Loading...
RES 2022-0906 - PO to Recollect Systems for Recycling & Solid Waste Calendar and Notification Services for EQC Division City Clerk Office Use Only: RESOLUTION NO. 2 ` J2 VI�i /L; (-f'1��) Publication Date (if applicable): 7 Agenda Date: Zfz1)2Z Department: ubk Larks Submitter:_ (1 t2Oh1V7fc CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Public Works Department, Environmental Quality Control Division, desires to utilize software for Recycling & Solid Waste Calendar and Notification Services; and, WHEREAS, bids were received on June 29, 2022 for the procurement of these services; and, WHEREAS, ReCollect Systems, Inc., a Routeware Global Company, submitted the best bid according to the specifications to Douglas County Purchasing for the attached bid named City of Omaha: Recycling & Solid Waste Calendar and Notification Services which by this reference is made a part hereof; and, WHEREAS, the cost of this purchase, including an alternate bid, will be paid according to actual usage from the General Fund 11111, Solid Waste-Collect& Disposal Organization 116321, year 2022 expenditure. 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 ReCollect Systems, Inc., a Routeware Global Company, for the provision of Recycling & Solid Waste Calendar and Notification Services to be utilized by the Environmental Quality Control Division. BE IT FURTHER RESOLVED, THAT, the Finance Department is authorized to pay the cost of this purchase, according to actual use at an estimated amount of $52,596.00, from the General Fund 11111, Solid Waste - Collect & Disposal Organization 116321, year 2022 expenditure. 1159cvr APPROVED AS TO FORM: L2017-7_ DEPUTY CITY ATTORNEY TE Adopted: SEP 2 0 2022 5-0 Attest: CityClerk Approved: Mayor INTER-OFFICE COMMUNICATION August 22, 2022 To: Heather Tippy Pierce FROM: Paul L. Dunn SUBJECT: Recycling & Solid Waste Calendar and Notification Service Please generate a Council resolution for a contract with ReCollect, a Routeware Company, to provide Recycling & Solid Waste Calendar and Notification Service. ReCollect was the only bidder that fulfilled the specifications for this service. This service contract will have an annual fee of $52,596. The City's contracts with FCC Environmental and Firstar Recycling include reimbursements to pay for services such as this that enhance those respective contracts. All documents have been uploaded. OQ DtAAHA,IN,4.A�`, °st Public Works Department '; �c!^' Omaha/Douglas Civic Center n7-'f,;_F:; iisr-� 1819 Farnam Street,Suite 601 o�;a-?-- T, A`_ =ti Omaha,Nebraska 68183-0601 '00� M��'' j'� (402)444-5220 R�TBD PESIW. Fax(402)444-5248 City of Omaha Robert G. Stubbe,P.E. Jean Stothert,Mayor Public Works Director August 10,2022 Jeff J.Galad,CRO Municipal Media Corp./Recycle Coach 50 Carroll Street,Ste 111 Toronto, Ontario M4M 3G3 CANADA RE: Bids for Recycling and Solid Waste Calendar and Notification Service Dear Bidder: Section 10-110 of the Omaha Municipal Code allows a Departmental Director to reject bids because items on the bid received were non-compliant with the specifications. This letter is to serve as written notice that your bid for a Recycling and Solid Waste Calendar and Notification Service was not compliant with the bid specifications and has therefore been rejected. In the review of your bid, it was determined that certain features related to the delivery of notices, including short code and management interface requirements were not met. Additional charges per message were called out, which, per specification, are not allowed. Your firm's bid did not meet requirements regarding ownership of data, and it also did not meet requirements for integration with the NextDoor social media platform. Section 10-110 also provides that: "Within ten (10) days after a bid is rejected, any rejected bidder may appeal to the city council by filing with the city clerk a written objection stating all the reasons for the objection." This may be mailed, faxed or emailed to the Omaha City Clerk, at 1819 Famam St, Ste LC-1, Omaha NE 68183; fax: 402-444-5263, or email: Elizabeth.Butler@cityofomaha.org. Such appeal is due to be submitted by August 20,2022. The Public Works Department appreciates your interest and participation in the bidding process. Sincerely, obe G. Stubbe, P.E. Public Works Director cc: Elizabeth Butler,City Clerk Eric Carlson,Purchasing Ryan Wiesen,Law Department Heather Tippey Pierce,Public Works Paul Dunn,Public Works ✓ File RGS:htp BID BOND: $1,500.00 MH Douglas County Purchasing TABULATION OF BIDS ON: CITY OF OMAHA Municipal Media Recollect Systems, Recycling&Solid Waste Calendar