Loading...
RES 2022-0956 - PO to Decker Plastics for (40,000) OMA GRO Bags for EQC Division City Clerk Office Use Only: n���� ��� Publication Date (if a plicable): L RESOLUTION NO. I) 4 Z(��Z Agenda Date:Department: b t V c Submitter: Dbe4 CITY OF OMAHA LEGISLATIVE CHAMBER Omaha, Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the Environmental Quality Control Division (EQCD) of the Public Works Department is in need of forty-thousand (40,000) "OMA GRO" Polyethylene Bags; and, WHEREAS, bids were received on June 24, 2020 by Douglas County Purchasing for the attached bid named "OMA GRO" Polyethylene Bags which by this reference, is made a part hereof; and, WHEREAS, EQCD recommends award to Decker Plastics, Corp. having submitted the lowest and best bid of a unit price of$0.3846 per bag, and applicable freight charges; and, WHEREAS, the cost of this purchase will be paid from the General Fund 11111, Compost Operations Organization 116331, year 2022 funding. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, as recommended by the Mayor, the Purchasing Agent is authorized to issue a Purchase Order to Decker Plastics, Corp. in the total amount of$24,560.40, and applicable freight charges, for the purchase of forty-thousand (40,000) "OMA GRO" Polyethylene Bags to be utilized by the Environmental Quality Control Division; and that such purchase is hereby approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of this purchase, and applicable freight charges, from the General Fund 11111, Compost Operations Organization 116331, year 2022 funding. 1167cvr APPROVED AS TO FORM 1(1.427z_ 02'"l4l CITY ATTORNEY DATE Adopted: OCT 04 20221✓0 Attest: ity Clerk Approved: -tb ' Mayor 8/31/22,6:57 AM Enterprise Mail-Hello/follow up MG_ mail Donald V. Hembry(PWks)<donaid.hembry@cityofomaha.org> Hello/follow up Mike Decker<mikedecker@deckerplastics.com> Tue,Aug 30, 2022 at 12:57 PM To:"Donald V. Hembry(PWks)"<donald.hembry@cityofomaha.org> Cc: Mike Decker<mikedecker@deckerplastics.com> Hi Don, • • • How are you sir?Are you ready for the holiday weekend? © By the way do you have any OMA-GRO bags still in stock at your facility in Bellevue? • For 40,000 bags of the OMA-GRO bags with all specifications remaining the same as the last order the price is $0.61401 per bag, plus freight. • I did an inventory and I have enough raw material on hand to fulfill a 40,000-bag order, so I can keep the price the same as the last order. • Lead time would be 4-6 weeks after receipt of an official purchase order. • Anything else you need from me, please let me know. Thank you,sir,we appreciate the opportunity to partner with you and the City of Omaha. Take care and have a good afternoon. �J [Quoted text hidden] / rr e/ff‘ • https://mall.google.com/mail/u/0/?ik=4eb7337f668,view=pt&search=all&permmsgid=msg-f%3A1742609841205948590&simpl=msg-f%3A1 74260 984 1 2... 1/1 BID BOND: $1,000.00 Douglas County Purchasing TABULATION OF BIDS ON:CITY OF OMAHA "OMA-GRO"Polyethylene Bags ConServe Flag Company Decker Plastics Nitsom Promotional PAK Solutions,LLC Star Poly Bag,Inc. UniPak Corp. Manufacturing Corp. Date of Opening Department Wednesday,June 24,2020 PUBLIC WORKS - Quantity DESCRIPTION Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Unit Extended Price Price Price Price Price Price Price Price C Price Price Price Price "OMA-GRO"Polyethylene Bags . 40,000 "OMA GRO"Polyethylene Bags BID/each: $0.3846 $15,384.00 $0.370 $14,800.00 $0.420 $16,800.00 $0.433 $17,320.00 $0.42 $16,800.00 Additional Bags BID/thousand: $0.3846 $370.00 $420.00 $0.418 $0.42 Additional Bags-Minimum Order Amount Improper Bid Security 20,000 10,000 0 20,000 40,000 TOTAL BID: $15,384.00 $14,800.00 $16,800.00 $17,320.00 $16,800.00 BID BOND RECEIVED: — -- YES — — Terms: 1%/10 Net 30 0%/Net 30 0%/10 Net 30 Net 30 Delivery: 30-40 days 75 days 30 days 30 days 10-45 days 1 of 1 RS DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: CITY OF OMAHA "OMA-GRO"Polyethylene Bags RETURN BIDS TO: Published: June 10,2020 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. 