Loading...
RES 1996-1517 - Contract with Seclean Services Inc for janitorial services at recreation and community centers } c '1/4‘ 7_&--161.- 7 0N1AHA,r.6, 1 j's; RECEIVED �tr.r 72 2/*10, i 96 MAY 31 PM 3: 20 off. f , �ry June 11, 1996 ° e 4 F f J1,� �rPo FEBR oft€ (( id 5 b f ,4 1ti0 j�01�1 �1"S F'�, t `�.. . ri.r..�.'�; City of Omaha Honorable President iV Hal Daub,Mayor Administrative SDepartment 1819and Members of the City Council, 1819 Farnam Street,Suite 703 Omaha,Nebraska 68183-0703 (402)444-4228 Transmitted herewith is a Resolution approving the award of a contract with FAX(402)444-3251 SECLEAN Services, Inc. for janitorial services at recreation and community Joseph A.Mangiamelli centers including: Adams Community Center, Benson Community Center,• Director Camelot Community Center, Christie`Heights Community Center, Columbus. Park Community Center,Florence Community Center,Kountze Park Community Center, Mockingbird Hills Community Center, Montclair Community Center, Near North Senior Center, Pipal Park Community Center, Sherman Community Center, A.V. Sorenson Community Center, Hanscom Tennis Center, Dewey Tennis Center, Benson Ice Arena and Hitchcock Ice Arena. This work was bid on May 15, 1996, with the following results, as detailed in the attached Bid Tabulation. Contractor Total Annualized Amount SECLEAN SERVICES, INC. $193,373.50 (LOW BIDDER) Bishop Building Services $209,702.50 Brothers Cleaning Services, Inc. $221,031.00 Midwest Cleaning $374,207.00 The value of this contract of janitorial services is higher than was included in the 1996 budget request($180,000.00); however,the increase will provide a much needed seven day a week cleaning in those centers which are open on a daily basis to the public, as requested by the Parks Department. The reduced number of cleaning days at these facilities in prior contracts(six days) is unacceptable to users and does not adequately protect the investment the City has made in these community centers. In addition,we have obtained an hourly rate for emergency cleaning situations as may be necessary. The cost of the janitorial services to be provided under this contract will be paid from the Building Services Division Fund 001, Organization 1021. SECLEAN Services, Inc. has filed the required Annual Compliance Report Form, CC-1, in the Human Relations Department; as is City policy, the Human Relations Director will review the firm to determine its compliance with Ordinance 28885. DRUG USE '" IS ABUSE Honorable President and Members of the City Council Page 2 The Administrative Services Department, on behalf of the Parks, Recreation and Public Property Department,recommends approval of this Contract with SECLEAN Services, Inc. in the amount of $193,373.50, being the lowest and best bid received for janitorial services at recreation and community centers and recommends approval of this Resolution. Sincerely, seph A. M gi elli Director Approved as to Funding: Concurred: 5L.A1 Louis A. D'Ercole Parks. •irector Acting Finance Director 'arks, R-creation& Public Property Approved: Referred to City Council for Consideration: t e(9? a. c/Sctl't'6,2 George E. Davis, Jr. -):7-gf,(11s-) Mayor's Office/Title Acting Human Relations Director P:\ASD\4268.SKZ ., i-,• 4,. .a 1 = I sv Ea o 0 _Z g\ . . cn a) 1 y 73 D z a cn o a Z D ;, � (n 1— o • mm CA v K -0 = o m Z Z O? 7 7 °9 mV) O CD C •• . Z n m O n = G como co o o D X m m CO o o c N 0 �• m m 0 G3CC 0 = m n c Q o Z • m to C7 r to Z1 m m cn Z o• c O \= -0 Z O m m Z m (n • -1 = m ?7 inco 73 c° c (p . I n m CA CD nCCD , 90 o -"• o an, • o m r A 4 ' . oc) ... • � 4 _1 rn --...........----------"--__""""""".."-___ 2c) g, . . . ...............„.......„.:.:„:„..„:„::::„iim.:?:.:....:„....i.:i:.:::::::.:::. .::. .:::........s..;: ... .:......:J.,:e2:37Tgi.•:•:.•:...i..iga4.:::- . 4: ..i:...i....4.N.:EM.,;a:::.?::::::: d • LAE . A. •....•..............................................,.................................................................... 1 1 C7 I ............................................................................................................ """."""""""".•• co2. :::.,.:,.:,.,.,...r. ....„.... ...,,„..:.:.:„„,:::„..,,„„,,.:.,,,:.::.::.:.:„:„,:,,,:„..„„„.„,::„„,.,..,.,.,.,„,.,„„,,.:.:.:„:„.„,„,„..„.„.,„.,„, u0 -n C i:i*.::1:if:';.::.*M.s.iliiiii:iiii.:.iiiiiiiiaiiiii:::•::::::::: ::::if::::.:.*,.:i:i:?..:**.:::.:*i*i*i:.::.::::*.::i*:.::.*.:*:.*i:i:i:' m ...........................................................................,...,....•m 11111021111;a1111111111111111111111.11 rn n �(q. ^ ;C7 m 1 I O l : : ::::::::.:..:4ete4iik-PV , • 1 L Iv 1 "] 5 . . CI) o g ._« -. p. , ... co —. . ,. t-T P, 7J c- --I -L• , N N ..< 2, to g m O r Z • cn c Z r . m ' o Z 70 6 c a O O C c CD -1 C 0 Cr H - C CD `� m v`Di Z r Z X ) C) ' m m m D fA 0 o ' C W a) ca m m m Co 0 = � D m Xi 11 m � `� -0o < co � OCD o mo o D .; 3 o m 0 m co rn n v 0 = CT cJI D = = = a. m O c CO = a n n m c = w = c m co (4 O MO 2 n a) C X Z _ Ocu cn W0 o <'a N a v, = a * .< 0 O sv O� a Z m cn C a Z Z co m CD H . * ( Z CD CD � K CD ? N CD -n 0 . • D CC V . .... :i`: - • Z. � n JJ '�1 > " <?f'' i�iiii'i`ii! S;;'i;: ?:2�i#f i i�:`'.'ii#3:5:`':�f` 3i . 1• gl c�. N .................................................................................... ..................................................................................... ..................................................................................... ..................................................................................... -10 c . ---i ::::»::::::::>::::>::»::::>::i...>::>.:ii:ilai:>:::::>::::.:::i.::::::>::>::::::::::>:if,:.i«:::>:::::::>:::: m rn (.11 H- :•\;gyp -7.:ii,.:.'•::i.:::::::::::.-i.:'.........:i....,:::.......:::::::::::.....'i.:::::.........:.::!,:ii...:..!..i,i.........'::.::::::::::::.i..i.,..::::.........::::..i..i....,:i..ii...i.i...:i:i.i...................1..:..i.i,:,....-::::::....iii::...............i.:::::,....:::i:'.......::'.i,-'::...::::::.:.:;:::.............-. 1 1 c� - m .. N N Ni 0 D om 7) C. , • Q Nm D D v nZWSo O g. D D • Z r Zo O w x n na = vn m c c Z- z = .� o, m• m ,zv -i i _ rn mW 0 G) co mo CO o . 0 CO Dco z < W y Om W CD m m p n, K O K mv )o o 3 ° a � CnOcQO== c _ _ CT � cr0 c 5 m 3 -/ O r ? `,° O m c 5 73 a Z m v °. Cr/) Cu v B. z o Z E �, = v = n •0 g m . = j m N ru N O y Z y O 3 v Z O. n z ca = CDa C CD CD (I' (D • * z 0 g m CA) CD CD Z cD CCD • X • y 77 H 7r , N m X IS cif.....:*:::::::]:,.:.:::::::::::::::::::::::::::::.:.:.:.:.:.:.:.::::.:•:.:.:.:.:.:.:.:.:.:.:::::::::-::::.:::::::::::::::::::::::::::::::::.::;.:.::::::: i • `` m ` 1 -D c IELi....g.igi::.:Mi:E.1....::.::::iige.:M!.....0::i:fiiM::::.%:10:Mi..a:::: • if -n C I 1 C7 — • m t 1 II 0 N N N c cn m D D tv co a u' o n 2 co ° D 3 E A C n. O N cn cn (c 0) _5. D T . �Z l v " n Z Zr3N Z -% en _ 0 � . D v Z 0 c� mOn �.. z co • 0 00 • 0 0 o D MXmm rn co o ° = o cn -1 o CD - o Z _< 0vDy. O ? O K CD n 0 7. CD I. K m 0 m "� n —* K o . 3 cc,—, O ° 2 co u� ° 3 — p W a DJ m m C 'X CC K = ° _ rn n O cc�D _Zs , Z c- -' < K X co Cn w O m __ 3 i c O �' Z m CO a Z X a c Z • _� <' n cD — •3 ZCh iv Z CD m CD —Zi CD n Z CD v m H Z mZ c CD —IC CD —17J rn rn 7 .A 1 CD 73 CD CD 71 • D I J1 W � c ` m 11 a ...„.....,......*:„.....,...::::::.......,..:.:::::::.:.::.:..„.....„...;.:::.:...........,.....:.:i„.:.:.....„.......„...„....:.:..„,:.......„:„...o...ii...::::....::::.:::....„...........0.....:x..•....,:•......i.:: .....„, ".".""."."""."""_""_.""...""".""""""."_""""... • .,............,„:„......:•i:::......,..........,?......,....:.„.........ii..:::i.:::::..ii..mi..:.:::...g.m.::„.,...„*...:....:...:i.iii.ii,.... .:....:?..:....„..:.:... ..:a..„:„ . ...::::::.i.i.....i...:..„::......:...::::::..„..„.......„.:........i.:.i.i..:::::::............:::...:i...:.,...„...„.. .„..ii.,.....:ii.:.:i.:.i.,......:.........,:i.....:i.:„..:.:...:i...:,...i.i.„ii.:.ii.....::::: 1 ...c . ........ _ ... .. ........................................................................ • .. ........................................................................ ••• • ......................................................................... Dlz) N.) _ ci, 8 . .............................................................................. ............. .......................................................................................................................................... ' c 1 rn .....„:„.,...„,i.„.,...:•:.::.::.:,........::...,:,.:•.::.,...........:...........:..................................................... . _ .i.:,......:.,i........:„..„.:.::i,i,i,:.:.....,.*:::::::::::::::::::::::::::::::::„..... .....i...„?....„:„....m.....„:„.:.:*.f..::::...„...,....„.....„.:::::„...::::....„:„.....::::::::::::::::::::::: .,.. ...„.:.:::„.:::::::::::::::::::::::::..„.„..„,:,.:.......:„:....:,.„.„...:„.„:„.:.:.:.:....„.:....:.:.:..........:......„.„.:.,.:„.: !i.,...:.......„..:::::::::::::!.!...,..•:...:!::::::.::::i.v.:•:::::.:.:.:!:::::.....!!!:.!:!...!!!:.m..a.:::::::.i..:!...::: :...:!..2.:.::::.:„..i...:::::.,n„.,::... ..a..a„..i.], • xi c.:20:0.,::.....,.::::i.. ..:::::i.i...:i.i;.E.....i.i..,i.i..g.::„.::::: ;............ .i,:..im::,..-R::RN...•:maim:: c� — .................................................................................... •••...............•................................................................. .....••••••••••••••••••••••••••••••••••••••••••••••••••••........................... ..................................................................................... .................................................................................... ..................................................................................... i..„..._:„..:...,....:.:.:.iii,„.:.:.:„.ii......:...............,....:......i......,.:.:....i...:„...ii:.:„....,.......,.:.:„.:.:.:.:.:.:.:.:.:.iiiii:.:.:.:.:.iiii..•.:.:....ii...:.•.:.•.;..::.:.:.:.:.:.:.:.:.:....:.:.:....:.:.:•.....:„....:.:„....ii:.:.:.:..........iiii:.iiiiii...ii......:.:....::.......,..............„.......: . . , ........................................................................ . ........................................................................................... _"."""""....".""_"""".".•""_."".".""""................... -c---) _ :,_..,,„......::::.:.::i,.......„..::-..: :: :::. ,,a,:,„..„•:,.,:....:.::a..:.:m,:,;.:;,.;.:;:m.i.mii:„...wa,.......:iii:.:i.„..ii.:::.,.:.:.:a 1 m m ....... „ .. „....... ........ „. ... „............. :.:,.......,....,„:„.:.:.,...:„.„:„.......,...„.,....,.......„....„:„.„:„....„:.:„.:.:....:,....:.:,.:„......„,„....:....,....„:„. . . . _•(:) (.7.1 ....................................................................................... ......... -0 ........................................................................... .............................................................................. ........................,......................................,..........,..........................................................................„ N x c z .. cy-1 i\..) 1 4 .. ‘ d) .p 09 -' 0 F. 0 O X L • o o W o m. D D g s. cu O _1 03 C Q . O 0 2 Cl' F L 0 D g a z .7-I — 2 4. • o ,D z ^m J m o co^mo < • c r _ ' cs CD - " N n _• � N Z '^ Z Ti 0 n c -, N 0I 0 m O n• \Z-' �' co K co 0 r co I3 K N m o0 p N m - m m �G o • a 0 -i o g o ,� 50 z o CD 0 XI _A • W D N. rn �' CD m co mna0 = oo < z 0 o o a cn Z ,� to MI J a ui r = TA o = �7 a (I) O m 0 rn m a o CD X -s CCD Z a Z m to =, 4) 77 o Cl) Z a - m ib 11 I'` I�<'<�' >< < >> I�I><II`I>`>`' >�IIIIIIII' NW kh 11. • LNII rn rn m - z c� m m c co cn N W o DO g x C.. --I -, . in cn o cn m D D tv. ` o ID 'w a. Cr' o 0 Z co E Cl)• `< ( 6 ; m 0 r z .. 3 -i o Z Q c , * a a 7 r 'V 0) = C a < m s� •c • Z � Z _� c) n n - a 0 m -< = co n m O �' r* a , c° '� m rn `C D y < m m - o rn o Z o a 0, d mnv � �. 0 mK DCD c L Cl m a2 > = a m ? m m w g a 30 co Q 0 2 m Y z a �'tu "� E. Z g CO�, z N a) m —I 2 -0 m cn a, D coo N ca m Na la O Z a. o -a v' , 3 Z N m m cn g cr c O) • u, CD = -, o CD co 2' oCO m c ?r cn c c �- 3 a ' _ < C so CD N .,. ,;:...„,,,,,,.,.,.,,,,,i.,,,,.,„,.,,,,,,.,,,,,,,,,,,.„„,„,„.„,„".„,„:„:„,:,,,„,,,:„.„:„.„,,iii,,,,.„,..„,„,,,,„:„,,,„,,,i,,„„,,,„,,„.,:„,„,,,„:„„„:„.„.„,„„,,,, . ................................................................................ .. ................................................................................. ::,..„:„„,::„„„„,..„,,,,.„„„„,„:„,..„,„,„..:.,,,,.:„,„:„.„,;„„„:„...„.„„.„„..:,.„,„,::„,.„,„.„„„„„.„,,„:„„„.,„„,„,,„:„„,,.„.:„„:„.„.:,..:,„„„.:,::.:.: . ..... ... . ......... . c c5 — ... ..• •......................................................................... .. . .......................:::::„.„.......„:::::::::::::::::::::::::„..:::::::::::.........„....,:„...::::::::::::::::::::::„..„.::,:,:,:,:,:„.:::.::.:,:,:,:„.„..,..,:,:,:,:,:,:...„:„.....„...: ._, ................................. ......... . . . , . ... . .... .. ........................................................................... ............................................................ ...................................................... ...,.......................................................................... ... ........................................................................... ... ............................................................................ ... ........................................................................... .. ........................................................................... ... . ............................................................................ IIIIII!ihI!ll I 1 • • % c�i c� rn . d', * W. -' Ln m , 0 g o o 73 L l o c • 0 -- g mDDN. v' o z o m 2 .. g m nEi O C r, O to 0- to `c. to C) g m O r Z • Z > s 0 > D Cn c -1 >- 2 Oa`°i co vo rr- • c Or- Om = c, — Z = 0 11 p v Z Z CO c o 0 v , 0 m O n CO 0 n m O oo - D F co 0 C N Z < co m N. O - N 0 0 v N r o c D O z = N m 0 3 m E. m " 0 0 .� o M 0 O O �' a 73 m cn O O o m -j z -i ? -1 M w NNOmD3 1 0 O x O a z m • co O D v D y O -• 3 O• I > — Z Z = • 0 Z o C o c mil) z > B r co • 7 v 0 r' _W A • rn 0 0 C\ ^ 1 1 I 1�n I G 17 — Z � ` ass '' `�(22as '? 2> � " J ' ?`'2 n G lza 'j�.'�� Xi t ° W 5 O 6 w OC1 w p 0 0 N 0 m 0 0 i 0 - b ..,„ t.........................................":„.......,.....„:„..:.„............„,......,......„:„.........:..:..:.......::„..............,.....„.........................„..„...:...:.........:.....„...„..:..:.....:.....:......„......„..., c� — 0 m ^' C -. , o m D D n . i S- 5- o v °° n o 7j —Zi C • O • cn v 0 v CO o 0 m M L • 2 `a 2 MI -n O D O = © cn O C CC—D Czn aa) , K -`a o a. Z r Z X I F4 0 - C — v W o o v o N Z c 0 m 03 N o d m m v 0 = O 0 0 0 o 3 0 C cn = co Cn a z W • < SD _� co O m _v 2 a v, LI r. < i m a Z m TI 0 N = N p C" O.) a O cc) Qe O O to = co m c Cr N • :.........:....::::::.:................:.....:::< G G n 4 rn N 00 73 1 lo m 1 m p rn agaimaamgmmimmimgmaimgo -v C) — rn -D rn O 0 L —. • N N 0 u) n , mDDN O 7 O 0 n. 3 M ' AJ . co �. 5 5 = m of O N g m r O N 7 O Z D —I - --I m n v o n n cu n n 5 _ -3 o CO m o > rnm -nmm `� th co o o v ,� m o co 0 o m z < W > fl O 2 'u 0 - 0 o m v rn n v G� -,, coo o 73 o m = a o = = o 0 o. .'0 t!) O n i 5 v �_ = C X CO N CA Q m O v ? C) Z 'D 0 Z ,. <, N C m = 2 cn n 0 v Z �. CA z co Cn Z Z co (a "� = coo rn cD ZCD 13 CD m CD m o N . m -n co D co ?� cn m N m v .. n lig rn .`;»> +??ts > <Y:<:`2`?`: r'`<S>` %2 ``<'y:<:> 1 rn c� m . rn . rn tr — z c� rn c� — m N N N D w 0 m D D - . K a) OD 5 O \ z co gO O N a. b O '1CQ? ao Cl) N � . a,a rnQr ' •N , D 73 D_�, rn 0 N p w N rr- z `r3 —I D 2 v m -° - .ZC13 °D m Z 'ii — n W p 0 W 0 = m W •• ' . CZ) m m m m 133 `< ' C cD m CO N < m CN OD O 0 0 �o ,0 c y0 CD N C 0• C o j = o v) a m C7 'n a D c a n m CA CACn0 "1 B • pm0 � ; Ro. O m C a M a = 0 •a a Z 73 o Z m cn a' cu c O .