3 Oi cC. 8PVL U t • CA►'>'t DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Security Services (Recreation Facilities) NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States,or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire, tenure,terms, conditions, or privileges of employment because of the race, color, religion,sex,disability,or national origin of the employee or applicant. New Employee Work Eligibility Status (Neb. Rev. Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996,8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. SIGN ALL COPIES Firm L i o Yalu'4Iov S :'tC. By a , Title '� , J�de � l; CONTINUATION SH= Responsible Contractor Compliance Form RC-1 �Wirr „rn i°A ` o a 1. Regulation: 44TFn reuR`'* 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 authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. x.-` Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev. Stat.Section 48-2901 et seq.). 71 Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). kContractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. yContractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-I. Sig J re — (1,....) Date B si ing,I verify on behalf of the Contractor that the information above is true and correct. Filing false in ation 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. DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Security Services (Recreation Facilities) NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION OPTION 1: SWORN "ARMED" LAW ENFORCEMENT OFFICER (LEO) (Cannot be City of Omaha off-duty police officers) Per security officer per hour: $ 3.OO OPTION 2: NON-SWORN "ARMED" CIVILIAN-BASED OFFICER (CBO) Per security officer per hour: $ 5a: V C OPTION 3: NON-SWORN "UNARMED" CIVILIAN-BASED OFFICER (CBO) Per security officer per hour: $ c; O' c)° OPTION 4: SECURITY VEHICLE PATROL Sworn "Armed" Law Enforcement Officer(LEO)or Non-Sworn "Armed" Civilian-Based Officer(CBO), or Non-Sworn "Unarmed" Civilian-Based Officer(CBO). Description: Dedicated officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities as a visual deterrent. Per LEO Security Officer"Armed"/marked vehicle per hour: $ 7, 0 0 Per CBO Security Officer"Armed"/marked vehicle per hour: $ 3D• 0 0 Per CBO Security Officer"Unarmed"/marked vehicle per hour: $ aa. bc� SIGN ALL COPIES Firm ) _.;p,, , C.,,-Le ,, Sa 1430;0"6 By Title 4VZ, cK� 4 CONTINUATION SHE EXHIBIT A COST OF SERVICES Contractor must identify the hourly fee it will charge the City of Omaha for the Security Services for all four options listed below: OPTION 1-SWORN"ARMED"LAW ENFORCEMENT OFFICER Note: Cannot be current City of Omaha Police Officers • Fee to City:$ 35.(...)Per officer,per hour OPTION 2-NON-SWORN"ARMED"CIVILIAN BASED OFFICER • Fee to City:$ 30, Oger officer,per hour OPTION 3-NON-SWORN"UNARMED"CIVILIAN-BASED OFFICER • Fee to City:$ .per officer,per hour OPTION 4-SECURITY VEHICLE PATROL Note: Cannot be current City of Omaha Police Officers Sworn"Armed"Law Enforcement Officer, Non-Sworn"Armed"Civilian Based or Non-Sworn Unarmed' Civilian Based Officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities to create a visual deterrent. �,^� • Fee to City:$ 3' ter Sworn"Armed"Law Enforcement officer/Marked Vehicle per hour • Fee to City:$ $0.Oger Non-Sworn"Armed"Civilian Based Security Officer/Marked Vehicle per hour • Fee to City:$ as•D0per Non-Sworn"Unarmed"Civilian Based Security Officer/Marked Vehicle per hour • Revised:01/05/2015 EXHIBIT C REFERENCES Contractor must list at least three references and submit with bid. References should include name, address, contact person's name and telephone number of client for whom security services were provided as well as the time period services were provided and the nature of the client's business. City shall have the right to contact additional references. 1. Name rAra 1 1Q RCC Crfl i''►° 4 rS Address 12..0p bpt.zlGgz.._ fee* ( -yi *kat )4. Contact Name 04rl Si('< Telephone Number 1402- (04I ' 5?LIN - - Email ...)ogvi vnc.Se, O .oC'S -- Type of Business .vOc.