Loading...
RES 2020-1188 - PO to Hughes Mulch Products for christmas tree grinding services City Clerk Office Use Only: ��� _J I Publication Date(if a plicable): RESOLUTION NO.2P2D // Agenda Date: Department: PUb',� /1LVVkS Submitter: C1a PIC'h CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Environmental Quality Control Division of the Public Works Department is in need of Christmas tree grinding services; and, WHEREAS, bids were received on November 30, 2020, for Christmas tree grinding services, to be utilized by the Environmental Quality Control Division; and, WHEREAS, Hughes Mulch Products, LLC submitted the lowest and best bid to Douglas County Purchasing for the attached bid named Grinding Christmas Trees 2020-2021 which by this reference, is made a part hereof; and, WHEREAS, the cost of this purchase, totaling $24,950.00, will be paid from the General Fund 11111, Solid Waste - Collect & Disposal Organization 116321, year 2020 funding. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent be authorized to issue a Purchase Order to Hughes Mulch Products, LLC,for Christmas tree grinding services, to be utilized by the Environmental Quality Control Division, in the amount of $24,950.00. BE IT FURTHER RESOLVED: THAT,the Finance Department is authorized to pay the cost of this purchase from the General Fund 11111, Solid Waste - Collect & Disposal Organization 116321, year 2020 funding. 2769grp APPROVED AS TO FORM t L Iv(2v 1-Xpali CITY ATTORNEY DATE Adopted: DEL 2 2 ZO2O 1 -1) Attest: City Clerkk e n Approved: A4. _ Mayor TMH Douglas County Purchasing Department REQUEST FOR QUOTATION 1819 Farnam Street Room 902 ON CITY OF OMAHA Omaha, NE 68183-0902 (402)444-7155 Grinding Christmas Trees 2020-2021 NOT AN ORDER Publish date: Quote must be received and date stamped no later than: DEPARTMENT Monday,November 16,2020 11:00 a.m. CT on Monday, November 30, 2020 PUBLIC WORKS Please use this form to quote price,terms,and } I i delivery on the items described below. Vendor COMPANY NAME: v1-C7'3 (4' �. '\ 1 2 ,, ,- must provide all requested information and sign form to receive consideration. Quote should be mailed,faxed or emailed to the Douglas County Purchasing Department. ADDRESS: 0�J 'K `.4 )1)(. WE QUOTE YOU AS BELOW EMAIL: '51ac.�f (� hU -'' �C'j �t2-CEOr,t J f i PHONE#: l 'Oa- 11i )9 De L CITY/ STATE: AA ft � .:� t�l I---� FAX#: Submitted by(print): j`7'G`sy' u 5 jvc?'1 ZIP CODE: („ ), c SIGNATURE: 7� J OFFICIAL TITLE: DATE�,� DATE i 133 3? 1,0 TERMS F.O.B. DATE SHIPMENT CAN BE MADE SHIPMENT VIA Delivered QUANTITY DESCRIPTION UNIT PRICE AMOUNT Provide all labor, materials, and equipment to grind or chip Christmas trees to be used as mulch per the attached 5 sites specifications. TOTAL LUMP SUM BID: 01i Questions regarding this quote must be emailed to bidquestions@douglascounty-ne.gov and must be received by 11:00 a.m. CT on: Monday, November 23, 2020 Vendor must include the quote title in the subject line. Answers to questions will be posted via addendum no later than: Tuesday, November 24, 2020 Quote should be sent to Douglas County Purchasing using one of the following methods: MAIL TO: Douglas County Purchasing, 1819 Farnam St Rm 902, Omaha, NE 68183-0902 EMAIL TO: quotes@douglascounty-ne.gov (Quote title must be in the subject line of the email.) FAX TO: (402)444-5423 DOUGLAS COUNTY REQUEST FOR QUOTATION ON: CITY OF OMAHA- Grinding Christmas Trees 2020-2021 NOT AN ORDER Page 2 DESCRIPTION Lump Sum Bid -All Five (5) Sites Inclusive $ I 0 Pleale put this amount on Page 1 Indicate the Trash Disposal option that will be used: Plan A: A minimum of one (1)20-yard roll-off container Plan B: Servicing of the trash barrels as needed Plan C: Commercial dumpsters placed at four (4) of the five (5) sites and serviced as needed Indicate the Quantity Reporting option that will be used: A Plan A: The total weight of the tree mulch Plan B: Estimations of the number of trees collected by site Indicate the destination of the mulch: Plan A: Mulch delivered to Oma-Gro Plan B: Mulch will be used for beneficial use in the following way and at the following location: Person'sName: (kct JI `-'e- )C" j Contact /"� I Contact Person's Phone Number (Business Hours): 9 0 L- j (1) 3 Contact Person's Phone Number (Weekends): q DQ _ 3 ``' L I cf C 3 )e- D t../r1h 1 SIGN ALL COPIES Firm f�l►r By S-te,c‘ a'4✓jj(—j Title CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR QUOTATION ON: CITY OF OMAHA-Grinding Christmas Trees 2020-2021 NOT AN ORDER • Page 3 BID CLAUSES-TERMS AND CONDITIONS Conflict of Interest: Pursuant to all state and local rules,CONTRACTOR assures the City of Omaha(CITY)that no elected Official or any officer or CITY employee shall