Loading...
RES 2013-0834 - PO to Norseman Environmental Sales for recycling containers 0,,,HA.NVg lq F (f.' i \i/ 1- r `�`, d t._�. . L... 4as� l Public Works Department � � ,��Cs� ��aa Omaha/Douglas Civic Center ®F �f . r 13 P'k `� p -.'" t'` 1819 Farnam Street,Suite 601 �`�� �� + June 11 2013 r C'tt '? Omaha,Nebraska 68183-0601 � yti' (402)444-5220 OR'�ED FE8R�P4 f"T ( .. _`; Fax(402)444-5248 X'!A d Li A City of Omaha Robert G.Stubbe,P.E. Jim Suttle,Mayor Public Works Director Honorable President and Members of the City Council, Transmitted herewith is a Resolution authorizing the Purchasing Agent to issue. a Purchase Order to ORBIS Corporation dba Norseman Environmental Sales on the bid for the purchase of 5,000 curbside recycling containers to be utilized by the Environmental Quality Control Division. Norseman Environmental Sales submitted the lowest and best hid on October 17, 2012 and the Purchasing Agent was authorized to issue a purchase order for 5,000 curbside recycling containers under Resolution No. 1510, adopted on November 20, 2012. Norsemen Environmental Sale will honor the bid price of$6.25 per unit for a purchase made in 2012. The Contractor has a current Contract Compliance Report Form (CC-1) on file. As is City policy, the Human Rights and Relations Department will review the contract.x. to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of the purchase of 5,000 curbside recycling containers from the General Fund 11111, Solid Waste Collection and Disposal Organization 116321, year 2013 expenditures. The Public Works Department recommends the acceptance Of the bid from Norseman Environmental Sales in the amount of$31,250.00 and requests your consideration and approval of this Resolution. Respectfully submitted, Referred r City Council for Consideration: Rob rt G. Stubbe, P.E. Date Mayor's OI ice Date Public Works Director Approved as to Funding: Approved: G-0-1--- 41-1,-4- --c--d9'-1_,) - ' ' ikda _LitiA-- 4c;2q/I-3 Allen Herink Date Human Rights and Relations Date -9b Acting Finance Director Department 218713scp BID BOND: 5% Douglas County Purchasing TABULATION OF BIDS ON: DOUGLAS COUNTY Recycling Bins Norseman Rehrig Rehrig Environmental Pacific Co. Pacific Co. Date of Opening Page 1 Sales (Bid#1) (Bid#2) October 17, 2012 Department As Read in Bid Committee Quantity DESCRIPTION UNIT UNIT UNIT UNIT UNIT UNIT PRICE C PRICE - PRICE - PRICE PRICE PRICE 4,000 each 18 gallon residential reycling bins BID/each: $6.25 $6.12 $6.37 (Gen2) (Gent) TOTAL BID: $25,000.00 $24,480.00 $25,480.00 Terms: Delivery (calendar days following award): INVITATION TO BID CITY OF OMAHA Public Works Department, Environmental Quality Division Recycling Bins Contact: Paul Dunn pdunn@ci.omaha.ne.us 402-444-3915 ext 226 fax 402-444-3904 SPECIFICATIONS INTENT: It is the intent of this bid specification to describe an eighteen (18) gallon residential recycling bin. The City of Omaha is interested in purchasing recycling bins in truckload quantities with a minimum of four thousand (4,000)per truckload. SUBMITTAL REQUIREMENTS Accompanying the bid each bidder shall supply: ➢ One example bin from the mold proposed (sent separately to 5600 S 10th St, Omaha,NE 68107-3501) ➢ Color swatch of the bin color ➢ Bidder shall submit the latest printed specification for the unit bid REQUIREMENTS Material High-density polyethylene Ten percent(10%)post consumer recycled content (minimum). In-plant regrind recycling does not count towards the 10%. Stabilized against ultraviolet fading and material degradation Manufacturing Specify method of molding Weight 4.50 pounds (minimum) This value shall be strictly enforced. Wall Thickness 0.10 inch (preferred minimum) Variance may be allowed for this value. Color Kelly green, approximately Pantone color 555 Capacity 18 U.S. gallons Dating A stamped or molded manufacturing date with month and year(minimum) shown not in code. Imprint Hot stamped on two long sides in white Cost of stamp is the responsibility of the vendor Specify the maximum dimensions of the stamp Design provided by the City that will fill the available stamp space (approximately as shown) I' Omah a Recycles If found return to: Moving? Leave bin at this address This bin and its contents are the property of the City of Omaha. Collection Information 444-5238 www.wasteline.org Design A'/16" hole or other means to attach a"luggage tag" using a string near the lip Nesting Bins are expected to effectively nest to save space Stacking Designed to cross stack Handles Handles on the two short sides (minimum). Handles on long sides not required. Drain Holes One or more required SIZE CONSIDERATIONS: These are general descriptions of the container and vary from one manufacturer to another. Height(to lip) 13 %s" Length (top inside) 23 '/2" Width (top inside) 16 '/z" Tapered sidewalls will result in a smaller footprint. The rim and handles will expand the dimension beyond the dimensions given here. BIN WARRANTY: The bin will be covered by a five (5)year, full and non-prorated warranty. The City of Omaha will be reimbursed the cost of the bin during the life of the warranty. Warranty includes, but is not limited to,the factors listed below: 1. Fading 2. Material failure resulting from regular use. (e.g. handle failure) DELIVERY: Units will be inspected for compliance with specifications upon delivery. Changes or substitutions that are not pre-approved will result in declining the delivery. Bins must be palletized in such a way that bins do not become warped or damaged during shipping or up to six months of storage. This may be accomplished by including sacrificial bins (not part of the order) on the bottom of bin stacks or by including inserts to support the weight and shape of the stacked bins. Standard delivery shall not exceed 45 days after receipt of purchase order. The delivery date will be agreed upon following issuance of the purchase order. Delivery during normal business hours to Missouri River Wastewater Treatment Plant, 5600 S 10th St, Omaha,Nebraska, 68107 or an alternative location within the Omaha metro area. The delivery location will have either a forklift or a loading dock. Transportation must be included in unit cost. (FOB destination, freight prepaid) ADDITIONAL CONSIDERATIONS: Vendors are encouraged to submit a base bid that meets the minimum specifications listed here, but also submit alternative bids that have other strategic advantages (e.g. higher post consumer recycled content, lower cost) DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Recycling Bins RETURN BIDS TO: Published: October 3,2012 Page 1 CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER 1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% Omaha,Nebraska 68183-0011 IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. 