and Notification Service Corp. d/b/a Recycle Inc., A Routeware Coach Global Company Date of Opening Department Wednesday, June 29, 2022 PW Sewer Maintenance Quantity DESCRIPTION Unit Unit Price C Price C Recycling &Solid Waste Calendar and Notification Service As Per Attached Specifications TOTAL BID: $12,135.00 $42,287.00 Bid Bond Received: Yes Yes Terms: 100% Delivery: 30 Calendar Days 60 Calendar Days 1 of 1 IFOCollect 16525 SW 72' Ave. Portland,OR 97224 (503)906.8500 I Corporate Offices (877)906-8550 I Toll Free A Routeware Company www.routeware.com (503)906-8544 I Fax Primary Service with Lump Sum Pricing Attachment 1: Bid Pricing Sheet for City of Omaha Recycling & Solid Waste Calendar and Notification Service Bidders must input pricing in the Unit Price column. Note that the Extended Price is formatted to auto-calculate based on Unit Price entered by bidder. Item bid must meet or exceed the specifications of the item listed. Bidder must not alter or revise this spreadsheet or format. Doing so will result in your bid being deemed non-responsive. A hard copy of Attachment I must be included with the bidder's submitted bid. Name&Title of person completing this form: Lanes Bulkley, Controller Bidder Company Name: ReCollect ua unaft Part Description and Number Quantity UOM Unit Price Extended Price (ectimatecl) 1 Primary service for one year I lump sum $37,887.00 $37,887.00 Setup,onboarding,configuration,format converstion 2 and training 1 each $0.00 $0.00 3 Text messaging subscribers 1,000 phone number $0.55 $550.00 4 Text messaging subscribers 2,000 phone number $0.55 $1,100.00 5 Text messaging subscribers 5,000 phone number $0.55 $2,750.00 6 Email subscribers 15,000 email address $0.00 $0.00 7 Email subscribers 20,000 email address $0.00 $0.00 8 Email subscribers 25,000 email address $0.00 $0.00 9 Phone subscribers 1,000 phone number $0.00 $0.00 10 Phone subscribers 2,000 phone number $0.00 $0.00 TOTAL BID (put this amount on Page 1): $42,287.00 BID ALTERNATE PRICING 1 Appointment scheduling 1 !mie sum $10,309.00 $10,309.00 2 Large family cart renewal notification 1 lump sum $0.00 $0.00 3 Large family cart renewal submission&QC 1 lump sum $0.00 $0.00 14 DOUGLAS COUNTY MLH REQUEST FOR BID AND BID SHEET BID ON: CITY OF OMAHA Recycling&Solid Waste Calendar and Notification Service RETURN BIDS TO: Published: June 8,2022 CITY CLERK 1819 Famam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF LC-1 Omaha-Douglas Civic Center $1,600.00 Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO "CITY OF OMAHA" NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CT on Wednesday,June 29,2022 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4 Right is reserved to accept or reject any or all bids in their entirety and the bidders shall OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 have the right to appeal any decision to the Omaha City Council. by the opening date and time Indicated h a sealed envelope marked: 5 When submitting bid on items listed,bidder may on a separate sheet,make BID ON:CITY OF OMAHA Recycling&Solid Waste Calendar and Notification Service suggestions covering reduction in costs wherever this is possible through 2. As evidence of good faith a bid bond or certified check must be submitted with bid. redesign,change of material or utilization of standard Items or quantity change. Bid bond or certified check shall be made payable to"City of Omaha' 6 Bid tabulation are available on the Douglas County Purchasing website: FAILURE TO DO SO IS CAUSE FOR REJECTION. www.douglascountypurchasing.org. DO NOT CALL FOR THIS INFORMATION. 3 The City of Omaha Is tax exempt Tax exempt certificates will be provided upon request Bid your lowest price,beet delivery and terms,F.d.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION Recycling &Solid Waste Calendar and Notification Service as per the attached specifications. 42,287.00 TOTAL BID: $ A bid bond in the amount of$1,500.00 is required with bid submission. Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title and company name in the subject line. The deadline to submit questions on this bid is 11:00 a.m.on the Thursday before the bid opening date. Answers to questions will be posted via an addendum no later than the Friday before bid opening at www.douglascountypurchasing.org. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms 100 % Firm:ReCollect Systems, Inc.,A Routeware Global Company Incorporated In:Delaware Delivery(or completion) Name:Lanae Bulkley 'Signature: aMfiL i ' 0 ' 60 calendar days following awat Title:Controller [Phone:(503)906-8524 IFax:(503)906-8545 Address:16525 SW 72nd Ave Portland, OR 97224 Street/P.O.Box City State Zip Email Address:Ibuikley@routeware.com DOUGLAS COUNTY REQUEST FOR BID Recycling &Solid Waste Calendar and Notification Service NOT AN ORDER Page 2 BID CLAUSES-TERMS AND CONDITIONS Requirement for Bid Bond: The surety company iissuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha, or lawful money of the United States,or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID If a bidder submits more than one bid, only one bid bond is required; however, the 5%bid bond must be calculated using the highest bid amount of all submitted bids. 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. 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)City staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled,when recognized by the City as staff facilitating the meeting for the purpose of addressing questions;and (3)Presentations, key personnel interviews, clarification sessions or discussions to finalize a contract,as requested by the City of Omaha. Unavailability of Funding: Due to possible future reductions including but not limited the City of Omaha(CITY), State and/or Federal appropriations, the CiTY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations,the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested,or in person with proof of delivery, The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction,whichever is later. Provided, that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract, Any and all additional fees,charges, costs or expenses,which result from an approved assignment or delegation, shall be paid by the assigning/delegating Party. Termination: The City of Omaha may terminate the awarded contract at any time if the vendor fails to carry out the terms or fails to make substantial progress toward the fulfillment of the contract obligations. In such event, the City shall provide the vendor with thirty(30)days written notice of conditions which endanger contract performance. If after such notice the vendor fails to remedy these conditions,the City may send a certified letter to the vendor for immediate cancellation of the contract. In such event, the City would receive a pro-rated portion of the value of the performance bond depending on the value of the remaining portion of the contract. The City will give the vendor sixty (60)days' notice of termination of contract if appropriations cease.The City of Omaha may also terminate the agreement for any reason upon 30 days'notice. Payment Terms: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services,whichever is later. Drug Free Policy: CONTRACTOR assures the City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. SIGN ALL COPIES Firm ReCollect Systems, Inc.,A Routeware Global Company By Larvae Bulkley a Title Controller CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID Recycling&Solid Waste Calendar and Notification Service NOT AN ORDER Page 3 BID CLAUSES-TERMS AND CONDITIONS FEDERAL DEBARMENT OR SUSPENSION Has bidder or its principals been debarred or suspended from Federal contracts? YES X 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:lfhumanrights.cityofomaha.orgtcc-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. EVerify: New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the state of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration.Reform and Immigrant Responsibility Act of 1996,8 U.S.C. 1324a,known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. if the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us 2, If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program: 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. Joint Governmental Purchases:The City of Omaha has been authorized to join with other public corporations or units of government within the State of Nebraska in the cooperative procurement of materials,equipment,work,or services. With the consent of the successful bidder the City may use the public competitive bid secured herein for the procurement of future materials,equipment,work,or services under the same terms,conditions, and prices offered by the bidder herein. Bidders are requested to indicate below if they are willing to extend the pricing, terms,and conditions of this bid to other City of Omaha departments, Douglas County departments, or other government agencies, if the bidder is the successful bidder. If the successful bidder replies Yes to this provision, other City of Omaha departments, Douglas County departments,and other government agencies may enter into a contract with the successful bidder for the purchase of