-r\'uY `1 4 Time Period Zo l i + SSG 2. Name ©yyiikt'iq +fa( Z.S Address 2 1 6 1 .S4 wkitILVIck Contact Name Da k-e-' Telephone Number 1402- L1 V-f y g2'r Email C(jea le_0 0 ma het 1/bee, rb ••0 f`e Type of Business C l-tn srC OYn-C k� Time Period 20 13_— ?ems-c.ii4- 3. Name ()r'ri 1 A 140 Address -f'-f D AS6r3 dry Y t Contact Name c: e 4 - t-kbruzS Telephone Number Li 2 9-3+v L Email 51191.f.lu s e n QS Type of Business 41314 Se-ha Time Period Z-er)i D T 9 Revised:01/05/2015 EXHIBIT C • REFERENCES Contractor must list at least three references and submit with bid. References should include name, address, contact person's name and telephone number of client for whom security services were provided as well as the time period services were provided and the nature of the client's business. City shall have the right to contact additional references. 1. Name l -a**�p AddressL3-sA-- 51 f P4 P 7i l\l nh 1 aUP- & 0 I"t Go Contact Name C�'(e5 Telephone Number Lt())`" nn ! �.C..0 Email (�1-5(jn )nPnyrOupoco Type of Business I5 tO(.S5 4- w('i-nA- orb Time Period O" r)CA3 - c_Lw iT 2. Name ` nij5 " Oci cM5 Pace cf Address 9 I"1 -1c6 t w.' NE 1,11 M Contact Name Gvahei. enior-) Telephone Number 4O).— 551-O 3Co Co Pio. ll - Email bry5ebrrICAVYX h`il1[ sne)% Type of Business 1. (t nh(tt Clive Time Period 07- 1 1C21Lt `- C UC«n 3. Name eTAI\t))p Address k6Ol boAk u p O(i11`P QCnat &JE (oar()) Contact Name Ed m i L k r Telephone Number 46(1 — 51 0—4(7 F Ema€lPC _..r11\Q`( Type of Business tJPrfrilnYV�P �� 6?� OhSU12e� Time Period (Nrve CDT'cell-4 9 Revised;01/05/2015 Y E> airi V; < ,r k<, .� PER SECURITY rdF c<si,a MAR SERVICES January 29,2015 City Clerk 1819 Farnam Street LC-1 Omaha-Douglas Civic Center Omaha,Nebraska 68183-0011 RE: BID ON: City of Omaha Security Services(Recreation Facilities) Thank you for the opportunity to present you with a proposal for your security needs for The City of Omaha Security Services (Recreation Facilities). I would like to take the opportunity to introduce you to Per Mar Security Services. Per Mar Security is an Iowa based company that has grown to become one of the largest and most respected full security companies in the United States with multiple branch offices located in the Upper Midwest. We have been in business since 1953. We are presently ranked #16 in the U.S. among hundreds of security companies. Every day, businesses decide how to go about protecting their employees,their property, their customers and their assets. At Per Mar Security Services,we can be as flexible as you need us to be. We are a full-service company offering security personnel on a part-time or full-time basis. We have solid security solutions. We also offer security support for any events you may have. This can be as comprehensive as helping you to plan the security,all the way to assisting in traffic control. Per Mar Security has been in the security business significantly longer than most any of our competition. If our rates seem a little higher than our competition, it is because we feel by paying our officers a little more,we are able to recruit and maintain a higher caliber of officer for your security needs. Thank you again for allowing us to bid on this contract. We look forward to providing you with the security solutions that you desire. e/2-erce--1 Ronald I. Crow ,�,, Security Consultant Iowa,Nebraska&Minnesota www.PerMarSecurity.corn JTL DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Security Services(Recreation Facilities) RETURN BIDS TO: Published: January 21,2015 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,Nebraska 88183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening lime&Date: 11:00 a.m.CST or Wednesday,February 04,2015 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct Omaha-Douglas Chic Center,Omaha,NE 68183-0011 Exemption certificates will be furnished. Do not include tax in bid. by the opening date and time indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Security Services(Recreation Facilities) 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 codified 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 Coundl. 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.douolasoountvourchasng.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.dettvery point on the itsm(s)listed below: QUANTITY J DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is interested in establishing a contract for security services at various recreation facilities. Work will be performed in accordance with the attached nine(9) pages of specifications. Questions regarding this bid should be directed to: Tracy Stratman at(402)444-5933 REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. 