have a financial interest,direct or indirect, in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of,facilitation of,and execution of or during the duration of this Agreement. Communication with Staff: From the date this bid is issued until a contract is awarded, communication regarding this solicitation between potential vendors and individuals employed by the City of Omaha is prohibited. Only written communication via email to bidquestions@douglascounty-ne.gov is permitted. Once an award is made the vendor will be permitted to speak with person(s) participating in contract negotiations. Violation of these conditions may be considered sufficient cause to reject a vendor's bid and/or selection irrespective of any other condition. The following exceptions to these restrictions are permitted: (1)Contacts made pursuant to any pre-existing contracts or obligations; (2)County staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled,when recognized by the County as staff facilitating the meeting for the purpose of addressing questions;and(3) Presentations, key personnel interviews,clarification sessions or discussions to finalize a contract, as requested by Douglas County. Unavailability of Funding: Due to possible future reductions including but not limited the City of Omaha(CITY), State and/or Federal F appropriations,the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration R stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations,the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY,State and/or Federal funding reduction,whichever is later. Provided,that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract. Any and all additional fees,charges, costs or expenses,which result from an approved assignment or delegation,shall be paid by the assigning/delegating Party. Termination: The City of Omaha may terminate the awarded contract at any time if the vendor fails to carry out the terms or fails to make substantial progress toward the fulfillment of the contract obligations. In such event,the City shall provide the vendor with thirty (30)days written notice of conditions which endanger contract performance. If after such notice the vendor fails to remedy these conditions,the City may send a certified letter to the vendor for immediate cancellation of the contract. In such event,the City would receive a pro-rated portion of the value of the performance bond depending on the value of the remaining portion of the contract. The City will give the vendor sixty(60)days'notice of termination of contract if appropriations cease.The City of Omaha may also terminate the agreement for any reason upon 30 days notice. Payment Terms: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. Drug Free Policy: CONTRACTOR assures the City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. SIGN ALL COPIES Firm t� L�< 1112bBy Title PR".3. .(of/1-' CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR QUOTATION ON: CITY OF OMAHA-Grinding Christmas Trees 2020-2021 NOT AN ORDER Page 4 BID CLAUSES -TERMS AND CONDITIONS FEDERAL DEBARMENT OR SUSPENSION Has bidder or its principals been debarred or suspended from Federal contracts? YES )\ NO (failure to provide a response may be cause for rejection of bid) Bidder certifies by submission of this bid that neither it nor its principals are presently debarred or suspended from participation in Federal contracts. If during the term of the agreement the awarded bidder or any person engaged in performing this agreement becomes debarred or suspended such Party shall notify the City of Omaha immediately. Form CC-1: All bidders awarded a City contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance by having a current Contract Compliance Report(Form CC-1)on file with the Human Rights&Relations Department. This report shall be in effect for 24 months from the date received by the Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations Department at(402)444-5055. Bidders are encouraged to use the following weblink to determine if they have a current Form CC-1 on file(search by company name): https:llhumanrights.cityofomaha.org/cc-1-search. Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act,Neb.Rev. Stat.§48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee,or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure,terms,conditions,or privileges of employment because of the race, color,religion, sex,disability,or national origin of the employee or applicant. Non-Discrimination: Both Parties agree that in accordance with 42 USCS 12101 et seq.,the Nebraska Fair Employment Practice Act-Neb.Rev.Stat.