the goods and/or services described herein based on the terms,conditions, and prices offered by the successful bidder to the City of Omaha. X YES NO SIGN ALL COPIES Firm ReCollect Systems,Inc.,A Routeware Global Company By Lance Bulkley 021/14414 ' Title Controller CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID Recycling&Solid Waste Calendar and Notification Service NOT AN ORDER Page 4 BID CLAUSES-TERMS AND CONDITIONS Liquidated damages shall be assessed at a rate of 1%of the total purchase order amount per calendar day that satisfactory delivery is not made. Satisfactory delivery shall occur on or before the date of delivery agreed to at the time of the bid or purchase award between the City and the awarded bidder. Satisfactory delivery shall also be deemed to include product or purchase compliance with all specifications set forth in the bid award. The amount of liquidated damages shall be deducted from any monies due the awarded bidder by the City. If applicable,when the monies due to the awarded bidder are not sufficient to satisfy the City's liquidated damages,the awarded bidder shall submit payment to the City the amount to satisfy any outstanding liquidated damages owed within 10 days of the date of non-performance. The City may,at its sole discretion, allow"excusable delays"when assessing if liquidated damages are applicable. An excusable delay is defined as a delay that causes disruption to the delivery schedule but which is beyond the awarded bidder's control. Excusable delay may include delays caused by weather,strikes,or natural disasters. Any determination of excusable delay by the City shall be limited in time and scope and shall not be a guarantee or promise of future determinations of excusable delay by the City. Independent Contractor Both parties understand and agree that(CONTRACTOR)is an independent contractor under the provisions of this Agreement and not employed by or otherwise affiliated with Douglas County(COUNTY)or the City of Omaha(CITY). Employees of CONTRACTOR(if any)are not employees of COUNTY/CITY. Each Party shall pay all wages, salaries and other amounts due its employees and shall be responsible for all reports, obligations,and payments pertaining to social security taxation, income tax withholding,workers compensation,unemployment compensation, group insurance coverage, collective bargaining agreements or any other such similar matters, Both parties understand and agree that CONTRACTOR is solely responsible for acquiring and maintaining, for the term of this Agreement, adequate general and special liability insurance,including but not limited to workers' compensation insurance, sufficient to protect CONTRACTOR' ability to complete performance under this Agreement, Neither Party shall have any authority to bind the other by or with any contract or agreement, nor to impose any liability upon the other.All acts and contracts of each shall be in its own name and not in the name of the other. EXTRAORDINARY EVENTS: In the event of a pandemic, natural disaster,terroristic attack,or closure of a facility due to construction, remodeling or sale or any other extraordinary event which results in one, some or all of the listed facilities in this Agreement being closed for two weeks or more,the City may discontinue services upon immediate notice. CONSUMER PRICE INDEX CLAUSE: Following the initial contract term,the awarded bidder may propose price increases for any contract extensions offered by the City. Price increases must be requested 30 days prior to proposed increase and must be justified with documentation(e.g, reports, manufacturer statements, invoices, etc.). Proposed price increases will be reviewed by the City, who at their sole discretion will either approve or reject the proposed increase. 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 I 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. SIGN ALL COPIES Firm ReCollect Systems, Inc.,A Routeware Global Company By Lanae Bulkley gatite,0 Title Controller CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 - '3,° �,1 F J AD 4;t 1. Regulation: 4 a Aloe A.Article IV,Division:1 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-I). An incomplete or unslrrned RC-1 form w'il make your bid null and void. 2. Filing this R-.port(please initial itt the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully 6 authorized to perform employment in the United States and that the Contractor and all sub- _ contractors shall use F-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.). I I Contractor has not been convicted of any tax violations(local,State and