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 24,2020 IMPORTANT 1. Bid must be in the office of the CITY CLERK,1819 Farnam Street,LC-1, 4 Right is reserved to accept or reject any or all bids in their entirety and the bidders shall OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 have the right to appeal any decision to the Omaha City Council. by the opening date and time indicated in a sealed envelope marked: 5 When submitting bid on items fisted,bidder may on a separate sheet,make BID ON:CITY OF OMAHA "OMA-GRO"Polyethylene Bags 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 lax exempt Tax exempt certificates will be provided upon request Bid your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION "OMA-GRO" polyethylene bags in 40,000 each accordance with the attached specifications. BID/each: $ 0.3ro $ l S 30. (Unit Price x 40,000) (5%Bid Bond is to be based upon this amount,if over $20,000.00) Additional Bags (if needed) BID/thousand: $ 0►3 rrr Additional bags minimum order amount:o?0, pgo Questions regarding this bid should be sent via email to bidquestions@douglascounty-ne.gov. Vendor must include the bid title in the subject line. The deadline to submit questions on this bid is 11:00 a.m. on the Thursday before the bid opening date. Answers to questions will be posted via an addendum no later than the Friday before bid opening at www.dougiascountypurchasing.org. (PLEASE PRINT LEGIBLY OR TYPE) Payment Terms_L% i M/,�0 Firm: LI94A-ER p/ j4jct'c+ i Jc Incor,.orat d In: Delivery(or completion) / Name: M;re, A eckCr f Signature:ein 3o/vo calendar days following Title: .5,4/ie A4 41,0 a4.1 Phone: '7l2„ 3 73ogeqs'Fax: ANA' 3Ata'- 8617— award Address: l/oy a QJ Coonc/( 8441 , AKM s"«t Street/P.O.Box City State Zip ,Email Address: alheecte,A.t e 'ec*+�rplsrfh(S a corn ‘t,23/.We070 pleas-e ,t„41,2( 0141 Preolic f IWAi 4 GPI QI e �, bpi � � 6?-5 „,i. o."( 4v43- 3-74/e4 4.0011- wi-c/261 xd.f L4:04 D-p.eci---4044 4,4),-iale is . `S (,��•�� cam rey44) /dem cAdi 044 ea, 1.43 9gms— vv "OMA-GRO" BAG SPECIFICATIONS The City of Omaha is seeking to purchase quantity 40,000 "Oma Gro" polyethylene bags. Bag measurements should be 19" X 29.5" X minimum of .005 MIL, printed three (3) colors on white background (see sample bag). Printing to include: "Oma-Gro" logo, application rates, analysis, bar code, and Net - 1 Cubic Foot (28.3 L). Bags to include: 1/8" vent holes on both sides, anti-slip additive and UV protectant. Bid price to include plates if needed. If plates will need to be revised, quote to include revised plates. Shipment of bags will be required 30 days after notice to proceed. All deliveries to be made to: Papio Waste Water Plant (Compost Operations) 15705 Harlan Lewis Road Bellevue, NE. 68123-5728 The above facility has a loading dock with forklift with the ability to unload items from a truck. Sample bags are available in the Purchasing Department, 1819 Farnam Street, Room 902, Omaha, NE 68183. Vendor may request a sample bag to be mailed to them at the vendor's expense. Vendor should email their request for a sample bag to bidquestions@douglascounty- ne.gov. Vendor is responsible for scheduling a pick up date/time with the mail carrier of their choice and any costs incurred for the shipping of the sample bag. Pick up date/time must occur during regular business hours: Monday— Friday, 8:00 a.m. —4:00 p.m. Note: changes will be made to current bags, as noted in the photograph. Term of the agreement will be for one (1) year from date of City Council approval. At the sole discretion of the City of Omaha, the contract may be extended for five (5) additional one-year terms. Price must remain firm through the initial term. 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. 1 Pf .4f,-, rag iffix-vrogiu tin if Mill 'NMI iii.3 il.iii.1§ XI to gib t 1 n ,, Select turf grays cat ng and scientifically blended and aged 5 to a rich natural hurt motorist1. aiiirGr � � , % . E 0 t3`l l* W,;a/(. ver.a :4.4r°,) ./ Ott, , r �t -" ''','. 4r'' 3';19,-s_ter t C O ,3.10 * '.; t"3rs= t 1 r r.t4 4 E 0 tit..vi Ld1wn's?„efirlAt.taz*A 41,j t A., '.t it't 410r; 39 ow i 0, 00 i s'a r .xEk ,.