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 /d4969.4 if Firm: Pew Plage SteAtalrY �'��/eS 'Incorporated In: /227L 1Q Delivery(or completion) Name: l0D y ,IV u kQ Signature: /% i`�6L//"� ' c� calendar days following Title:Gempj4 mg./4(,ER Phone:,05:01 y-o S z IFax: ilG.�• pill-Stios award Address: lap .II' ✓'TJZ� �',Ayi6 f iA74'y`..,jA .5;p3act Street/P.O.Box City State Zip Email Address: rot yLC ChiJper'MA21;GGt.4/`1f9. Cpfi DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Security Services(Recreation Facilities) NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION OPTION 1: SWORN "ARMED" LAW ENFORCEMENT OFFICER (LEO) (Cannot be City of Omaha off-duty police officers)Per security officer per hour: $ 3/ A 9 OPTION 2: NON-SWORN "ARMED"CIVILIAN-BASED OFFICER (CBO) Per security officer per hour: $ /7 94, OPTION 3: NON-SWORN "UNARMED" CIVILIAN-BASED OFFICER (CBO) Per security officer per hour: $ /'y M OPTION 4: SECURITY VEHICLE PATROL Sworn "Armed"Law Enforcement Officer(LEO) or Non-Sworn "Armed"Civilian-Based Officer(CBO), or Non-Sworn "Unarmed" Civilian-Based Officer(CBO). Description: Dedicated officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities as a visual deterrent. Per LEO Security Officer"Armed"/marked vehicle per hour: $ 3(9. 14 Per CBO Security Officer"Armed"/marked vehicle per hour: $ /g.✓fib Per CBO Security Officer"Unarmed"/marked vehicle per hour: $ Pit Sid SIGN ALL COPIES Firm Pf.i . i k/4t BY /rZactrP4-- Title 6 g.psia. 4 rn AN.A G CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Security Services (Recreation Facilities) NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state,payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat. §48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure, terms, conditions,or privileges of employment because of the race, color, religion, sex,disability,or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb.Rev. Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996,8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat.§4-108. SIGN ALL COPIES Firm P£R Al A 2 Bye. , Title G kt7 A&AG�2 CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 y7 �1t if�, r iM1 1. Regulation: 4l?'80 nag' A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require: I.That all contractors who submit a bid to city of Omaha shall designate a representative who on behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-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 ✓ I authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of 17r Employee law(Neb.Rev. Stat.Section 48-2901 et seq.). Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Ivoef' Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project 1/ comply with the provisions of the Responsible Contractor Compliance Form RC-1. ,W-es,d#i2 J_, 19_ Is Signature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. EXHIBIT A COST OF SERVICES Contractor must Identify the hourly fee it will charge the City of Omaha for the Security Services for all four options listed below: OPTION 1-SWORN"ARMED"LAW ENFORCEMENT OFFICER Note: Cannot be current City of Omaha Police Officers • Fee to City:$ 31 69 per officer,per hour OPTION 2-NON-SWORN"ARMED"CIVILIAN BASED OFFICER • Fee to City:$ /f, 9 ' per officer,per hour OPTION 3-NON-SWORN"UNARMED"CIVILIAN-BASED OFFICER • Fee to City:$ i"r DU per officer,per hour OPTION 4-SECURITY VEHICLE PATROL Note: Cannot be current City of Omaha Police Officers Sworn"Armed"Law Enforcement Officer, Non-Sworn"Armed"Civilian Based or Non-Sworn"Unarmed"Civilian Based Officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities to create a visual deterrent. • Fee to City:$,�e1/11S per Sworn"Armed"Law Enforcement officer/Marked Vehide per hour • Fee to City:$ 1' 5'4 per Non-Sworn"Armed"Civilian Based Security Officer/Marked Vehicle per hour • Fee to City:$14f, i per Non-Sworn"Unarmed"Civilian Based Security Officer/Marked Vehicle per hour 7 Revised:Ot/OS/201S EXHIBIT C REFERENCES Contractor must list at least three references and submit with bid. References should include name, address, contact person's name and telephone number of client for whom security services were provided as well as the time period services were provided and the nature of the client's business. City shall have the right to contact additional references. 