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 on Wednesday,October 17,2012 IMPORTANT I. Bid must be In the office of the CITY CLERK,LC-t,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of same and deduct. 1819 Famam Street,Omaha,NE 68183-0011 by the opening dale and time Indicated Exemption certificates wil be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA Recycling BIns 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. !, 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. I. 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. Falure 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.doualascountvourchasing,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 • It is the intent of this bid to purchase 18 gallon residential recycling bins, in accordance with the attached three (3) pages of specifications. The city will purchase the bins in truckloads quantities, with a minimum of four-thousand (4,000) per truckload. The term of this bid is one (1)year, with two (2) one year extensions at the same price as the first year. The extensions will be exercised at the sole discretion of the City of Omaha. 4,000 18 gallon residential recycling BID/each: $ 6 . 25 $ 25, 000.00 (5%Bid Bond is to be based Questions regarding this bid should be directed to: upon this amount) Paul Dunn at (402)444-3915 ext. 226 tEQUIREMENTS FOR BID BOND:The surety company issuing the bid bond or the performance bond should be licensed by the State of Jebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official rank check, or cashiers check drawn on a national bank or a bank chartered under the laws of the state, payable to the city,or lawful noney of the United States,or a United States Governement Bond (negotiable)are acceptable substitutes for bond requirements. ill bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights& telatlons Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights& telations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444- 055. (PLEASE PRINT LEGIBLY OR TYPE) 'aymentTerms % n/a Firm:Norseman Environmental Sales r ,,, aced I •Wis cons i lelivery(or completion) Name: Phil Shepherd 'Signature: it 2 8 calendar days following Title: Business Development PhoneB 8 8-6 7 5- ax:41 7 4 5—4 4 7 8 award Address:1055 Corporate Center Drive, Oconomowc, I 53066 Street/P.O.Box City State Zip Email Address: Phil.shepherd@orbiscorporat ion.corn Responsible Contractor Compliance Form RC-1 iciOn11.\ A 4 Y ,c$ S' I. Regulation: tco 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 X 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.). X Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb. Rev.Stat. Section 73-104 et seq.). X 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 X 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. X Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with t 'sions of the Responsible Contractor Compliance Form RC-1. 4,%----.. ._ October 11, 2012 Signatu 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. IUKLMhP1 ENVIRONMENTAL PRODUCTS 1055 Corporate Center Drive Oconomowoc,WI 53066 October 11, 2012 Fax:416.745.4478 CITY CLERK, LC-1, OMAHA-DOUGLAS CIVIC CENTER 1819 Farnam Street Omaha, Nebraska 68183-0011 Dear Sirs: Attached please find our response to Douglas County's RFB on City of Omaha Recycling Bins issued October 3, 2012. We are able to accommodate everything requested in the Request, such as insurance requirements, workers comp, liability, etc. If selected as the vendor,we would supply all of the necessary back up documentation. As you make your decision, please consider the following in addition to price: • Norseman Environment Products is a wholly-owned subsidiary of ORBIS Corporation. ORBIS has been in business for 160 years and is one of the largest privately held corporations in the United States. • The warranty for the recycling bin is 5 years. • The recycling bin is made of high-density polyethylene with a minimum of 10% post-consumer recycled material and is manufactured using high-pressure injection molding. • ORBIS is head-quartered in Wisconsin. • The product is our NPL 265 - 18 gallon recycling bin. The weight of the product is 5 pounds. Being an extra half pound heavier will significantly help with wind issues while on residential streets pending collection. An ORBIS Company NORSEMAN ORBIS m ii m z D l— 18 Gallon Curbside Recycling Container NPL265-1019 General Description - , Capacity 18A U.S.Gallons/68.0 Litres , Shape Rectangular / Usage Container is specifically designed for curbside recycling. Drainage Container allows the retention of small amounts of liquid spillage.Raised drainage holes allow for proper <, drainage of excess liquids. ) ./, y/ Handles Two molded-in handles on ends allow for easy lifting ;{, of containers. Custom Containers Containers can be made in any color and custom printed. Print area: Sides:714'high x 7 W"wide Ends:5.0"high x 5.0"wide Nominal Dimensions Length 25.75'(Top),215'(Bottom) Width 16.25"(Top),12.5'(Bottom) Height 14.5' Weight 5.01bs/2.3 kg Rated Payload 80 lbs Nesting Ratio 6.6:1 Material Container made from virgin high-density polyethylene (HDPE)as well as post-consumer material.A UV stabilizer is added to resist deterioration from sunlight. Manufacturing Container Is made by seamless(one piece)Injection Process molding process. Warranty Container Is warranted for a period of five(5)years .` Cbl covering material and workmanship. r1 r f Norseman Environmental Products An ORBIS Corporation Brand Corporate Headquarters { dk 1055 Corporate Center Drive 0 Oconomowoc,WI 53066 USA �!G` SUSTAINABLE SOLUTIONS Phone262-560-5000 Fax 262-560-5841 I www.norsemanenvironmentel.com INEP30039 Res 01/iI BIN WARRANTY: The bin will be covered by a five(5)year,full and non-prorated warranty. The City of Omaha will be reimbursed the cost of the bin during the life of the warranty. Warranty includes, but is not limited to,the factors listed below: 1. Fading 2. Material failure resulting from regular use. (e.g.handle failure) DELIVERY: Units will be inspected for compliance with specifications upon delivery. Changes or substitutions that are not pre-approved will result in declining the delivery. Bins must be palletized in such a way that bins do not become warped or damaged during shipping or up to six months of storage. This may be accomplished by including sacrificial bins (not part of the order)on the bottom of bin stacks or by including inserts to support the weight and shape of the stacked bins. Standard delivery shall not exceed 45 days after receipt of purchase