< C ,c 3 Z7 Z N rn C CD coZ Z g cD m (A) CD (CD Z ry X D -1 i fa m 33 i r..N l�W N N 17 c : - z m m m Z7 C7 m ei — m • N N N m D D N 0 0 ill 0 1v =m �' o C7 Z .. = D a 3 obi 0 X -( C 0 . •- v m O r- Z � mm v• 2 o > J c > c v 4, ° ZrZ � � o Z '• _ -$ `. '< 0 m O �' r D i un'i > n) Z c r C7 �G = Z Co O oo O W O D ITl 'T1 m fy o o n o 0 cn i o ° j Tj c Z < co D N. O K o CD "Ze 3 ( p o 3 m c=n o 3 ? 0 cco o rnn Q m O Z C 0 = Z 'D E. rri Z v 1U N • z m N -< O 3 '� -Z! o. Z c�a rn rn -I a) m Z m ca -, Z m Z c cD m • Cf A. . 1 N ji ? ;.:..,..:...7.:...:.:......,:.,...s........,..............:::::.......,.......:„.........:......:............................................................:...........:::.............,.. 1 1 ` .. C� m m m c� — m c� — rn cp cp A co N F. � O L Z o o K v w } o m D P1• ! , 0 W O• f ' _ n)= = ? amo _� C cn n y74: 5. = mOr- Z ,(0J. Cl) D CD O 0 2 cn c O > K m z - —I - -1- _ -oo D -n Do —CD* m m o o co < c O r• O -p =D ZZ nCh no O 1 rn C =- m = O r CD I m00 K al co W N W p a T 7) m m SU ` o a -� o CD o 0) z o CD o 0 Z < co �'. O , c m m .3 n rn m -I C7 D S -+, ID 0 o - it Z n ° coo =o a c z o 3 n 5 co x m fA m (C1 O r. a CA r u °) n a ° m 0 B v cn a O Z LU n, < co a z cmn N o K a • m cn' c c N O B. Z p'cn rn -ig rn u, c CD No m CD cn - . o in z - (13 a m 7 mC � 0 - m c :: g - Cfg ..- Q — z o m � 1 m c� — m -D c� — rn c� m .......................... m • Ui 6 o c cia -El - o m D D r i N N y • ,� mprO cn c D X) D con - v 0O CO a o 0 m `o _{ D _I = a n f r u) _ �- C v' < m c rn w Z (� Z X n C� o � z =' =' c� m00 = 07) a m 73 "G Cu �' m Z 0 D W 0 0 Z C c D N. O 0 ID Z 0 i1 a 73 -I m o o o cn • ` �rn a rn n v G) +, m o .. g <, = Z v) -1 fu D N Z n gu NOP 111 Ul `-1 3 ZO `D-I m o c ? rn Jl -J r h r .t) V t n r� 11 \ ............................................................................. m ------------------------------------------ c� - • rn c� m V ' L U, o N N 0 o 0 0 73 L -i -kti,, o -- C • d a, mDDN . v g . o <' a y o m = TO a 0 Xi C O , v� a `< • coo m m O r Z ' y a) Z o m = 0 1--- • c O r 0 -3 C OZ D n� Z 0 Z ,-a n n i - o o v C� mOn � � 0 0 r C) Co ' m 0 Z r co o D m m m CU CD N o .-a o :� r - o 0 o Z S CO ,:,T. O can G� Z = n m `° m m n C G7 oCL o , , o o o , n IN N m � O o rn p 0 ? cp -. 73 Q O m O c Z H m -{ i . o Z E <• = ' -1 D 3 D a —I § m N 23 p r -n Y co 3 Z �. y D Z -o Z m 7) --I i Z c,QZ o C c 03 D rnZ D 3 I- ? -NI • 0 r Co co <o C7 CD • . -0 (,)• P e.N. .......................................................................... ...... ....::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::........„.................... ....................................................................................................... 0 c C� . . rn c� m c� rn -o m f CITY OF OMAHA p REQUEST FOR BID AND BID SHEET ON JANITORIAL SERVICES -HKOM: G.L.Tomberlin RECREATION CENTERS Published April 22, 1996 City Purchasing Agent 1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1 1819 Farnam Street Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF $10,000.00 Bid Closing Date May 15, 1996 11:00 A.M. IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK,LC-1, OMAHA-DOUGLAS CIVIC CENTER, 1819 Farnam Street,Omaha,NE 68183-0011 by the 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet, JANITORIAL SERVICES-RECREATION CENTERS make suggestions covering reduction in costs wherever this is 2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining. the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be removed from our Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check[ J. unless otherwise indicated by you. Please do not call for this information. The City of Omaha is requesting your participation to furnish contract custodial services at various Recreational Facilities as indicated for a one-year period (extendible for an additional year on a month-to-month basis, at the same price, at the option of the City). • Recreational Facilities are listed by location and show days of the week janitorial services are required;several include we i end hours. c ry See attached specifications and list of Recreational Facilities attached. Questions regarding this bid may be directed to Kim Harman at 444-5933. INSURANCE The successful contractor shall provide a certificate of insurance indicating adequate workmen's compensation, public liability in an amount'not less than $300,000 for injuries including accidental death to any person and subject to the same limit for each person in an amount not less than $500,000 where more than one person is involved in any one accident; and property damage insurance in an amount not less than$300,000, and the City of Omaha as an additional insured. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. (Please Print Legibly or Type) Payment Terms 00 Firm Incorporated in Delivery(or completion) Name Signature calendar days following award Title Phone Fax Address HP-8B (94) Street/P.O.Box City State Zip CITY OF OMAHA • • REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS NOT AN ORDER Page 2 PERFORMANCE BOND The contractor shall provide a Performance Bond in the amount of$25,000 within ten (10)calendar days from award of the contract. A Fidelity Bond is required in the amount of$25,000.00. NOTE: REQUIREMENT FOR A $10,000.00 BID BOND. The surety company issuing said 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. NOTE: A tour covering each facility will be conducted over a two day period beginning at 9:00 A.M. on April 30, 1996 at Christy Heights Community Center. The second half of the tour will begin at 9:00 A.M. on May 1 , 1996 at A. V. Sorensen Community Center. Each bidder must provide their own transportation. No other formal tour will be conducted SIGN ALL COPIES Firm By Title PH-8C (91) CONTINUATION SHEET CITY OF OMAHA • • REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS ' NOT AN ORDER Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION ADAMS COMMUNITY CENTER-3230 John A. Creighton Blvd. 12 Months January-December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ BENSON COMMUNITY CENTER-6008 Maple Street 8 Months October- May(6 days per week; M-F & Sat. or Sun.). BID/Month $ X 8= $ 4 Months June-September(5 days per week; M-F). BID/Month $ X 4= $ Cleaning must be completed by 10:00 A.M. CAMELOT COMMUNITY CENTER-9270 Cady Avenue 12 Months January-December(7 days per week; M-Sun.) Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ CHRISTIE HEIGHTS COMMUNITY CENTER-5105 South 37th St. 8 Months October- May(6 days per week; M-F & Sat. or Sun). BID/Month $ X 8= $ 4 Months June-September(5 days per week; M-F). BID/Month $ X 4= $ Cleaning to be performed between the hours of 7:00 A.M. and 11:00 A.M. only. COLUMBUS PARK COMMUNITY CENTER- 1515 South 24th St. 12 Months January- December(7 days per week; M-Sun.) Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ FLORENCE COMMUNITY CENTER-2920 Bondesson Street 12 Months January- December(7 days per week; M-Sun.) Cleaning to be performed between 3:00 A.M. and 10:00 A.M. only. BID/Month $ X 12=$ KOUNTZE PARK COMMUNITY CENTER- 1920 Pinkney Street. 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ SIGN ALL COPIES Firm By Title PH-8C (91) CONTINUATION SHEET CITY OF OMAHA • REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS NOT AN ORDER Page 4 QUANTITY DESCRIPTION UNIT PRICE EXTENSION MOCKINGBIRD HILLS COMMUNITY CENTER-10242 Mockingbird 12 Months January- December(7 days per week; M-Sun.). Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ MONTCLAIR COMMUNITY CENTER -2304 South 135th Avenue 12 Months \ January-December(7 days per week; M-Sun.). Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ NEAR NORTH SENIOR CENTER-2415 Grant Street 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ PIPAL PARK COMMUNITY CENTER-7770 Hascall Street 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ SHERMAN COMMUNITY CENTER-5701 North 16th Street 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ A.V. SORENSEN COMMUNITY CENTER-4808 Cass Street 8 Months October- May(7 days per week; M-Sun.). BID/Month $ X 8= $ 4 Months June-September(5 days per week; M-F). BID/Month $ X 4= $ Cleaning must be completed by 10:00 A.M. SPECIALTY FACILITIES HANSCOM TENNIS CENTER-3200 Ed Creighton Boulevard 6.5 Months October- Mid-April (7 days per week; Sun.