Federal)within the last 1 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 f..r» Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSI-IA violations within the past three(3)years. I. , " 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. July 8, 2022 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 tine 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 1-9 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 Famani 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. AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT&FAIR LABOR STANDARDS 1, Lanae Bulkley , 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, 1 am (a contractor) or (the authorized agent of the contractor) for Recollect Systems,Inc,,A Routeware Global Company Company, (hereinafter "Contractor"). I attest to the following: (a) each individual performing services for Contractor is properly classified under the Nebraska Employee Classification Act, ("the Act"), (b)Contractor has completed a federal I- 9 immigration form and has such form on file for each employee performing services, (c) Contractor has complied with Neb. Rev. Stat. §4-114 (use of federal immigration verification system), (d) Contractor has no reasonable basis to believe that any individual performing services for Contractor is an undocumented worker, (e)as of the time of the contract, Contractor is not barred from contracting with the state or any political subdivision pursuant to the Act, and (f) Contractor is complying with and will continue to comply with, fair labor standards as provided in Neb.Rev.Stat. §§73-102 & 73.104, as applicable and as amended hereinafter. Contractor will also ensure that all subcontractors execute affidavits in compliance with the Act. FURTHER AFFIANT SAYETH NAUGHT, Affiant(Contract SUBSCRIBED AND SWORN TO before me this (2 day of)IA,ty , 2o01,_ OFFICIAL STAMP ), STANISLAYALEXANDER LYUSCHENKO NOTARY PUBLIC-OREGON NY,; COMMISSION NO,101 6881 MY COMMISSION EXPIRES SEPTEMBER 14,2055 Notary Public V 0 e I 6 El7,' 413 04 0 cet 1 , , 0 .- 1. CA .gi4g .e 3 A • 6 13 I Y le v sal bh 0 gLi 114 1 z 8 z a Po crila It .8 CU t.-4 4S co cv •Ict ti) 4** P4 v) 0 0 1 = 1 :4 2 i.,c, •S ci. i-, s at Ei at 't E i g 0 MI 4, 4‘ (i) 4 0 ° : CA .13 i3 5 tit 'a 1 0 .16) a cm (I „i3 0 :. CI. 64 II:1 al • .0 . 1. 0 v g 0 a il i4i' § li El g tg .11% ):,' v at ps ,..: ci) = .t) Q . .10, rd w B ...., .i. a V, .0 .9...> = '4 1 g . F2 ill H 40, : : 0:- 2 06 i ...I 0 . . t)E — r--, '..i.) IFI " : : : '8 `" / Mt = = c.) t 8 B 0 •.4 ..... e ,=, ,..,, •,. c.r) g co II, ,.....i ett ..... 0 .... , ("44 d4 t' ° ' 1•1‘. 0 'fi ,i, 60 4 *74-4 d 42 ...Pi tip 4.i 5 1 .8 5 3 , .) 0 Kt •`/3 e 4_, 43. .0 0 ii 0 ,v, 4:1 40,) • . ',013 5 a Al .2 •S .0 R 1- .:ab ..1 % 1.) a t 0 A 47 A .71.4 tt-.) a .4, -.•; ti :g s a co 1 ifq 3 _0 i fg im g.I 8 ., § *40 • . 01 4,, 4 i>, .g ... 1 '.2 41 M 44 Cf) 0I 4 a 1 1 i 114 8 P- a, . ,_, k 1-1 z 1 p. F.. f- -0 a. *ip . Pi A btt 7118 ,,:'AI" 4 t - . 0, .,.. ... 1411 ; 49. 4 .19 - 1 a. t -5 •:.' E A '0 : 12 1. ''.?1 i...) 13 IN I 44 g g. ,,,, 1 .8.—_A A ' ° g g 0 ,g 1 v• 1 t §E, ‘ V Ilga 3 ffe,.8 4 (fARYg V 11 *IS ! A -') 4 Igi 4 2 LI' I 4 0 it .143 ra 5 :Z E .a..g 11 A ill § i ' ll g 0.4 0 iikag E i 1 / ti i - 111a—' sz 1111 .i4 i -!! 448411, 11 •E CA 4 N., 8 -1 - *4 .' w tlgl- F. .AmAgE 118 ; 1 t gi ; 1 $ 1123 111 " 1 til NIS 11 t = 8 0 . . ., '(181 o 8 111g = e. C.." 'Lli Cl) .-.2 0 0 1 g .E R .8 s, cilW 1 g .2.:u IA ,2 11 .1i. 4 2 '..,,,, co aa PL. 1: Al . 1 I 1 1 II li , re -. itit 1 g _ g -g , u,A 8 48 01 2 4•1 Cg . II if A, 8 2 '.11 -ta. - •t' ' ‘TiS 1401 "8 .1 I r E . u ›, ° El ullko , . a u • .. t' 04 0 = 2 '1' g ir 1A2 '21 a v• •4„, d fl, ,?, . up EI i tic ' tif 4 ce cA 8 e1 ,11. 1 ill 4 ,1 ° 14 z c: . T. '-g4t-h .si140, ... . -- .6.1 41 r -4 " 1114.8. 1kse'u .1,_ 1 liwzi " " 4, t5 ,, 4., 0 0 liA15 Zi : . '" = -6111 ' 114 ;`),-, N `i i- ,„ ,§ .ggA 4 , c5. g 44..4 0 i -2, q fr. a 1 . .al 1 -8 ' 1 F. st, .... `.4 g yi i 5 ' 1 ,., ,,, 4 s ,-, g 1 b • in .- --g A 5 04 V, 4 1 sz° § , f' 1-8 ' u 11 g 1 0 11 (..) 3 a t 1 .. 0 ' 44u0 / iiS,.,i' %. •• AM 0 't 1 .- 8 1 il) N 6.4,4 • dt ,, k6a *. a, t.r 'f •). r: , ,4 u 0 iti 0 c, ) rr il # 1 ° 041. '81 '6 g l d Ef3, 0 DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA, NE 88183-0902 PHONE (402) 444-4954 FAX(402)444-4992 June 24, 2022 NOTICE TO BIDDERS: REQUEST FOR BID ON City of Omaha —Recycling & Solid Waste Calendar and Notification Service Bid Opening Date: Wednesday, June 29, 2022, at 11:00 a.m. CT ADDENDUM NO. 1: Please see the attached Questions and Answers. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID, ReCollect Systems, Inc., A Routeware Global Company Name of Firm Lanae Bulkley � Signed By Controller Title Bid on Recycling&Solid Waste Calendar and Notification Service: ADDENDUM#1: QUESTIONS AND ANSWERS 1. We were advised by SuretyBonds.com that neither they nor any other company will provide a Bid Bond for a bid amount under$100,000_Given that this contract will come in well below this threshold,is it possible for you to waive this requirement? If you will not waive this,will you accept a certified cheque from a Canadian Major Bank?Does it need to be US? Answer: If the bidder is unsuccessful in obtaining a bid bond for an appropriate amount, a certified bank check from a Canadian bank will be acceptable. 2. Regarding Bid Alternate#1 -Appointment scheduling. Can you please describe in detail how this process currently works? Answer:Currently appointments are taken over the phone only. Appointments are taken for the current upcoming Saturday and the Saturday following. 10 min appointments are available from gam until 12:30pm. The appointments are recorded in an Excel spreadsheet, There is not a deadline for making appointments. 3. Regarding Bid Alternate#2-Large Family Cart Renewal Notification.Can you please describe in detail how this process currently works? Answer: Households with six or more occupants may register to receive an extra cart at the City's expense. The first application use a form found here: https:/lwasteline.Qrg/wp-content/uploads12020/07IAppiicationLargeFamily.pdf Note that this form must be notarized, which is not required during renewal. From this sheet only a limited amount of information is recorded in our database, Attached to the Service Address we record the Head of Household (two fields, First, Last), Phone number, email if provided, type of cart requested, Number of occupants, start date. For renewal, a month prior to the anniversary date,we generate a renewal form which is similar to the original application but doesn't require notarized signatures. We pre-populate the fields that we have recorded in our database(head of household name, phone,email, cart type). There is a cover letter for the form which is duplexed and mailed in a window envelope with a return envelope. An email is sent out at the same time notifying them to expect the mailing and to return it as soon as possible. The form may be returned by mail, fax, or email attachment. The quality of email attachment varies widely in quality. After about two weeks, phone calls are made to those who haven't returned the form yet. As forms are returned the database is updated. We close the door on renewing at the end of the anniversary month and notify our collection contractor of carts that need to be removed. There are 6,000+ Large Families currently. Because of the collection contract start, the cycle for renewals is very heavy for December when 2,400 large families are renewed. Here is an example renewal form that may be included: https://drive.google.com/file/dll dl8gbdKoLXZBCERb-N56ur9BlTbeeg9r/view?usp=sharin ci) 4. On Attachment 1 Bid Pricing Sheet,the pricing per text messaging/e-mails/phone calls duplicates based on the quantities,making the total bid amount higher than it would be if you selected a package.Why is this? Answer: Bidders should submit pricing as requested In Addendum 1. Bidders may additionally submit a separate document outlining their package and pricing options, On Bid page 13, Criteria 6, substitute this: 6) Pricing thresholds for Text Messaging, email, and phone. Quote the pricing per communication method as requested, For reference our current email service (iContact)contains 20,000 email addresses. We will be maintaining iContact as a communications tool, and inviting them to also sign up for this new service. 5. Are we able to request an extension of the delivery of our bid for an additional 2 weeks? Answer: The bid opening date will not be extended. DOUGLAS COUNTY PURCHASING DEPARTMENT 1819 FARNAM STREET 902 CIVIC CENTER OMAHA, NE 68183-0902 PHONE(402)444-4954 FAX(402)444-4992 June 28, 2022 NOTICE TO BIDDERS: REQUEST FOR BID ON City of Omaha—Recycling & Solid Waste Calendar and Notification Service Original Bid Opening Date: Wednesday, June 29, 2022, at 11:00 a.m. CT Revised Bid Opening Date: Wednesday, July 1.3, 2022 at 11:00 a.m. CT ADDENDUM NO. 2: The bid opening date has been extended to Wednesday, July 13, 2022. END OF ADDENDUM ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS ADDENDUM COVER SHEET WITH YOUR BID. ReCollect Systems, Inc., A Routeware Global Company Name of Firm Lamle Bulkley (4 4 a,tit, Signed By Controller Title