order. The delivery date will be agreed upon following issuance of the purchase order. Delivery during normal business hours to Missouri River Wastewater Treatment Plant, 5600 S 10th St, Omaha,Nebraska, 68107 or an alternative location within the Omaha metro area. The delivery location will have either a forklift or a loading dock. Transportation must be included in unit cost. (FOB destination,freight prepaid) ADDITIONAL CONSIDERATIONS: Vendors are encouraged to submit a base bid that meets the minimum specifications listed here, but also submit alternative bids that have other strategic advantages(e.g. higher post consumer recycled content, lower cost) BIDS TRANSMITTED BY CRY CLERK OPENED BY COMMITTEE OCT 172012 AS PER ORD t25445 Referred to Purchasing Agent DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA Recycling Bins RETURN BIDS TO: Published: October 3,2012 Page 1 CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% Omaha,Nebraska 68183-0011 IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. 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 on Wednesday,October 17,2012 IMPORTANT 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 4. If Federal Excise Tax applies,show amount of sane and deduct. 1819 Famam Street,Omaha,NE 68183-0011 by the opening date and time indicated Exemption certificates will be furnished. Do not include tax in bid. in a sealed envelope marked: BID ON:CITY OF OMAHA Recycling Bins 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 fisted,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 entirely and the bidders shall 7. If you do not bid,retum 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 1st.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 ynnwr.douolasoountvourthaslne.ora. 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 It is the intent of this bid to purchase 18 gallon residential t'a.la-lXeivoZ, '1so,co�' recycling bins, in accordance with the attached three(3) a� pages of specifications. The city will purchase the bins in t-• a= truckloads quantities, with a minimum of four-thousand 11 fo.3'7 •Gann ► — YBd.t)0 (4,000) per truckload. The term of this bid is one (1)year, Ntaud_ .wnta. ra/3r/,3 with two(2)one year extensions at the same price as the nA first year. The extensions will be exercised at the sole `�u��° .13 discretion of the City of Omaha. 4,000 18 gallon residential recycling BID/each: $ L is 'A.ltct. ah . (5%Bid Bond is to be based Questions regarding this bid should be directed to: upon this amount) Paul Dunn at(402)444-3915 ext. 226 REQUIREMENTS FOR BID BOND:The surety company Issuing the bid bond or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashiers check drawn on a national bank or a bank chartered under the laws of the state,payable to the city,or lawful money of the United States,or a United States Governement Bond(negotiable)are acceptable substitutes for bond requirements. 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 pia Firm; Rehrig Pacific Company i I l01,Delaware Delivery(or completion) Name: James L. Drew iSignature: 3o calendar days following Title: CFO/Asst. Corp. Secy. jPhone: 8 0 0-93 4-33 2 Fax: 2 6 2-94 7-33 55 award Address: 7800 100th St. , Pleasant Prairie, WI 53158 Street/P.O.Box City State Zip Email Address: SBest@Rehri9Paci f is.com Spencer Best, Sales Rep Cell : 262-945-3241 Proposal to: CITY OF OMAHA BID ON: Recycling Bins Bid Opening: October 17, 2012 @ 11:00 AM Reh 1\1 i [h 4 J1l>> �t1JI11 �' ' i 1111 Adlir Prepared by: ArtgAA, (town Spencer Best • Sales Representative 7800 100th Street Pleasant Prairie, WI 53158 Office: 800-934-3312 Cell: 262-945-3241 Fax: 262-947-3355 4J&3a} komvan p Table of Contents 111111111111IN1.:•'r.:IfWW#1111 rN881iiNNNNNfN1lNN RINN1NiNINNNINNNNNNINiNSMINNNH/PINNINSISIINISSi;Nilit I Nlr4%1,fii YI Il�itirfENIS • Introduction - Statement of Qualifications • Bid Forms • Exceptions • Warranty • Product Specifications • Material Specifications A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION PirigYaillitompanv 18 Gallon Huskylite® Recycle Bin Gen 1 Container Specifications Material: Each container is constructed of high-density polyethylene (HDPE)to ensure maximum impact strength and container weather ability. The container may be manufactured with up to 25% post-consumer recycled plastic. U.V. Stabilizer: Each container is stabilized against ultraviolet rays with color pigment and ultraviolet inhibitor compounded at a minimum of 2% by weight. U.V. stabilizers protect the containers from the harmful effects of the sun. Weight: A minimum weight of 5.0 lbs. Nesting/Stacking: Containers can be nested inside one another for shipping and storing at a minimum ratio of approximately 5.5 to 1; and 200 bins per pallet. Containers can be cross stacked for use in multi-bin systems. Dimensions: Length Width Height Exterior Top: 25.25" X 17.60" X 13.50" Interior Bottom: 20.25" X 14.00" X 13.00" Wall Thickness: Minimum wall thickness of 110 mils and 120 miles in the corners and bottom. Construction: Containers are manufactured by the injection-molded process. The container has a rolled lip, with reinforced ribbing for extra strength. Handles: Large handles are well rounded, reinforced, and integrally molded into the container width sides. Handles are big enough to easily accommodate gloved hands and also give added protection and convenience. Bottom Pattern: Containers have anti-slide bottom to help resist wind blow-away. Spillage Retention: Each containers has (4)bottom vent holes to drain excess accumulation of rain when stored outside. Temperature Range: The containers will comply within a temperature range of—20 degrees F to 120 degrees F. Identification: Each container can be hot stamped with your logo on both long sides of the container. Lid: The container is designed to accept a domed lid allowing at least 2 u extra gallons of capacity. o. N Warranty: The containers will be guaranteed for 5 years for manufacture defects in material and workmanship. .o 2 a A FAMILY TRADITION OF GROWTH,SERVICE AND INNOVATION ti DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA Recycling Bins NOT AN ORDER Page 2 DESCRIPTION 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.statg,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 Rehr • P-./ ! c frAmpa By Title CFO/ .Corp. Secy. Jam-s L.Drew CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 ;,Ntita tith '.11��� 1. Regulation: •u 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 J/l authorized to perform employment in the United States and that the Contractor and all sub- contractors shall use E-Verify to determine work eligibility. rAv Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat.Section 48-2901 et seq.). ""%/LA Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards qu Law(Neb. Rev.Stat.Section 73-104 et seq.). r> m.07 Contractor has not been convicted of any tax violations(local,State and Federal)within the last '�''u three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health ,''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. 