-Sat.) BID/Month $ X6.5=$ 3.0 Months Mid-April -Mid-June&September(5 days per week: M-F). BID/Month $ X3.0=$ 2.5 Months Mid-June-August(3 days per week; M,W&F). BID/Month $ X2.5=$ SIGN ALL COPIES Firm By Title PH-8C (91) CONTINUATION SHEET CITY OF OMAHA REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS NOT AN ORDER Page 5 QUANTITY DESCRIPTION UNIT PRICE EXTENSION DEWEY TENNIS CENTER-550 Turner Boulevard 5.5 Months Mid-April -September(1 day per week;W). BID/Month $ X5.5=$ BENSON ICE ARENA-6920 Military Avenue 6 Months October- March (7 days per week; Sun.-Sat.) BID/Month $ X 6= $ HITCHCOCK ICE ARENA-5025 South 45th Street 12 Months January- December(7 days per week; Sun.-Sat.). Cleaning must be completed by 10:00 A.M. BID/Month $ X 12=$ ALL FACILITIES-TOTAL ANNUAL BID $ ADDITIONAL WORK Estimated 500 hours Call out hours(snow removal, storm cleanup, etc.) Per B. Hours of Work, 3. on page 5. BID/Hour $ X500=$ • GRAND TOTAL-ANNUAL BID $ Bid evaluation to be based on Grand Total-Annual Bid. Unit prices must be shown. All quantities are estimates for bid evaluation purposes. SIGN ALL COPIES Firm By Title PH-8C (91) CONTINUATION SHEET • (......-- ,otAAHA,A,4,e .1 -" May 2, 1996 TFD FEBOt. City of Omaha Hal Daub,Mayor Finance Department Purchasing Division NOTICE TO BIDDERS: Omaha/Douglas Civic Center 1819Farnam Street,Suite 1003 REQUEST FOR BID Omaha,Nebraska 68183-1003 ON (402)444-5400 JANITORIAL SERVICES-RECREATION CENTERS Telefax(402)444-5423 G.LTomberlin Closing Date: May 15, 1996 Purchasing Agent . ADDENDUM NO. 1: Change in Specifications 1. Add to weekly service at Mockingbird Hills & Columbus Park Community Centers. 2. Carpets are to be extracted weekly. ACKNOWLEDGE- ECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETUR IN.GftIS ADDENDUM WITH YOUR BID. 7 ),,,,, -G. `L. omberl i n r--, / City Purchasing Agent/ "Ili- GLT:jr Name of Firm Signed By Title . SPECIFICATIONS FOR JANITORIAL SERVICES CITY OF OMAHA PARKS, RECREATION AND PUBLIC PROPERTY -0 RECREATION CENTERS N A. Cleaning Contract- General _ ;:-;-- 1. The term of the Contract will be for one (1) year from approximately June 1 =P996;- through May, 31, 1997, extendable on a month to month basis for an additional year at the same price at the option of the City. 2. For this contract the City will provide a small closet, locker, or storage room that the Contractor can use. The City will furnish the following material to the Contractor: paper towels,toilet tissues, and soft hand soap to be used to restock on a daily basis, all dispensers within the building. The supplies furnished by the City shall be used only to restock dispensers and not for cleaning by the Contractor. The City will furnish light bulbs and fluorescent lamps to be used to replace burned out bulbs and lamps where the fixture is thirteen (13) feet or lower. All other cleaning materials (including heavy duty plastic bags, trash can inserts) shall be supplied by the Contractor and included in the bid. All commercial grade equipment, mops, buffs, cleaning cloths, buckets,vacuum cleaners, ladders, carpet cleaners, or any other tool or machine shall be supplied by the Contractor and remain the property of the Contractor except for the floor scrubber to be utilized on the synthetic floors and the vacuum to be utilized at Hanscom Tennis Center on the courts. All vacuum sweepers utilized in the performance of this Contract must be 7 Amp industrial professional grade with double row brush roller, infinite height settings and minimum fifty (50) foot cord. Commercial/industrial supplies from a reputable supplier will be used. All disinfectant used by the Contractor in the performance of this Contract must be a detergent thickened and non-acid bowl and bathroom cleaner that effectively eradicates the HIV virus (chlorine bleach is not acceptable as a disinfectant). All equipment and materials must meet the approval of the Parks, Recreation and Public Property Maintenance and the Department of Administrative Services, Building Services Division Representative. Either Representative can require changes in material or equipment if the material or equipment is shown to be sub-par in quality, consistency or other factors affecting the appearance or performance of the product. 3. The Recreation Supervisor or a designee will supply the Contractor-with check lists of all duties to be performed by the Contractor at each facility. Cleaning personnel will check off and date each duty as it is completed. These checklists will remain in the facility at all times and will be available for inspection by the Parks, Recreation and Public Property personnel and the Superintendent of Building Services at all times. • 4. The Contractor will be provided, by the City, with key(s) to the recreation facilities for which services are to be provided. It is the responsibility of the Contractor to see that key(s) are not misplaced, lost, stolen, or copied. • (a) The use of the key(s) by any employee of the Contractor at an unauthorized time or for an unauthorized reason may be reason for termination of the Contract. (b) In the event that a key(s)provided to the Contractor or its employee is lost, misplaced, stolen, or copied, the Contractor will be responsible for the replacement cost of changing the lock(s). 5. No grounds and exterior maintenance will be done, except as noted. 6. It is understood between the parties that the prime purpose of this Contract is that the premises shall be kept clean, according to reasonable and accepted standards, regardless of the number of times an operation is required to accomplish this purpose; and the times an operation is performed as shown herein are solely for guideline purposes and may not constitute satisfactory performance under the contract. 7. Contractor is adjudged to have sufficient experience in this field to determine with reasonable certainty the required amount of work (and therefore workers) and materials necessary to accomplish the above stated purpose of the contract. 8. City's judgment as to performance will be based primarily on the continuous acceptable appearance of the area and appurtenances rather than performance of a specific duty at a specific time for a specific number of times. 9. The premises shall be cleaned in a professional manner. All lighting and water usage shall be kept to minimum as required to complete satisfactory performance of the work. B. Hours of Work - UNLESS OTHERWISE PROVIDED, THE CONTRACTOR WILL ARRANGE FOR EACH FACILITY TO BE CLEANED,IN PART,DURING THE HOURS THE FACILITY SUPERVISOR OR THE FACILITY SUPERVISOR'S DESIGNATED REPRESENTATIVE IS PRESENT AT THE FACILITY. 