1. Name W t1,$p /Jic E(, Address 4/lab 5. /C et )(5 8 4.) 67c. ner Contact Name �� a era Telephone Number //A• a,S'A • 10 6'// - Email 1.—Oh' • kreber-r �/ � aN cti J . • Con. Type of Business m A A)USo.4.-`��-e-i'' n." Time Period 51 n G oc ova 2. Name t- ) Ca247Dg-4iIDO Address /400 g/rPO �d. Sh eonav4 h, 1 Pc,e)I Contact Name ?O no u rt 1 e-J d Telephone Number ?/a • o2/1fr4. t.ao• -y Email 1 o171KM(1lf'+Te-1 d (tee 1.bn t Go Type of Business M � `G i i") Time Period 5-in e ° DQ 3. Name 0a;VIM ef'l CGrM 2brUe-/- v Address ITar� NOcma: o S+fret Contact Name •M j I or, Telephone Number 1«•3 bia• 'y 4' Email 1 D r o..0,/t .. '1. CAA') . Type of Business 4- I L. Time Period 5 i n Ge- a©)5' 9 Revised:01/05/2015 Per Mar Security Insurance Limits Listed below an example of the insurance coverage's at Per Mar Security. Insurance Certificates will be provided upon Per Mar's approval on this bid. General Liability: • General Aggregate $5,000,000 • Products -Comp/Op Agg $5,000,000 • Personal &Adv Injury INCLUDED • Each Occurrence $5,000,000 • Fire Damage(Any One Fire) $50,000 • Medical Expense(Any One Person) $5,000 Workers' Compensation: • Bodily Injury by Accident $500,000 each accident • Bodily Injury by Disease $500,000 policy limit • Bodily Injury by Disease $500,000 each person Automotive Liability: • Each Accident(Single Limit) $1,000,000 • H.and P.D. Combined $5,000,000 • Excess $5,000,000 JTL DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Security Services(Recreation Facilities) RETURN BIDS TO: Published: January 21,2015 Page 1 CITY CLERK 1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF LC-1 Omaha-Douglas Civic Center $1,000.00 Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,February 04,2015 IMPORTANT 1, Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct. Omaha-Douglas Civic Center,Omaha,NE 68183-0011 Exemption certificates will be furnished. Do not include lax in bid. by the opening date and time Indicated in a sealed envelope marked: BID ON:CITY OF OMAHA Security Services lRecreatton Facilities) 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 shal 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.douglascountyourchasinq.orq. DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)Tisted below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is interested in establishing a contract for security services at various recreation facilities. Work will be performed in accordance with the attached nine (9)pages of specifications. Questions regarding this bid should be directed to: Tracy Stratman at(402)444-5933 REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state,payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID, 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. rr (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 100% Firm: S via gs 0 wiQ,ts. L`C Incorporated In: DAsw Delivery(or completion) Name: ` Vy nkS Signature: 30 calendar days following Title:0,„ccko, O - io idv c (Phone: C��� L�48-31-1gy (Fax: (rop--Spa-)ot award Address:3 0 3 /tri m.%51 5,44 1Q.1 Duran Al GT/qy Street/P.O.Box City State Zip Email Address: (vy -b 65,5 yam' ST.c 0Yv1 DOUGLAS COUNTY REQUEST FOR BID & BID SHEET ON: CITY OF OMAHA Security Services(Recreation Facilities) NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION _ OPTION 1: SWORN "ARMED" LAW ENFORCEMENT OFFICER (LEO) (Cannot be City of Omaha off-duty police officers) 5LI 50 Per security officer per hour: $ OPTION 2: NON-SWORN "ARMED"CIVILIAN-BASED OFFICER (CBO) Per security officer per hour: $ 1V. OPTION 3: NON-SWORN "UNARMED"CIVILIAN-BASED OFFICER (CBO) Per security officer per hour: $ 15. 