0,r - 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-1. 10/8/2012 Signature J es L. Drew, CFO/Asst.Corp. Secy. 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. INVITATION TO BID CITY OF OMAHA Public Works Department, Environmental Quality Division Recycling Bins Contact: Paul Dunn pdunn@ci.omaha.ne.us 402-444-3915 ext 226 fax 402-444-3904 SPECIFICATIONS INTENT: It is the intent of this bid specification to describe an eighteen(18)gallon residential recycling bin. The City of Omaha is interested in purchasing recycling bins in truckload quantities with a minimum of four thousand(4,000)per truckload. SUBMITTAL REQUIREMENTS Accompanying the bid each bidder shall supply: > One example bin from the mold proposed(sent separately to 5600 S 10th St,Omaha,NE 68107-3501) > Color swatch of the bin color > Bidder shall submit the latest printed specification for the unit bid REQUIREMENTS Material High-density polyethylene Ten percent(10%)post consumer recycled content(minimum). In-plant regrind recycling does not count towards the 10%. Stabilized against ultraviolet fading and material degradation Manufacturing Specify method of molding T N I e C iI O N M a id e a r Weight 4.50 pounds(minimum) This value shall be strictly enforced. Wall Thickness 0.10 inch(preferred minimum) Variance may be allowed for this value. Color Kelly green,approximately Pantone color 555 Capacity 18 U.S.gallons Dating A stamped or molded manufacturing date with month and year(minimum) shown not in code. Imprint Hot stamped on two long sides in white Cost of stamp is the responsibility of the vendor Specify the maximum dimensions of the stamp 'I, 5 x 6 1.4 c. s.s Design provided by the City that will fill the available stamp space (approximately as shown) h Omaha Recycles If found return to: Moving? Leave bin at this address This bin and its contents are the property of the City of Omaha. Collection information 444-523S www.wasteline.arg Design A 7/16"hole or other means to attach a"luggage tag"using a string near the lip Nesting Bins are expected to effectively nest to save space Stacking Designed to cross stack Handles Handles on the two short sides(minimum). Handles on long sides not required. Drain Holes One or more required SIZE CONSIDERATIONS: These are general descriptions of the container and vary from one manufacturer to another. Height(to lip) 13 'A" Length(top inside) 23 'A" Width(top inside) 16'A" Tapered sidewalls will result in a smaller footprint. The rim and handles will expand the dimension beyond the dimensions given here. BIN WARRANTY: The bin will be covered by a five(5)year,full and non-prorated warranty. The City of Omaha will be reimbursed the cost of the bin during the life of the warranty. Warranty includes,but is not limited to,the factors listed below: 1. Fading 2. Material failure resulting from regular use. (e.g.handle failure) DELIVERY: Units will be inspected for compliance with specifications upon delivery. Changes or substitutions that are not pre-approved will result in declining the delivery. Bins must be palletized in such a way that bins do not become warped or damaged during shipping or up to six months of storage. This may be accomplished by including sacrificial bins(not part of the order)on the bottom of bin stacks or by including inserts to support the weight and shape of the stacked bins. Standard delivery shall not exceed 45 days after receipt of purchase order. The delivery date will be agreed upon following issuance of the purchase order. Delivery during normal business hours to Missouri River Wastewater Treatment Plant,5600 S 10th St,Omaha,Nebraska,68107 or an alternative location within the Omaha metro area. The delivery location will have either a forklift or a loading dock. Transportation must be included in unit cost. (FOB destination,freight prepaid) ADDITIONAL CONSIDERATIONS: Vendors are encouraged to submit a base bid that meets the minimum specifications listed here, but also submit alternative bids that have other strategic advantages(e.g. higher post consumer recycled content, lower cost) 1; (kelirtg ('ompaq EXCEPTIONS Rehrig's second generation bin has a wall thickness of .09 inches and weighs 4.4 pounds. With quality material and a proper manufacturing process, Rehrig's bins have a great track record of holding up well passed their warranty and expected life. Printed on Recycled Paper A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION >ellrsgaIktompanv Quality Control 1 Assurance Procralm Quality Control Statement: "The embedded cultural ethic of continuous improvement" Continuous improvement means that organizational processes are never seen as complete, but rather as continuously evolving. The problems addressed in an environment require a focus on processes, not people. This is based on the assumption that quality problems are largely a result of processes in place, not due to mistakes by the people in the system. Quality problems are all perceived as potential improvement processes. This does not imply that current processes are inappropriate or even inadequate, but rather that processes can always be improved. Our entire culture of quality is committed to cooperative training, learning, and team approaches to strive for continuous improvement. The Rehrig Pacific Company approaches quality control in two ways. First, we have a field quality control program in which the plant engineers and managers address failures that occur in the field. Second, we have quality control programs in place that are standard in all of our manufacturing facilities. I. Field Quality Controls The primary layer of defense is the principle of design based quality. Rehrig's culture fosters an environment where our Engineering and Manufacturing departments work together to design products where quality is an intrinsic property of the part. This cooperative effort helps simplify the work necessary to ensure a quality part during the manufacturing process. The most effective time to head off quality problems is prior to the production of the very first part. The sheer number of containers that we have produced over the years has enabled our engineers to quickly identify areas in our molds that can be enhanced to improve our product's longevity. One of the most important quality control