�i TMs t,i =zx'.,>r4 4¢ � rei t$1¢a$O ik 111 t.ar• r ttr C 54r 44 rn , t .Ix r, I2 t• t`/ /1 and trubs: AO:AV 2 via, m/A Ifs Pttozb 01 6 Illi it ,. ;'td r 1t # a=€, //P 01"11-r r= Ise,11 Steil Wt= _ r,wl4 c f riAl ,t*.Irk4 tt Oakkorolc Ilvoc pane top /4:44t i s 3 `4,* tom- 4 gxtt* 0.040 wm 'ntc§tiat tasictiro typically t the itiloyiltia analytic _ -- �:�r,,•tea, ,. L I y 2 DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- "OMA-GRO" Polyethylene Bags NOT AN ORDER Page BID CLAUSES •TERMS AND CONDITIONS Requirement for Bid Bond: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond (negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid,only one bid bond is required; 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 is prohibited. Only written communication via email to bidquestions@douglasCity-ne.gov is permitted. Once an award is made the vendor will be permitted to speak with person(s)participating in contract negotiations. Violation of these conditions may be considered sufficient cause to reject a vendor's bid and/or selection irrespective of any other condition. The following exceptions to these restrictions are permitted:(1) Contacts made pursuant to any pre-existing contracts or obligations; (2) City staff and/or vendor staff present at a Pre-Proposal Conference, if scheduled,when recognized by the City as staff facilitating the meeting for the purpose of addressing questions; and (3) Presentations,key personnel interviews, clarification sessions or discussions to finalize a contract, as requested by the City. Unavailability of Funding: Due to possible future reductions including but not limited the City of Omaha(CITY), State and/or Federal appropriations,the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or In part due to such reduction in appropriations,the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction, whichever is later. Provided,that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. in the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. Assignment and Delegation: This Agreement is exclusive to the Parties and rights may not be assigned nor duties delegated by either Party except on prior written consent of the other. Any attempted assignment or delegation without such approval shall be void and shall constitute a material breach of contract. Any and all additional fees,charges,costs or expenses,which result from an approved assignment or delegation, shall be paid by the assigning/delegating Party. Termination: The City of Omaha may terminate the awarded contract at any time if the vendor fails to carry out the terms or fails to make substantial progress toward the fulfillment of the contract obligations. In such event,the City shall provide the vendor with thirty(30)days written notice of conditions which endanger contract performance. If after such notice the vendor fails to remedy these conditions,the City may send a certified letter to the vendor for immediate cancellation of the contract. In such event, the City would receive a pro-rated portion of the value of the performance bond depending on the value of the remaining portion of the contract. The City will give the vendor sixty(60)days' notice of termination of contract if appropriations cease.The City of Omaha may also terminate the agreement for any reason upon 30 days notice. SIGN ALL COPIES Firm By D ockP(* j4, .WC.. r l��Q,( QQQ��)` 44 Title 5 ,1er /ylaau�et CONTINUATION SHEET • DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA- "OMA-GRO" Polyethylene Bags NOT AN ORDER Page BID CLAUSES-TERMS AND CONDITIONS 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. FEDERAL DEBARMENT OR SUSPENSION Has bidder or its principals been debarred or suspended from Federal contracts? YES NO (failure to provide a response maybe 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:l/humanrights.cityofornaha.org/cc-l-search Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb.Rev. Stat. §48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee,or applicant for employment to be employed in the performance of this Agreement,with respect to hire, tenure,terms,conditions,or privileges of employment because of the race,color,religion,sex,disability, or national origin of the employee or applicant. Non-Discrimination: Both Parties agree that in accordance with 42 USCS 12101 et seq.,the Nebraska Fair Employment Practice Act-Neb.Rev.Stat.