1. Adams Community Center - 3230 John A. Creighton Boulevard 12 Months - 5 Days (Monday-Friday) Cleaning must be completed by 10:00 a.m. - 2 - . f Benson Community Center- 6008 Maple Street 8 Months (October-May) - 6 Days (Monday-Friday & Saturday or Sunday) 4 Months (June-September) - 5 Days (Monday-Friday) Cleaning must be completed by 10:00 a.m. Camelot Community Center- 9270 Cady Avenue 12 Months - 7 Days (Monday-Sunday) Cleaning must be completed by 10:00 a.m. Christie Heights Community Center- 5105 South 37th Street 8 Months (October-May) - 6 Days (Monday-Friday & Saturday or Sunday 4 Months (June-September) - 5 Days (Monday-Friday) Cleaning to be performed between the hours of 7:00 a.m. & 11:00 a.m. only. Columbus Park Community Center- 1515 South 24th Street 12 Months - 7 Days (Monday-Sunday) Cleaning must be completed by 10:00 a.m. Florence Community Center -.2920 Bondesson Street 12 Months - 7 Days (Monday-Friday, Saturday & Sunday) Cleaning to be performed between 3:00 a.m. and 10:00 a.m. only. Kountze Park Community Center- 1920 Pinkney Street 12 Months - 5 Days (Monday-Friday) Cleaning must be completed by 10:00 a.m. Mockingbird Hills Community Center- 10242 Mockingbird 12 Months - 7 Days (Monday-Sunday) Cleaning must be completed by 10:00 a.m. Montclair Community Center- 2304 South 135th Avenue 12 Months - 7 Days (Monday-Sunday) Cleaning must be completed by 10:00 a.m. - 3 - Near North Senior Center - 2415 Grant Street 12 Months - 5 Days (Monday-Friday) Cleaning must be done by 10:00 a.m. Pipal Park Community Center- 7770 Hascall Street 12 Months - 5 Days (Monday-Friday) Cleaning must be completed by 10:00 a.m. • Sherman Community Center- 5701 North 16th Street 12 Months - 5 Days (Monday-Friday) Cleaning must be completed by 10:00 a.m. A. V. Sorensen Community Center- 4808 Cass Street 8 Months (October-May) - 7 Days (Monday-Friday, Saturday & Sunday) 4 Months (June-September) - 5 Days (Monday-Friday) Cleaning must be completed by 10:00 a.m. Hanscom Tennis Center- 3200 Ed Creighton Boulevard 6.5 Months (October-Mid-April) - 7 Days (Sunday-Saturday) 3.0 Months (Mid-April thru.Mid-June & September) - 5 Days (Monday-Friday) 2.5 Months (Mid-June thru August) - 3 Days (Monday, Wednesday, Friday) Dewey Tennis Center- 550 Turner Boulevard 5.5 Months (Mid-April- September) - 1 Day (Wednesday) Benson Ice Arena- 6920 Military Avenue 6 Months (October-March) - 7 Days (Sunday-Saturday) Hitchcock Ice Arena- 5025 South 45th Street 12 Months - 7 Days (Sunday-Saturday) Cleaning must be completed by 10:00 a.m. - 4 - • 2. Work shall be done 52 weeks per year; however, no cleaning will be required on the following holidays: New Year's Day,Memorial Day,Labor Day,Thanksgiving Day, and Christmas. The hours and days of cleaning can be changed or modified by the Recreation Center Supervisor or a designated representative. The hours worked each day must coordinate in part with the hours of Community Center supervision or designated representative. 3. The City may require additional labor on a call out basis (snow removal, storm cleanup, etc.). Call outs may occur at any time; however, the City will require personnel to be on site within two (2)hours after call out, and the City will guarantee a minimum four (4) hours per call out. C. Personnel 1. The Contractor's supervisory personnel are to be on call 24 hours per day. 2. Bonded personnel must be present at all times while service is being performed. All of the Contractor's personnel must be identifiable by means of no less than a name plate or badge with the Contractor's identification on the badge. 3. Personnel will have a security check. 4. Proper security precautions shall be maintained at all times. Security shall be a responsibility of all employees working in the area and protection of the building and all property must be of concern to the employee. No unauthorized individuals are to be allowed in any facility at any time. Failure to follow security requirements will be reported to the supervisor. In the event the Contractor's personnel fail to arm a facility's alarm system, the Contractor shall be responsible for any and all loss or damage at that facility on that occasion. 5. The Contractor's employees will not be disciplined by the building officials. The Contractor's supervisor will be alerted as to any problems concerning employees of the building custodial service company. 6. The CityMaintenance Superintendent or a designated representative shall have the P g P authority to require the immediate removal from the site any employee of the custodial service company who shall be deemed incompetent or detrimental to the best interest of the work performed for the City of Omaha. 7. The Contractor must advise the building supervisor of the name(s)of the Contractor's employee(s) providing service at that facility. The Contractor must advise the building supervisor of the name(s) of any of the Contractor's employee(s) providing service prior to that employee(s)work shift beginning. The Contractor must provide - 5 - the name of any employee(s)working as substitutes for regular employee(s)prior to the start of the work shift. 8. Consumption of alcohol is prohibited in the facilities and no smoking is allowed. D. Reports - Inspections 1. A designated City Maintenance Representative will make frequent inspections of work performed and report findings to the Superintendent's office. Reviews and inspections will be made by a designated building custodial service company representative, together with the Recreation Center Supervisor Representative to determine if services are being performed as required by the established cleaning specifications. 2. The Contractor's management personnel shall also make regular and frequent inspections to assure that work is being performed in accordance with specifications. Upon arriving at a facility to conduct an inspection, the Contractor's employee will report to the Recreation Center Supervisor or the City's designated representative. 3. The Contractor will report to the Recreation Center Office any faulty or improper conditions which need repairs or other attention. 4. The Contractor should direct any questions or complaints to the Recreation Center Supervisor or directly to the Building Services Superintendent's office. E. Termination of Services Following written notice of non-compliance with specifications from the City in excess of three times in any one year period or less, the City may terminate its agreement with the Contractor. These notices will be separate from the notice in Paragraph F. F. Liquidated Damages Failures to perform duties or failure to perform duties in a satisfactory manner will be promptly reported to the Contractor by phone and followed up in writing. More than four (4) such failures at any one location in any one month will result in a 2%discount for the bill for that facility for that month. More than eight (8) such failures will result in a 10% discount. More than ten(10) such failures will relieve the City of Omaha of any obligation for payment for service at that location for that month. Failure to show up at any work location on its scheduled cleaning day will result in a deduction of five (5) times the daily cleaning price for that location. Any disagreement over whether services were performed or whether they were performed in a satisfactory manner will be settled by the Contractor's - 6 - designated representative and the City Maintenance Superintendent or his designated representative. The Contractor will be responsible for the repair or replacement of any damaged equipment or damages to the buildings that may occur during the course of carrying out the prescribed duties. G. References & Bidder Requirements Bidder must provide in proposal the names of two or more installations of comparable size in which they currently provide janitorial services. Bidder must provide at least three additional references. List names of firms, addresses,phone numbers and name of contact persons. H. Insurance Requirements The successful contractor agrees to keep in full force and effect during this term of the contract the following insurance: a. Workers Compensation and employer's liability as required by the laws of the State of Nebraska, covering all persons employed by the Contractor in the performance of the work under this Contract. b. The successful contractor shall provide a certificate of insurance indicating adequate Public Liability insurance in an amount not less than $300,000 for injuries including accidental death to any person and subject to the same limit for each person in an amount not less than $500,000 where more than one person is involved in any one accident, Property Insurance in an amount not less than $300,000 with the City of Omaha as additional insured and a Fidelity Bond in the amount of$25,000. Indemnify & Hold Harmless The Contractor shall indemnify and hold harmless the City and its agents from all losses, claims, damages, expenses, or liabilities which may be incurred by the City solely as the result of the negligence of the Contractor,its servants or agents while engaged in the services contemplated under