§48-1122,and Omaha Municipal code 13-89,they will not discriminate against any employee or applicant for employment,to be employed in the performance of this Agreement,with respect to hire,tenure,terms,conditions,or privileges of employment because of the age, race,color,religion,sex,disability,or national origin of the employee or applicant. None of the Parties shall,in the performance of this Agreement,discriminate or permit discrimination in violation of federal or state laws or local ordinances. E-Verify: New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the state of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996,8 U.S.C. 1324a,known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www_das.state.ne.us 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev.Stat.§4-108. t ' JLJtSIGN ALL COPIES Firm --)1 �r ' I ��1 `-�' By 7<.z Yi Title ,1 r r I CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR QUOTATION ON: CITY OF OMAHA-Grinding Christmas Trees 2020-2021 NOT AN ORDER Page 5 BID CLAUSES -TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than$200,000.00,it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance:(1)adequate workers'compensation (statutory);(2)commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than$500,000 for all claims arising out of a single occurrence;and(3) property damage insurance in an amount not less than$500,000;and naming CITY OF OMAHA as an additional insured,except for Workers'Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will exceed$200,000.00,it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance: (1)adequate workers' compensation (statutory); (2)commercial general liability in an amount not less than$1,000,000 for any person for any number of claims arising out of a single occurrence and not less than$5,000,000 for all claims arising out of a single occurrence;and(3) property damage insurance in an amount not less than$500,000;and naming CITY OF OMAHA as an additional insured, except for Workers'Compensation policies/certificates,for the term of the agreement. Certificates of Insurance are required before service begins. Liquidated damages shall be assessed at a rate of 1%of the total purchase order amount per calendar day that satisfactory performance is not fully complete. Satisfactory performance shall occur on or before the date agreed to at the time of the bid or purchase award between the City and the awarded bidder. Satisfactory performance shall also be deemed to include product or purchase compliance with all specifications set forth in the bid award. The amount of liquidated damages shall be deducted from any monies due the awarded bidder by the City. If applicable,when the monies due to the awarded bidder are not sufficient to satisfy the City's liquidated damages,the awarded bidder shall submit payment to the City the amount to satisfy any outstanding liquidated damages owed within 10 days of the date of non-performance. The City may,at its sole discretion,allow"excusable delays"when assessing if liquidated damages are applicable. An excusable delay is defined as a delay that causes disruption to the installation schedule but which is beyond the awarded bidder's control. Excusable delay may include delays caused by weather,strikes,or natural disasters. Any determination of excusable delay by the City shall be limited in time and scope and shall not be a guarantee or promise of future determinations of excusable delay by the City. INDEPENDENT VENDOR: Both parties understand and agree that(vendor)is an independent vendor under the provisions of this Agreement and not employed by or otherwise affiliated with Douglas County(COUNTY)or the City of Omaha(CITY). Employees of vendor(if any)are not employees of COUNTY/CITY. Each Party shall pay all wages,salaries and other amounts due its employees and shall be responsible for all reports,obligations, and payments pertaining to social security taxation, income tax withholding, workers'compensation,unemployment compensation,group insurance coverage, collective bargaining agreements or any other such similar matters. Both parties understand and agree that vendor is solely responsible for acquiring and maintaining,for the term of this Agreement,adequate general and special liability insurance, including but not limited to workers'compensation insurance,sufficient to protect vendor's ability to complete performance under this Agreement. Neither Party shall have any authority to bind the other by or with any contract or agreement,nor to impose any liability upon the other.All acts and contracts of each shall be in its own name and not in the name of the other. SIGN ALL COPIES Firm !L, A.c a 11 By '�--i ) , 1 -a Title CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR QUOTATION ON: CITY OF OMAHA-Grinding Christmas Trees 2020-2021 NOT AN ORDER Page 6 BID CLAUSES-TERMS AND CONDITIONS EXTRAORDINARY EVENTS: In the event of a pandemic,natural disaster,terroristic attack,or closure of a facility due to construction,remodeling or sale or any other extraordinary event which results in one,some or all of the listed facilities in this Agreement being closed for two weeks or more,the City may discontinue services upon immediate notice. Solid Waste Disposal: Pursuant to an Interlocal agreement between the City of Omaha(Res. 124)and Douglas County(Res.85) dated January 31,2012,all solid waste collected and/or processed pursuant to City or County contracts is required to be taken to the Douglas County Pheasant Point Landfill.This includes trash,rubbish,construction,and other solid waste.This is a requirement that will not be waived. C&D, hazardous waste, untreated medical waste,asbestos and recycled materials are exempt from this directive. Quantities are estimated. Depending on bid pricing and budget,the City may purchase more or less than the quantities listed. No SEB Reserve:This bid does not have an SEB reserve. Please see the SEB utilization and disclosure forms included with this bid. These documents must be completed and returned with bid submission. If your company is qualified Tier 1 /Tier 2 ESB/SB, then please disclose this on the disclosure form. If your company is not qualified,then please put"N/A"on the disclosure form. • J lC i J12a. GK11 fj SIGN ALL COPIES Firm l / By IcL �(( IY" q / /i'tp>' Title �32N; r i ✓ CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 . 1. Regulation: qr.) 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-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 uauthorized 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 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.). 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. xContractor 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. f p r G/ Signature Dat 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 S500 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. EMPLOYEE CLASSIFICATION ACT: Each contractor who performs construction or delivery service pursuant to this contract shall submit with their bid submission an affidavit attesting that (1) each individual performing services for such contractor is properly classified under the Nebraska Employee Classification Act, 2010 LB 563 ("the Act"); (2) such contractor has completed a Federal I-9 Immigration form and has such form on file for each employee performing services; (3) such contractor has complied with Neb. Rev. Stat. Section 4-114 (Federal Immigration Verification System--E- Verify); (4) such contractor has no reasonable basis to believe that any individual performing services for such contractor is an undocumented worker; and (5) as of the time of the contract, such contractor is not barred from contracting with the state or any political subdivision pursuant to the Act. The contractor shall follow the provisions of the Act. A violation of the Act by a contractor is grounds for rescission of the contract by City of Omaha/Douglas County. CONTRACTOR shall follow the provisions of the Employee Classification Act (Act). A violation of the Act will be a material breach and, in addition to any other remedies, be grounds for immediate contract rescission. If CONTRACTOR is performing construction or providing delivery service, CONTRACTOR shall submit an affidavit that complies with the Act. CONTRACTOR will also ensure that all subcontractors performing services for Contractor will also complete affidavits that comply with the Act. Contractor may submit the affidavit(s) with their bid submission. In all circumstances, Contractor shall provide the affidavits before work or services are undertaken pursuant to this Agreement. Following award, if CONTRACTOR changes or adds additional subcontractors, CONTRACTOR shall ensure that the subcontractor provides an Employee Classification Act affidavit to Douglas County Purchasing Department before that subcontractor begins work or services. All Employee Classification Act affidavits shall be sent to: Douglas County Purchasing Agent, 1819 Farnam Street,Room 902, Omaha NE 68183. FAIR LABOR STANDARDS: CONTRACTOR agrees to maintain FAIR LABOR STANDARDS as defined in Neb. Rev Stat § 73-104. CONTRACTOR has filed with Douglas County (City/County Purchasing) a statement that it is complying with and will continue to comply with, fair labor standards as provided in Neb. Rev. Stat. § 73-102 & 73-104. In addition, CONTRACTOR assures County that it will continue to comply with statutory fair labor standards throughout its performance under this contract. 