aspects of manufacturing is listening to your customer, addressing the concern and taking action to minimize future failures. While Rehrig Pacific has an extremely low failure rate we feel like we can always improve our product. Making minor adaptations to our molds to improve our failure rate not only helps our company but also our customer; thus, lowering field calls, minimizing administrative time dealing with warranty issues, and providing a superior quality product to the constituents. ! A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION 1 e rj r iZompanp Our next layer of defense is our Supervisor Audit process. Twice a shift our supervisors pull samples of our products and check the critical features against standard. The results are quantified and documented. In the rare instance where issues arise the supervisors are empowered to take immediate corrective action. Each Supervisor (with their team) is wholly responsible for the quality of their production. Our final measure of safety is applied by our Quality Manager. This individual leads our quality program through training and guidance but also performs daily evaluations of our supervisory audits. These secondary evaluations start at 5:00 AM prior to the beginning of our shipping day. Products scheduled to leave our facility are subjected to a final evaluation that includes the same criteria that our supervisors and operators have applied. With this final check we ensure that we are indeed following our procedures properly and that no problems have avoided our current quality system. Mold Champion Program Rehrig Pacific introduced the Mold Champion Program 5-6 years ago to have key personnel in the company take ownership of the mold before it ever reaches the plant from the toolmaker. Employees are involved in design, testing, shipping, start-up, and production of a specific mold. They are personally involved in the project and see it through to fruition resulting in a better quality part/product. Cell Leader Program/Rollout Cart Quality Control In addition to the Mold Champion, Rehrig Pacific Company introduced an aggressive "Cell Leader Program". The "cell leader" is a person that is responsible for checking the machine, mold and robots and to follow the part performance on a daily basis. The information that is collected is shared with everyone involved in its production through a simple spreadsheet that shows the number of parts produced, machine downtime and an explanation of the downtime. To further increase the production and quality of the automated carts, extensive testing is involved through the production process. PCR, "gorilla test", wall thickness and other types of testing are performed to insure a quality part that is produced at the optimal cycle time. Maintenance Program A rigorous Periodic Maintenance Program for machines and molds occurs every Friday and Monday. This program is in addition to other periodic maintenance programs in our manufacturing facilities. Training Training is essential to our manufacturing performance. We train our plant personnel in-house on every aspect of production (Statistical Process Control, Injection Molding, Electrical, Machine 3 a 4' A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION Atirt Q'omilaJ Operator Training, Human Resource and Safety) and supplement this training at vocational college/seminars. The technology advances in the injection molding industry have dictated that we invest in this on-going training, allowing us to retain a higher caliber employee. Raw Material Tracking/Certification Raw Material Certification Tracking is crucial to our ability to produce quality products. Our raw materials are comprised of virgin plastic resin, post consumer resin (when required), color pigment, additives such as U.V. stabilizers, wheels, axles and end caps. All raw materials are checked on a statistical sampling basis before allowed into our raw material warehouse. Virgin resin is the most critical raw material in the making of automated carts. Before shipment, we are provided a faxed Certificate of Analysis with a Straight Bill of Lading from our resin suppliers on incoming resin material. The Certificate of Analysis indicates the rail car number, the weight of material, the lot number, the Exxon or DOW order number, the melt index and resin density. The Straight Bill of Lading indicates the ship from address, original shipping point and estimated time of arrival. Upon arrival, we test the resin for impurities, density and melt index. Color and UV Stabilizers- Techmer PM is Rehrig Pacific Company's exclusive supplier for color and UV additives for our automated carts. We receive a certificate of analysis from Techmer PM for each shipment of UV and color additive we receive. Exxon and Dow's Quality Control- For your review, Exxon and Dow's quality control measures are outlined in the MSDS reports located in the material specification section of this bid. Additional information can be obtained upon request. Rehrig Pacific Company has tested cart material (resin)from other resin suppliers and has not been able to identify a product that meets our internal testing requirements. Since Rehrig Pacific Company stands behind its product we put an enormous amount of resources into the selection of our resin supplier. Our experience has shown that using the same resin material over the years has provided us with a superior track record in consistently producing quality, durable products that meet their life cycle expectancy. We have long standing relationships with a number of other resin suppliers because of the diversity of our product line that requires different resin grades. Consequently, we have a number of secondary sources for resin in emergency situations. The result of Rehrig Pacific's multi-layer approach is the delivery of a quality product to our customers with an efficient process focused on ensuring quality from the start. By integrating quality into the mission of every employee; beginning with design and continuing through to shipping, Rehrig Pacific is able to provide world class quality products backed by a world class . warranty with a minimum of waste. Ta a F . A FAMILY TRADITION OF GROWTH,SERVICE AND INNOVATION t� s41t V Recycle Bin Warranty "HUSKYLITE®"Recycle Bin Warranty Rehrig Pacific Company offers a unique full warranty for a period of 5 years. Rehrig Pacific Company warrants that its HuskyLite® Recycle Bin containers purchased will conform to all applicable specifications and will be free from defects in material and workmanship. The conditions of this warranty include failure of the bin, lid and all hardware if applicable. Rehrig Pacific