this Contract, other than those which arise solely out of the contributory negligence of the City, its officers and employees, and other than those amounts paid in settlement of any claim or litigation effected without the consent or approval of the Contractor. - 7 - , J. Contract Attached hereto is a contract form which the successful bidder will be expected to execute and deliver to the City prior to award. K. Billing Instructions The Contractor is to submit a monthly bill for services completed in the prior month at the start of each month. The amount of the monthly bill will be 1/12th of the amount of the annual bid. First month's bill will be prorated by the actual number of days worked. Bills to be sent to City of Omaha,Department of Administrative Services,Walt Graves, 1523 South 24th Street, Omaha,Nebraska 68108. L. Services Required 1. Daily Services a. Pick up all trash from lawns and sidewalks, areas around building(s), and parking lot. b. Sweep porches, entry sidewalks, steps, etc. c. Sweep other sidewalks as needed. d. Replace all burned out bulbs and lamps in ceilings where the fixture is thirteen (13) feet or lower. Report any ballasts that need replacing to Recreation Center staff. e. Clean all restrooms thoroughly, to include: (1) Wet mop floors with disinfectant. (2) Clean mirrors and bright metal. (3) Thoroughly clean toilets, urinals, and lavatories with a solution containing disinfectant; wash toilet partitions in all restrooms with disinfectant. Deodorizing blocks supplied by the Contractor shall be maintained daily in all urinals and toilets. (4) Refill soap, towel and tissue dispensers. (5) Remove completely all graffiti. - 8 - (6) Showers must be thoroughly cleaned. (7) Empty sanitary boxes in women's restrooms. A plastic liner must be in place in each box at all times. f. Empty and clean all wastebaskets, garbage containers, pencil sharpeners, trash receptacle(s) outside of entrance doors, as well as disposing of packing materials. Overflow trash will be placed in boxes beside wastepaper baskets and will clearly be labeled as trash by the Recreation Center staff to avoid confusion over what is to be discarded. Refuse shall be bagged and removed to a designated area on the premises. Bags shall be heavy duty minimum of 1.5 mil thick and 2-ply strong. Bags are to be securely tied at the top to prevent spillage. Trash can liners and wastepaper basket liners (supplied by Contractor) are to be replaced when soiled. g. Clean and wash all ashtrays and/or scoop butts from sand buckets left for outside smokers. h. Clean drinking fountains. Wet or dry mop (depending on weather and floor materials) all entry vestibules. Spray buff twice weekly. j. Vacuum all throw rugs and mats. k. Vacuum: (1) Carpet in all areas throughout the building including public areas, work rooms,corridors,meeting rooms, study rooms, lounges, offices, elevators, etc. (2) Remove all throw rugs and floor mats and vacuum under them. 1. Mop: (I) All tiled floor areas including quarry tile and brick shall be swept clean and damp mopped. Tile floors to be spray buffed twice weekly. They are to be maintained in a high gloss condition. Scuffs and black heel marks are to be removed daily. Special attention should be paid to corners. Mop bucket must be emptied each day, and mops must be rinsed clean. Floors to be maintained in good anti-slip condition. - 9 - (2) Dry mop all stairways. (3) All floors shall be kept clean, according to reasonable and acceptable standards, regardless of the number of times and floors have to be mopped and/or waxed to accomplish this purpose. Was build-up in corners and along edges and dirt streaks are not acceptable. m. Clean sinks and countertops in all work areas. n. Wash table tops and countertops in staff lounge and kitchen areas. o. Dust all banisters and railings. p. Dust all furniture and counters in public areas, including desks, tables, catalogs, filing cabinets, etc. q. Dust all window sills. r. As required, remove spots from carpeting and furniture with approved spot remover. s. Maintain furniture arrangement. t. Inspect all table tops, walls, etc. for writing and vandalism. Clean those in need and report in writing to the appropriate City representative those that cannot be corrected by cleaning. u. Wash glass on: (1) Front doors, vestibule doors and all glass panels adjacent to doors. (2) Glass-fronted display cases. (3) Photocopy machines. (4) Computer monitors. v. Thoroughly scrub and polish desk tops and public service counters, where applicable and accessible. (Contractor is not required to remove paperwork, etc.) w. Wash glass in entry area(Administrative Offices) daily or as needed. - 10 - x. Gymnasium Wood Floor cleaning t include: (1) Dust mop daily with treated mop head. (2) Spot mop (with damp mop only). DO NOT LEAVE WATER STREAKS AND SPOTS. y. Gymnasium Synthetic Floors cleaning to include: (1) Dust mop floor daily. (2) Damp mop floor twice a week. DO NOT LEAVE WATER STREAKS AND SPOTS. (3) Scrub floor three (3) times a week using scrubber provided by the City. z. General Gymnasium Cleaning: (1) Remove all debris, sports, and spills from bleachers. (2) Move portable bleachers and clean up spots, spills, and debris. aa. Weight Room Cleaning to include: (1) The vinyl and rubber covers on the weight room equipment are to be washed with mild soap and water. bb: Hanscom Tennis Center - Special Cleaning Instructions: (1) Vacuum all courts utilizing vacuum supplied by the City. (2) Empty all "Tidi-Courts". (3) Pick up all trash behind courts and court curtains. . (4) Remove any gum from all areas. cc: Benson& Hitchcock Ice Rinks - Special Cleaning Instructions: (1) Clean rink dasher boards using only the cleaning product(s) specified by the Rink Manager. The dasher board in the areas behind the goals should be given special attention. - 11 - (2) Clean the rink's plastic viewing windows using only the cleaning product(s) specified by the Rink Manager. (3) Remove debris from under bleachers. dd. Clean elevator walls, doors, floors, and railings. ee. Clean behind stationary bleachers. 2. Weekly Services a. Clean janitor's closets and storage areas. b. Vacuum all upholstered furniture (including public areas, workrooms, and offices). c. Wipe with damp cloth all vinyl covered furniture (including furniture in the public areas, workrooms, and offices). d. Clean and polish all metal (including kick plates, switch plates, door hardware, elevator hardware, etc.). e. Wash exterior of water fountains and vending machines. f. Clean and disinfect ALL telephones. g. Spot clean walls in high traffic areas, especially around switch plates, elevator plates, etc. h. Dust partitions, ledges, low moldings, and all book shelves, including those in workrooms, offices, etc. (Contractor not required to remove books, etc.) i. Wash out all wastebaskets. j. Dust and polish all desks and countertops in work areas and offices. (Clean only those that are free of clutter.) k. Dust all blinds. 1. Clean stove tops, cabinet doors and exteriors of all appliances (refrigerators, microwaves, etc.) in all staff rooms, kitchens and kitchenettes. m. Vacuum pool table and bumper pool table felt. - 12 - • - n. Wipe down vinyl mats in gym. o. Hanscom Tennis Center- Special Cleaning Instructions: (1) Rinse out all "Tidi-Courts". (2) Wipe with damp cloth all lower edges of court curtains which surround the tennis courts. (3) Damp mop all the cement areas behind the courts and court curtains. p. Benson & Hitchcock Ice Rinks - Special Cleaning Instructions: (1) Mop all spills and spots under bleachers. (2) Twice a month-clean and mop rubber floors and apply top coating in the form of acrylic wax specified by the Rink Manager. q. Showers and bathroom tile are to be thoroughly cleaned. The contractor will use chemicals, as needed, to remove scale and lime buildup. r. Wash walls in restroom and treat with disinfectant. 