1 AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT & FAIR LABOR STANDARDS I -1-. <y cam'-) 1 .. , being first duly sworn under oath, state and / depose as follows: 1. I am competent to testify to, and have personal knowledge of,the matters stated in this affidavit. 2. I am I(a contractor) or (the authorized agent of the contractor) for N,.� 1 c g t 3lC 6L PR-1{ jCompany, (hereinafter "Contractor"). I attest to the ) following: (a) each individual performing services for Contractor is properly classified under the Nebraska Employee Classification Act, ("the Act"), (b) Contractor has completed a federal I- 9 immigration faun and has such form on file for each employee performing services, (c) Contractor has complied with Neb. Rev. Stat. §4-114 (use of federal immigration verification system), (d) Contractor has no reasonable basis to believe that any individual performing services for Contractor is an undocumented worker, (e) as of the time of the contract, Contractor is not barred from contracting with the state or any political subdivision pursuant to the Act, and (f) Contractor is complying with and will continue to comply with, fair labor standards as provided in Neb.Rev.Stat. §§73-102 & 73-104, as applicable and as amended hereinafter. Contractor will also ensure that all subcontractors execute affidavits in compliance with the Act. FURTHER AFFIANT SAYETH NAUGHT. Affiant ontractor) SUBSCRIBED AND SWORN TO before me this [.L� day of�J`'`-�'�u20 . GENERAL NOTARY-State of Nebraska ROCHELLE EiOLTE t 4.4 ` My Comm.Exp.May 5,2021 'C \91-e .1.p.bk, . Notary Public City Of Omaha Small & Emerging Small Business Program Participation Disclosure Form THIS FORM MUST BE SUBMITTED WITH THE BID NOTICE: This form must be submitted by the General Contractor/Lead Consultant at the time of bid/agreement submission,designating all companies utilized to complete the scopes of work designated as reserved for Program Participants on the Participation Utilization Form attached to the project documentation. The General Contractor/Lead Consultant may utilize SEB Program Participants for additional scopes of work not specified on the Participation Utilization Form,but they may not be substituted for scopes specifically identified by the City on the Participation Utilization Form. Should the below listed SEB Program Participant be determined to be unable to perform successfully or is not performing satisfactorily, the General Contractor/Lead Consultant shall obtain written approval from the Public Works Director or a designee before dismissal/substitution of the Participant. By submitting this form,the General Contractor/Lead Consultant is certifying that it has afforded any/all applicable program participants the opportunity to submit bids/proposals on this project. Identified Full Name of Projected start/ Percentage of total Scope Participant completion date Agreed Price contract TOTAL: CERTIFICATION: The undersigned certifies that he/she has read,understands,and agrees to be bound by small and/or emerging small business participation utilization requirements,and the other terms and conditions of the Invitation for Bids/Request for Proposals. The undersigned further certifies that he/she is legally authorized to make the statements and representations as to the Participation Utilization requirements and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s)with the Participating Companies listed in the above disclosure at the price(s)set forth in this disclosure,conditioned upon execution of a contract/agreement by the undersigned company with the City of Omaha. The undersigned agrees that if any of the representations made regarding utilization of small and/or emerging small business by the General Contractor/Lead Consultant,knowing them to be false,or if there is a failure by the undersigned company to implement the stated agreements,intentions,objectives,goals, and comments set forth herein without prior approval of the Public Works Director or designee, such action shall constitute a material breach of the contract, entitling the City of Omaha to reject the bid/proposal or to terminate the Contract/Agreement for default. The right to so terminate shall be in addition to,and not in lieu of,any other rights or remedies the City of Omaha may have for other defaults under the Contract/Agreement,under City of Omaha's Contract Compliance Ordinance or otherwise. Signed this Q! f l t�vri c"c in the year �J� 1) r Signature: �� ' G Title:.., 9 3�2 �.clecA Printed Name: 5�e2 s �✓ Firm or Corporate Name: /��, � S )0,14 I P j />�—e-1--1 Address: 3;,,/1 1'C�1 .— (.4) 44, A!1;� �7 6 J 3 L/ Telephone No.: >'L); — %9/- 7%e i)