Company extends this warranty only to the first purchaser of the HuskyLite® containers. EXCLUSIONS FROM WARRANTY COVERAGE This warranty does not cover: 1. Use under circumstances exceeding specifications 2. Buyer or user abuse or vandalism 3. Unauthorized repair or alteration 4. Damage or failure as a result of incompatible, improperly installed, improperly operated, or defective lifting or dumping mechanisms 5. Damage or failure caused by natural calamities such as fire,storm,or high winds ADMINISTRATION OF WARRANTY Any component that fails during the five (5) year warranty will be replaced at no cost to the Buyer provided that: • Buyer notifies Rehrig Pacific Company in writing no later than the end of the applicable warranty period of the claimed defects. Rehrig Pacific Company 1000 Raco Court Lawrenceville, GA 30045 • Attn: Warranty Claims Department • Buyer agrees that Rehrig Pacific Company shall have the right to inspect and test the allegedly defective container. • Determination of the alleged failure shall be made jointly by the judgment of the Buyer and Manufacturer. rrm#r aa• T+�•i if r; y 111, A FAMILY TRADITION OF GROWTH,SERVICE AND INNOVATION r i e • ■ ,iii$4.,.fa...�^� � 4' r. � l + I ak�'rfP i'. If R • ) i C sr S°' 3 Rehrig Pacific consistently delivers i l ci r� innovative and sustainable products A proven ':_ol,�ain:_r .'ore my need. and services providing real value for communities and haulers throughout 4 North America. 'r { r` . Round Cans" ; ' 'r ' . The Rehrig Pacific Round Can"is the _'„;f? '< first round container rigid enough to be r,,_ „ emptied manually or with automated ?,_, i r 3 lifters.The reinforced top rim,ergonomic t i handles and triple-drag rail bottom stand 1'' ' _, up to the rigors of curbside collection .j t� where others fail. J ( x v,, r ,- 1,.4 ,. a , The Round Can comes in two sizes.25 or 32 gallon (951t or 1201t),which share 1 °u,ss.PLnst-` the same lid.Both can be used for recycling,organic waste or household ., } �i • G Cti1_ ;. tr9 +' ` �b 04t•p refuse collection. ,! i' :� 'I f� t 4 y tic a -... !Y _f ,1 Recycle Bins t ,r ;,i,si /, � :: ,, � r �, . �:-`r r'}1.T!t cnl Rehrig Pacific has the right size and style t''' • ''. —it- " recycle bin for all your recycling needs: ,' •Huskylite°'Bins `t I Designed in 14 and 18 gallon sizes for iit,.-;'-- . commingled curbside programs where , capacity and easy handling are critical. t ,r •Stacking Bin System { ,x �y .t n • This is the interlocking stacking _ 1� A 1 d '• ,,,,,,, { system that set the standard for source ,list ;M: iy, `- ,. ,sK Y ; ,. t i separation programs. ,,. i }, f'1:r '• '1 t l , - 2}'-- s--1i M; i j ,. : a; ft' i Y •Y� t. •Apartment Recycler(ARB) { r / x ":• ,_ asit -.'`� Easy carrying and easy access are hallmarks .-- i, . i ;?'x-t ;:, of this distinctive bin,with its integral handle, 1 ::.;,.; *.:-I'..,',-: - -•.. open-diamond design and drop front. ' ; I,'` .' • • Office Paper Recycler(ORB) i 3i= ""`P. '------ fix An open-diamond design with attractive, € textured finish to resist scuffing clearly identifies kirk t1{1fiir(Ag11uJl1U this container as a desk-side recycler. . ; Corporate Headquarters; 4010 East 26th St., Los Angeles,CA 90058 w...__.,.._.__._w, .......,,_. ,.,,_........._.-.-..,. 13231 262-5145 (800)421-6244 FAX (323)269-8506 * } (ORB) i United States: Los Angeles,CA(800)421-6244•Erie,PA(800)458-0403 • ♦ 1 , Atlanta,GA(800)241-9693•Dallas,TX(800)426-9189 �\ ! Kenosha,WI(800)934-3312•De Soto,KS(866)265.4108 A ,'` N \ Orlando,FL(800)998-2525 International: . /� •� ' Canada(800)315-4379•Mexico+52(442)296.2000 . .. • / ,.� United Kingdom+44(0)8454 684668 r I • Email:infoerehrigpacific.com ,4..ri Web:www.rehrigpacific.com `� ....l , . . + ARB. f` 1 ., .__; a�� ( ) •,A1 ... tiRQhTS d if is ompanv SINCE 1913 Round Cans share the same domed lid with Apartment and Office Paper Recyclers are distinctive optional cut-outs for recyc(ables. additions to successful recycling programs. A FAMILY TRAOITION OF GROWTH,SERVICE AND INNOVATION u-'I011)Ro,hr,q I'm rfor Coinparly In krr hrrnl o. I i(All r10u+III I Mill,uin,i pru,Iur.:imp,ovrnrcni, fi,,tIny f',c-hc Ctxnp.uiy VI•:cr Vo',the ngl+[tI,t hanr)r 11,11-.'.I I II',, Or:uins•anal',p.,,11a.nti,nc,vvith,nil III(pr a Of Uh1111 1(10,1 V . . I i II . . - 4 V 1 s 11 • f • 8 TM Round Cans Round Can'" Features & Options DIMENSIONS 25 Gallon 32 Gallon iaa �,>_ i' • For manual or automated collection of household refuse, recyclables and Outer Diameter 22.5o' 22.50' organic wastes, in 25 and 32 gallon sizes Inner Diameter 18.10" 17.50' • Reinforced top rim and handles, Gripping Diameter 21.00" 21.00" `';' handle areas at bottom to assist in Gripping Height 17.00" 21.00' manual dumping External Height 24.40' 29.60' • Corrugated body enhances compression Nesting Increment 6.70' 6.70' .. strength and deters "rolling" The ergonomic,palm-up/palm-down handle aids • Highly durable bottom design with WEIGHT lifting and dumping. triple drag rails 25 Gallon 32 Gallon ...,."-, ,-. • Slip-stops help prevent container Container 8.5lb. 9.6lb. from falling when dumped by lid 1.9 lb. 1.9 lb. ' •automated lifters " '/� • Single, domed, snap-on lid fits . TRUCKLOAD QUANTITIES sir l. ` ' , "Al;`� both size containers, prevents 25 Gallon 32 Gallon f`� ".� ,.-It^' 3ra {r ��_� grater pooling. Optional cutouts .,, - ` t ' s for recyclablcs collection 48'Trailer 1,248 1,152 I >x"1y, fr1 52'Trailer 1,456 1,456 ' i;,lll4:,1 `,f dt�, t,; Body corrugations and bottom reinforcements add rigidity and years of service. Recycle Bins Recycle Bins Features & Options Y A DIMENSIONS 14 gal, Et 18gal. Nusk Lite°Bins Office Paper Apartment g y - 14 Gallon Bin 18 Gallon Bln Stacking Bins Recycler Recycler •Wheel kit,and lid options for Model No. RB-N R8-NI R8-SS ORB-4G ARB-6G 18 gallon bins Capacity 14 gal. 18 gal. 11.85 gal. 4.0 gal. 6.0 gal. Stacking Bin System . length 21.75' 27.75' 20.13" 13.00" 13.00' •Three-bin set with nearly 12 gallon Width 16.00' 17.60' 15.25' 8.00' 12.00' capacity per bin; large branding Height 13.00' 13.50' 12.40' 13.00' 13.00' areas, nests 3:2 for shipping Weight 4.0 lb. 4.4 lb. 4.5 lb. 1.5 lb. 2.2 lb. Apartment Recycler Stacked Height(3) N/A N/A 35.60" N/A N/A Nesting 2.00' 2.17' 24.60' 2.25' 2.25' •Wide, internal handle; drop front Increment (3 bind design for easy access under sinks and counters TRUCKLOAD QUANTITIES • Large branding areas on front Office Paper Apartment and sides 14 Gallon Bin 18 Gallon Bin Stacking Bins Recycler Recycler Office Paper Recycler 48'Trailer 5,400 4,560 2,445 Inquire Inquire 53'Trailer 6,000 4,800 2,700 Inquire Inquire •Optional divider to sort different - grades of paper HIGH DENSITY OPTIONA (�''�11! BAR CODE • Diamond cut-out differentiates L2a POLYETHYLENE f , KL *Art. &FIND TAG OPTIONS recycler from regular waste bins HOPE FFF"��� ' Mixed sources inif•1r 141 fte rt 'Iaciffc (toinval� Y a 0:�i.e-��...:�'" La Every Day. !1 11. SINCE 1913 i ;C�SC e"�!';`.tn:m x <. < muu+ P[R•gnwuq wtn '� `",�' -.n.M..o..wWw....Y..11 A FAMILY TRADITION OF GROWTH,SERVICE AND INNOVATION 4,rts YailltomPanv Plastic Material Rehrig Pacific Company uses only the highest grade HDPE especially formulated to meet the demands of refuse and recycling bin and cart applications. We currently purchase our resin from DOW Plastics & Exxon Mobil. The DOW material used in the manufacturing of the Rehrig Pacific carts and bins is DMDB-7905 NT 7 and the Exxon material is HD-6605, both materials are a narrow molecular weight copolymer that is designed for a wide range of injection molding applications. The materials provide excellent impact strength, stress crack resistance and process ability. These materials are ideally suited for articles requiring rugged physical performance in cold temperature environments, such as refuse and recycling carts and bins. If you would like to learn more about these materials please reference the Materials Safety Data Sheets (MSDS) attached. Ultraviolet Stabilization Rehrig Pacific Company utilizes an H.A.L.S. (Hindered Amine Light Stabilizer) ultraviolet stabilizer (U.V.) package, which is considered a superior U.V. stabilizer package. This master- batch (or concentrate) contains maximum light stable color pigments that have the highest rating possible to prevent fading. The master-batch also contains ultraviolet inhibitors similar to or better than the Chemisorb 944 and thermal stabilizers in final levels to ensure minimal degradation in the field. At Rehrig Pacific we introduce our H.A.L.S. ultraviolet package into our rollout carts and bins at a 1.5%-2.0% let down ratio by total resin weight of the container. In contrast to "screener" U.V. stabilizers, the H.A.L.S. package protects the plastic resin at the chemical level. The package is designed to seek damaged or broken polymer chains at the chemical level and repair and protect the polymer chains from U.V. rays, thus maintaining the physical material properties of the plastic resin and container. Other U.V. stabilizers act as "screeners", similar to suntan lotion, in which the stabilizer attempts to screen the plastic and container from U.V. rays. Unfortunately, moisture can wash off "screeners", leaving the container exposed to harmful U.V. rays. Color deterioration is controlled by the quality and type of pigment, separate from the deterioration of physical properties. U.V. rays interact with the pigment and can modify the pigment, depending on the amount and intensity of the U.V. rays and the quality of the pigment. Certain color pigments are more difficult to control especially variations of the color red and bright fluorescent colors. Printed on Recycled Paper A FAMILY TRADITION OF GROWTH,SERVICE AND INNOVATION CONTRACT COMPLIANCE REPORT OHRD USE ONLY FORM CC-1 ICE-Yes( ) No( ) I. Regulations: A. Section 10-194 of the Omaha Municipal Code and the Rules and Regulations based thereon require: 1. Prior to the award of any contract in the amount of$5,000 or more, the apparent successful bidder shall submit or have on file with the Contract Compliance Officer this Contract Compliance Report (form CC-1). This report shall be in effect for 24 months from the date the Contract Compliance Officer receives this report. Important: 2. THE CITY OF OMAHA SHALL NOT CONTRACT WITH ANY APPARENT SUCCESSFUL BIDDER WHO DOES NOT SUBMIT OR HAVE ON FILE THIS FORM CC-1. B. FILING THIS REPORT: Submit this completed form to the City of Omaha, Human Rights and Relations Department, Room 502, Omaha/Douglas Civic Center, 1819 Farnam Street, Omaha, Nebraska, 68183. Direct any questions regarding this report to the Human Rights and Relations Department at (402) 444-5055. Forms may be obtained from the City of Omaha Finance Department or the Human Relations Department. Fax No. (402)444-5058. C. Questionnaire(to be completed by the apparent successful bidder) 1. Bidder Firm's Name: ORBIS Corporation dba Norseman Environmental Sales Address: 1055 Corporate Center Dr City/State/Zip Code: Oconomowoc , WI, 53066 Phone No.: 262-560-5000 FaxNo.: 2. Headquarters or Principal Office(if different from#1) Name: Address: City/State/Zip Code: Phone No.: 3, Principal Official or Manager of Firm Name: Bill Ash Address: 1055 Corporate Center Dr City/State/Zip Code: Oconomowoc, WI, 53066 PhoneNo.: 262-560-5308 4. Equal Employment Opportunity Officer Name: Dennis Rooney Address: 1055 Corporate Center Dr City/State/Zip Code: Oconomowoc, WI, 53066 Phone No.: 262-560-5320 5. Please indicate your hiring area: City(ies):varies by level and location of position County(ies): varies by level and location of position State(s): varies by level and location of position 6. Please list all minority and female organizations notified of employment opportunities with your firm in the last 12 months. 1. Monster Diversity Network 2. 3. 4. 5. 7. Please list all unions with whom you have a collective bargaining agreement. Name Address Business Agent I See attached. 2. 3. 8. Please indicate by a check, where appropriate, if you are a Protected Business Enterprise(PBE) i.e. your business must be at least 51%owned, controlled, and actively managed by protected class members, or, in the case of a publicly owned business, at least 51% of the stock is owned and controlled by protected class members. Refer to Omaha Municipal Code, Section 10-191, (g)and(h). ONLY CHECK IF YOU HAVE BEEN CERTIFIED BY THE HUMAN RELATIONS DEPARTMENT Check if PBE ( ) Check Type of PBE Black ( ) Hispanic ( ) Asian and Pacific Islander ( ) American Indian or Alaskan Native ( ) Female ( ) 8.