3. Monthly Services a. Dry mop storage areas and mechanical rooms. b. Polish and/or wax all furniture and wooden doors. Apply scratch cover polish to furniture and doors where needed. c. Polish and/or oil all plastic laminate or wooden end panels on shelving. d. High dust door frames and other moldings and casings. e. Dust all ventilating grills, louvers, etc. f. Wash all banisters and rails with grease removing agents. 4. Quarterly Services (Unless Otherwise Specified) a. Shampoo the carpet in high traffic areas monthly during January, February, March, May, August,November. - 13 - r- b. Shampoo all upholstered furniture,treat with soil resisting product approved by owner and supplied by Contractor. c. Wash all glass panels in doors and all interior windows in offices. d. Wet mop all storage areas and mechanical rooms. e. Clean all cobwebs from upper windows, light fixtures, walls, etc. as needed. 5. Semi-Annual Services a. Hitchcock Ice - Special Cleaning Instructions: (a) Strip and seal rubber floors with special sealer furnished by City. b. Wash all windows, inside and out. The first washing shall be done in April and the second in October. c. Hanscom.Tennis Center- Special Cleaning Instructions: (a) Scrub all courts utilizing scrubber provided by the City. d. Dust all light fixtures. e. Wash both the interior and exterior of all light covers. f. The exposed duct work at Benson Community Center, Camelot Community Center, Columbus Park Community Center, A. V. Sorensen Community Center, Mockingbird Hills Community Center, and other Centers, if applicable, is to be cleaned and dusted. g. Strip and rewax all tile floors. (This task is to be performed during the first full month the Contract is in effect, again in 6 months, and every 6 month period throughout Contract term.) 6. Annual Services a. Clean all meeting room chairs. b. Shampoo all carpets. (This task is to be performed during the first full month the Contract is in effect.) c. Wash glass and frames on all pictures, etc. - 14 - • • � 1 d. Sweep out electrical rooms. e. Hansom Tennis Center- Special Cleaning Instructions: (1) Wash all court walls and garage doors. It is understood between all parties that the quarterly, semi-annual, and annual services are to be included in the Contractor's monthly service bid. P:\FIN\2283.MAF - 15 - • CONTRACT THIS CONTRACT is entered into by and between the City of Omaha, a Municipal Corporation in Douglas County,Nebraska, also referred to as "City" or "Owner" and SECLEAN SERVICES, INC. , with its principal place of business at 5015 Underwood Ave. Omaha, NE 68132 , also referred to as "Contractor". RECITALS WHEREAS, the City of Omaha is desirous of obtaining necessary custodial services to maintain the Recreation and Community Centers as identified in the Janitorial Services Specifications attached hereto as part of the bid documents; and, WHEREAS, the Contractor is capable of and desirous of performing in a good and workmanlike manner such services as are set forth herein and in the bid documents included by reference as part of this Contract. IN CONSIDERATION OF THESE MUTUAL COVENANTS,THE PARTIES AGREE AS FOLLOWS: I. Additional Contract Parts It is understood that: 1. The notice inviting Contractors to bid as published; 2. The instructions to bidders; 3. The contractor's qualifications statements; 4. The Specifications for Janitorial Services; 5. The form of proposal; 6. All proceedings by the governing body of the City relating to this project; and, 7. All addenda are a part of this Contract the same as if each had been fully set out and attached hereto. II. Duties. The Contractor shall provide all necessary workers and materials to complete the work as identified in this contract and the addenda thereto;and shall pay all just claims for materials, supplies,tools, fuels, lubricants, equipment, equipment rental,machinery, insurance premiums, and services used or consumed in the completion of the work by him or any of his subcontractors. III. Term. The term of this Contract shall be a one-year agreement(extendable on a month-to- month basis at the same price for an additional year, at the option of the City) from approximately June, 1996 through May, 1997 IV. Termination 1. Following the formal written notice from the City of non-compliance with specifications in excess of three times in any one year period or less, the City can terminate this Contract. 2. In the event this facility is to be closed,the City can terminate this contract by giving the Contractor written notice of termination thirty(30)days prior to the final day on which services are to be performed. V. Consideration. For an in consideration of the terms and conditions of this Contract,the City shall pay the Contractor as detailed for a twelve (12)month period. herein VI. Provisions of the Contract. 6.1 Equal Employment Opportunity Clause. Annexed hereto as Exhibit "A" and made a part hereof by reference are the equal employment provisions of this Contract. Refusal by the Contractor or subcontractor to comply with any portion of this program as therein stated and described will subject the offending party to any or all of the following penalties: 1. Withholding of all future payments under the involved contracts to the Contractor in violation until it is determined that the Contractor or subcontractor is in compliance with the provisions of the Contract; 2. Refusal of all future bids for any contracts with the City or any of its departments or divisions until such time as the Contractor or subcontractor demonstrates that he has established and shall carry out the policies of the program as herein outlined. 6.2 Non-Discrimination. The Contractor shall not, in the performance of this Contract, discriminate or permit discrimination in violation of federal or state laws or local ordinances because of race, color, sex, age, or disability as recognized under 42 USCS 12101 et seq. and Omaha Municipal Code 13-89,political or religious opinions, affiliations or national origin. 6.3 Captions. Captions used in this Contract are for convenience and are not used in the construction of this Contract. - 2 - • • 6.4 Applicable Law. Parties to this Contract shall conform with all existing and applicable City ordinances,resolutions, state laws,federal laws,and all existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Contract. 6.5 Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter, no elected official or any officer or employee of the City shall have a financial interest,direct or indirect,in any City contract. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the contract voidable by the Mayor or Council. 6.6 Interest of the Contractor. The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict with the performance of services required to be performed under this Contract; he further covenants that in the performance of this Contract, no person having any such interest shall be employed. 6.7 Merger. This Contract shall not be merged into any other oral or written contract, lease or deed of any type. This is the complete and full agreement of the parties. 6.8 Modification. This Contract contains the entire agreement of the parties. No representations were made or relied upon by either party other than those that are expressly set forth herein. No agent, employee or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. 6.9 Assignment. The Contractor may not assign its rights under this Contract without the express prior written consent of the City. 6.10 Strict Compliance. All provisions of this Contract and each and every document that shall be attached shall be strictly complied with as written, and no substitution or change shall be made except upon written direction from authorized representative. 6.11 Approval of Amendments. The parties hereto acknowledge that, as of the date of the execution of this Contract, Section 10-142 of the Omaha Municipal Code provides as follows: Any • amendment to contracts or purchases which taken alone increases the original bid price as awarded (a)by ten percent, if the original bid price is one hundred fifty thousand dollars($150,000) or more, or(b)by seventy-five thousand dollars ($75,000)or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. 