5 OPTION 4: SECURITY VEHICLE PATROL Sworn "Armed" Law Enforcement Officer(LEO)or Non-Sworn "Armed" Civilian-Based Officer(CBO), or Non-Sworn "Unarmed" Civilian-Based Officer(CBO). Description: Dedicated officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities as a visual deterrent. I� Per LEO Security Officer"Armed"/marked vehicle per hour: $ 313 Per CBO Security Officer"Armed"/marked vehicle per hour: $ /II t"/A Per CBO Security Officer"Unarmed"/marked vehicle per hour: $ U LI SIGN ALL COPIES Firm 5,50a,l ©rna GBy €•r:L Vt737 s Title ];ra'c cr of Dial-;f CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Security Services (Recreation Facilities) NOT AN ORDER Page 3 DESCRIPTION REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha,or lawful money of the United States, or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb.Rev.Stat. §48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure,terms, conditions,or privileges of employment because of the race,color,religion, sex, disability, or national origin of the employee or applicant. New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within Douglas County. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat. §4-108. SIGN ALL COPIES Firm 5+c,„,yc,I Q rvlgq („ G By erie t itS tots; 1 Title arlrinr j- ©f irwKerki CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 Ar4-014. �y►AHA.NfA F71,r A+rJ?z *INV 1. Regulation: • Er,s[suR°r* 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-l). 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 LV authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. v Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). v Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat.Section 73-104 et seq.). u Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health I v Administration,been convicted of a criminal,repeat,or willful violation of the Occupational Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations within the past three(3)years. t v Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-I. 1/30/15 Signature Date By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub- contractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years. EXHIBIT A COST OF SERVICES Contractor must identify the hourly fee it will charge the City of Omaha for the Security Services for all four options listed below: OPTION 1-SWORN"ARMED"LAW ENFORCEM ENT OFFICER Note: Cannot be current City of Omaha Police Officers • Fee to City:$ 3y-50per officer,per hour OPTION 2-NON-SWORN"ARMED"CIVILIAN BASED OFFICER • Fee to City:$ 1V ji 1 per officer, per hour OPTION 3-NON-SWORN"UNARMED"CIVILIAN-BASED OFFICER • Fee to City:$ 15 per officer,per hour OPTION 4-SECURITY VEHICLE PATROL Note: Cannot be current City of Omaha Police Officers Sworn"Armed"Law Enforcement Officer, Non-Sworn"Armed"Civilian Based or Non-Sworn"Unarmed"Civilian Based Officer patrolling in a marked security vehicle at a City recreational facility or roving between facilities to create a visual deterrent. • Fee to City:$ 53 per Sworn"Armed"Law Enforcement officer/Marked Vehicle per hour • Fee to City:$ /'�f A per Non-Sworn"Armed"Civilian Based Security Officer/Marked Vehicle per hour • Fee to City:$ r`I per Non-Sworn"Unarmed"Civilian Based Security Officer/Marked Vehicle per hour 7 Revised:01/05/2015 9 ORDINANCE NO. 7 2L - AN ORDINANCE to accept the bid of Lincoln Guards Security Company, to provide security services at various City facilities including, but not limited to, Community Recreation Centers, Swimming Pools, Nature Centers, and Marinas, in the amount of $25.00/hr. for a Sworn "Armed" Law Enforcement Officer (LEO), 118.50/hr. for a Non-Sworn "Armed" Civilian-Based Officer (CBO), $14.00/hr. for Non-Sworn "Unarmed" Civilian-Based Officer (CBO) and for a Marked Vehicle patrol $25.00/hr. for a Sworn "Armed" Law Enforcement Officer (LEO), $18.50/hr. for a Non-Sworn "Armed" Civilian-Based Officer (CB0), $14.00/hr. for Non-Sworn "Unarmed" Civilian-Based Officer (CBO) for three (3) years beginning April 1, 2015 and ending May 31, 2018, extendible annually for three (3) one-year terms through May 31, 2021, at the sole option of the City, to authorize payment in PRESENTED TO COUNCIL accordance therewith; to authorize the Purchasing Agent to issue a purchase order; and to provide an effective date. 1cst3�3/Read}•/ng� MAR 2 4 2015 -- �« p:2 055tmb PUBLICATIONS /' Hearin MAR 3 1 2015 - Qvz?r zoo PUBLICATION OF HEARING Date ,/— I C FinAl Readin : ' ; — I PUBLICATION OF ORDINANCE z"c� ES' v7`4 'i/"r� ray Date 419/6 .��'/`G7/yIC /144 BUSTER BROWN City Clerk