(a) Please indicate by a check, where appropriate, if you are certified as a Disadvantaged Business Enterprise (DBE) i.e. your business must be at least 51% owned, controlled, and actively managed by individuals who are socially or economically disadvantaged, or in the case of a publicly owned business, at least 51% of the stock is owned and controlled by socially or economically disadvantaged individuals. Refer to Omaha Municipal Code, Section 10-191, (In). ONLY CHECK IF YOU HAVE BEEN CERTIFIED BY THE HUMAN RELATIONS DEPARTMENT Check of DBE ( ) 9. Please list all minority or female owned firms from whom you have subcontracted or solicited subcontracts in the past 12 months. Please indicate by a check whether subcontractor is minority or female firm. ( ) ( ) Minority Female Name Address Finn Firm a. See attached. b. c. d. e. f. II. Employment Data: USE DATA FOR OFFICE LOCATED IN THIS REGION. IF THERE IS NO LOCAL OFFICE,PROVIDE THE HEADQUARTER'S DATA. Please complete the following chart identifying your work force by race, sex, and job category. This information may be obtained by visual survey or post-employment records, neither of which is prohibited by any Federal, State or local law. An explanation of the job categories follows the signature and date line. USE THE MOST RECENT PAYROLL PERIOD AND INDICATE THE OFFICE LOCATION USED TO COMPLETE THIS WORK FORCE INFORMATION. Employment Data Chart: Number of Employees (Report employees in only one category) Race/Ethnicity Not-Hispanic or Latino Total Hispanic or Col Job Latino Categories Male Female A-N Male Female White Black Native Asian American Two White Black or Native Asian American Two or Hawaiian Indian or or African Hawaiian Indian or or African or Other Alaska more American or Other Alaska more American Pacific Native races Pacific Native races Islander Islander A B C D E F G H I J K L M N 0 Executive/Senior Level Officials and Managers' 1 ..,; �� h r �f (jj :r .. First/Mid-Level Officials and Managers 45 1.2 3f, G 4 rt.• t z� ` Professionals 2 t-+ 4 �� 4,- 34 d d'i ` gQ Technicians 3 b QS I 6 fi dhc m ZF1 .11 Sales Workers 4 0 W n.s °a u 0 v' �:� A.*^ � Administrative Support Workers 5 0 , 0 6 0 x• Craft Workers 6 0 r y = :u 0 0 < is _Operatives 7 0 Q © 4� i. `t` `�" w c t1 fb Laborers and Helpers 8 0 u 1«` w ` r ` Service Workers 9 d+ 4 ' i _ TOTAL 10 �',. L :." r rJ a air`. �✓ 0 6 3 PREVIOUS YEAR TOTAL 11 'k cr li" 4-7" 3 0 Qa Payroll Period Used: \c6('.(M.• (,a 1 t3.(0 I V.1, (most recent payroll) Office Location Used: t>c> ,-a ,.,,o,..- ‘4..ct, ivo.- ,S III. Agreement: In connection with any contracts I may enter into with the City of Omaha for the life of this form,I agree to do the following: A. Not discriminate against any employees or applicant for employment because of race, religion, color, sex,national origin,age, or disability; B. Take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age,or disability; C. Post in places available to employees and applicants for employment, Equal Employment Opportunity notices provided by the Contract Compliance Officer; D. Include in all solicitations or advertisements for employees placed by or on behalf of the contractor, a statement that all qualified applicants will be considered for employment without regard to race, religion, color, sex, national origin, age, or disability; E. Notify in writing each labor union with whom the contractor has an agreement of the contractor's commitment to the Equal Employment Opportunity Clause; F. Permit reasonable access to those records which the Contract Compliance Officer deems relevant to determine compliance with the Equal Employment Opportunity Clause; G. Allow the Contract Compliance Officer to question witnesses and otherwise investigate such facts, conditions, practices, or matters which the Contract Compliance Officer deems relevant to determine compliance with the Equal Employment Opportunity Clause; I-I. Correct subcontractor's noncompliance with the Ordinance through actions recommended by the Contract Compliance Officer including withholding all future payments to subcontractor(s) in violation until the Contract Compliance Officer determines that the subcontractor(s) is complying with the Ordinance; I. Notify each subcontractor of the contractor's commitment to the Equal Employment Opportunity Clause; J. Keep and retain all personnel records for one year from the date received such as applications,job advertisements, evaluations,terminations,promotions,etc.; K. To cause his/her subcontractor(s) to keep and retain the same records as listed above under Letter J; L. To certify that all employees directly involved with the contract will be given a discrimination prevention seminar approved by the Human Relations Department; M. Notify minority and female organizations of employment opportunities and maintain records of organizations'responses; N. Maintain a file of the name and address of each protected class applicant showing the date of contact and whether the applicant was hired or referred to the union hiring hall and if not hired or referred the reason(s)why; O. Notify the Contract Compliance Officer when union(s)with whom the contractor has an agreement has not referred a protected class worker sent by the contractor or when the union referral process has impeded the contractor's ability to employ workers protected class;and, P. Solicit bids for subcontracts from available protected class subcontractors including circulation to minority associations and maintain records of such. I certify that I have provided accurate information in this report,that I have read the agreement in Part III, and that I am authorized to commit the contractor to comply with the Agreement. Firm's Name: Cs:9-9Qcc ,-. Obc,, cX.C- A�� r�tD\5rl(e.� -WA-. Signature: T)r'r, l�Clc� ic. �se� (Print Name) (Title) (Signature) C 25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: m4' WHEREAS, bids were received on October 17, 2012 for the purchase of curbside recycling containers to be utilized by the Environmental Quality Control Division; and, WHEREAS, Norseman Environmental Sales submitted a bid of$6.25 per unit, being the lowest and best bid received within the bid specifications in October 2012, for the purchase of curbside recycling containers; and, WHEREAS, Norseman Environmental Sales will provide 5,000 curbside recycling containers under a new purchase order in 2013 at the October 2012 bid price of$6.25 per unit for a total of$31,250.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Norseman Environmental Sales for the purchase of 5,000 curbside recycling containers to be utilized by the Environmental Quality Control Division in the amount of $31,250.00; and, that the Finance Department is authorized to pay this cost from the General Fund 11111, Solid Waste Collection and Disposal Organization 116321, year 2013 expenditures. 218813scp APPROVED AS TO FORM: CITY ATTORNEY DATE By Ad6;5PbOale, Councilmember Adopted/xi.,JUN 1 11 2013 .7'I� Ci Clerk ///:2 Appro. '��l� Mayor NO. F3' 47 Resolution by Res. that, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Norseman Environmental Sales for the purchase of 5,000 curbside recycling containers to be utilized by the Environmental Quality Control Division in the amount of $31,250.00; and, that the Finance Department is authorized to pay this cost from the General Fund 11111, Solid Waste Collection and Disposal Organization 116321, year 2013 expenditures. 218813Ascp Presented to City Council JUN 1 1 2013 Adopted U?uiicr grown City Clerk