§48-1122,and Omaha Municipal code 13-89,they will not discriminate against any employee or applicant for employment,to be employed in the performance of this Agreement,with respect to hire,tenure,terms,conditions,or privileges of employment because of the age, race,color, religion, sex,disability, or national origin of the employee or applicant. None of the Parties shall, in the performance of this Agreement,discriminate or permit discrimination in violation of federal or state laws or local ordinances. E-Verify: New Employee Work Eligibility Status(Neb.Rev. Stat.§4-108-114) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the state of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program,or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.us. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements(SAVE)Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb, Rev.Stat.§4-108. SIGN ALL COPIES Firm ,jeCk 1-,A P/as-?: 5 C, BY Crl?C1'41 Title j Mciet mt el J CONTINUATION SHEET DOUGLAS COUNTY REQUEST FOR BID ON: CITY OF OMAHA - "OMA-GRO" Polyethylene Bags 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. ACCEPTANCE OF MATERIAL: Unless otherwise stated in specifications,all components used in the manufacture or construction of materials, supplies and equipment,and all finished materials,will be new, the latest make/model, of the best quality, and the highest grade workmanship. Material delivered under this proposal will remain the property of the Bidder until: (1)A physical inspection and actual usage of the material is made and found to be acceptable to the City;and(2) Material is determined to be in full compliance with the bidding documents and accepted bid. In the event the delivered material is found to be defective or does not conform to the bidding documents and accepted bid,the City reserves the right to cancel the order upon written notice to the Bidder and return materials to the Bidder at Bidder's expense. Awarded Bidder will be required to furnish title to the material,free and clear of all liens and encumbrances,issued in the name of the City of Omaha, Nebraska,as required by the bidding documents or purchase orders. Awarded Bidder's advertising decals, stickers or other signs will not be affixed to equipment. Vehicle mud flaps will be installed blank side out with no advertisements. Manufacturer's standard production forgings,stampings, nameplates and logos are acceptable. SIGN ALL COPIES Firm Iieckç f�� hf `t ivc, By '- Title ,1'4.cts inun4942] • CONTINUATION SHEET Responsible Contractor Compliance Form RC-1 uMAna,Nre A"'Y �^I 1. Regulation: �rF'b Pena°rQ 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 unsisned RC-1 form will make your bid null and void. 2. Filing this Report(please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully authorized 1/10 to perform employment in the United States and that the Contractor and all sub- contractors shall use E- Verify to determine work eligibility. Mt i!J Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of Employee law(Neb.Rev.Stat. Section 48-2901 et seq.). 4i:i ra Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards Law(Neb.Rev.Stat,Section 73-104 et seq.). Contractor has not been convicted of any tax violations(local,State and Federal)within the last three years from the date this bid is submitted. Contractor has not,upon final determination by the Occupational Safety and Health Administration, Md 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. no 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. -?cowl -t a23 j 0?0,1° tgna a ;;.1411 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. 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 68181 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 I, R,4,k � *LA , 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 n�am (a contractor) or (the authorized agent of the contractor) for Qecker P/'sJ c,f 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. LeCMe Af ian (Contractor) SUBSCRIBED AND SWORN TO before me thia,3 day of jh , 20,2d 4141 JODY MY SALES Notary Fuld.CommIsstoo Number 820128 (((��o * * MY COMMISSION EXPIRES row► SEPTEMBER 13,2022