6.12 Insurance Requirements. A. Workers Compensation Insurance. The Contractor shall take out and maintain during the life of the Contract, insurance for all of his employees employed at the site of project protecting the Contractor from all liability that may be imposed under the - 3 - Workers Compensation Act, the Occupational Disease Act or other legislation of similar nature. B. Public Liability and Property Damage Insurance. The Contractor shall take out and maintain, during the life of the Contract, such public liability and property damage insurance(including Contractor's contingent or protective insurance, if necessary,to protect the Contractor from damage claims arising from operation under the Contract) as shall protect him and his subcontractors from claims for damages for personal injury, including accidental death, as well as from claims for property damage,which may arise from operations under the Contract, including operations of automotive equipment used in making deliveries or in the work, whether such operations by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. The City of Omaha must be expressly included as an additional named insured. The amount of such insurance shall be as follows: Public Liability Insurance in an amount not less than$300,000 for injuries, including accidental death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000 on account of one accident, and property damage insurance in an amount not less than$300,000 for damages to property of any one claimant, with limits of not less than$500,000 for any one accident and a Fidelity Bond in the amount of$10,000. VII. The Contractor shall indemnify and hold harmless the City of Omaha,its officers,employees, and agents from all claims, suits or actions of every kind and character made upon or brought against the said City of Omaha, its officers, employees and agents, for or on account of any injuries or damages received or sustained by any party or parties by or from the acts of the said Contractor or its servants, agents and subcontractors in doing the work herein contracted for, or by or in consequence of any negligence in guarding the same or any improper material used in its services, or by or on account of any act or omission of said Contractor or its servants, agents, and subcontractors; and also from all claims of damage in fulfilling this Contract. VIII. The Contractor is an independent contractor and neither the Contractor nor its officers, agents, or employers are in law or in fact employees of the City. The Contractor assumes full responsibility for Workers compensation,Federal unemployment tax,Medicare tax, Social Security, and withholding tax deductions on all wages paid to individuals employed by the Contractor in the performance of this Contract, and for all uniforms, training programs, liability insurance, employment licenses, group insurance, administration, inspection, and supervision. IX. Authorized Representative. In further consideration of the mutual covenants herein contained,the parties hereto expressly agree that for purposes of notice, including legal service of process, during the term of this Contract and for the period of any applicable statute of limitations thereafter,the following named individuals shall be the authorized representatives of the parties: -4 - 1. City of Omaha, Administrative Services Department Walt Graves, Building Services Division Superintendent 1523 South 24th Street Omaha,Nebraska 68108 2. Contractor: EXECUTED this day of , 19 ATTEST: By (Witness) Authorized Representative EXECUTED this day of , 19_ ATTEST: CITY OF OMAHA,a Municipal Corporation By City Clerk Mayor APPROVED AS TO FORM: 0„,/ ,-,e__ Assistant City Attorney P:\ASD\STORED\0008.FMT - 5 - CITY OF OMAHA • REQUEST FOR BID AND BID SHEET ON JANITORIAL SERVICES , ROM: G.L.Tomberlin RECREATION CENTERS Published April 22, 1996 City Purchasing Agent 1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1 1819 Farnam Street Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF $10,000.00 Bid Closing Date May 15, 1996 11:00 A.M. IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK, LC-1, OMAHA-DOUGLAS CIVIC CENTER,1819 Farnam Street,Omaha, NE 68183-0011 by the 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet, JANITORIAL SERVICES-RECREATION CENTERS make suggestions covering reduction in costs wherever this is 2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining. the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be removed from our Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check[ j. unless otherwise indicated by you. Please do not call for this information. The City of Omaha is requesting your participation to furnish contract custodial services at various Recreational Facilities as indicated for a one-year period (extendible for an additional year on a month-to-month basis, at the same price, at the option of the City). • Recreational Facilities are listed by location and show days of the week janitorial services are required; several include weekend hours. See attached specifications and list of Recreational Facilities attached. Questions regarding this bid may be directed to Kim Harman at 444-5933. INSURANCE • The successful contractor shall provide a certificate of insurance indicating adequate workmen's compensation, public liability in an amount not less than $300,000 for injuries including accidental death to any person and subject to the same limit for each person in an amount not less than $500,000 where more than one person is involved in any one accident; and property damage insurance in an amount not less than $300,000, and the City of Omaha as an additional insured. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. (Please Print Legibly or Type) Payment Terms % NET 10 Firm SECLEAN SERVICES INC Incorporated in NE Delivery(or completion) Name ROBERT JUREK Signature 30 calendar days following award Title SALES MANAGER Phone (402) 552-1022 Fax (402) 556-0969 Address 5015 UNDERWOOD AVE OMAHA NE 68132 HP-8B (94) Street/P.O.Box City State Zip Gobi, CITY OF OMAHA _ REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS NOT AN ORDER Page 2 PERFORMANCE BOND The contractor shall provide a Performance Bond in the amount of$25,000 within ten (10) calendar days from award of the contract. A Fidelity Bond is required in the amount of$25,000.00. NOTE: REQUIREMENT FOR A $10,000.00 BID BOND. The surety company issuing said 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. NOTE: A tour covering each facility will be conducted over a two day period beginning at 9:00 A.M. on April 30, 1996 at Christy Heights Community Center. The second half of the tour will begin at 9:00 A.M. on May 1 , 1996 at A. V. Sorensen Community Center. Each bidder must provide their own transportation. No other formal tour will be conducted • SIGN ALL COPIES Firm SECLEAN SERVICES INC BY ROBERT JUREK Title SALES MANAGER PH-8C (91) CONTINUATION SHEET • •• CITY OF OMAHA REQUEST FOR BIDS ON JANITORIAL SERVICES . RECREATION CENTERS NOT AN ORDER Page 3 QUANTITY DESCRIPTION . UNIT PRICE EXTENSION ADAMS COMMUNITY CENTER-3230 John A. Creighton Blvd. 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ 866.00 X 12=$ 10,392.00 BENSON COMMUNITY CENTER-6008 Maple Street 8 Months October-May(6 days per week; M-F &Sat. or Sun.). BID/Month $ 1,299.00 X 8= $ 10,392.00 4 Months June-September(5 days per week; M-F). BID/Month $ 1,085.00 X 4= $ 4,340.00 Cleaning must be completed by 10:00 A.M. CAMELOT COMMUNITY CENTER-9270 Cady Avenue 12 Months January- December(7 days per week; M-Sun.) Cleaning must be completed by 10:00 A.M. BID/Month $ 1,364.00 X 12=$ 16,368.00 CHRISTIE HEIGHTS COMMUNITY CENTER -5105 South 37th St. 8 Months October-May(6 days per week; M-F & Sat. or Sun). BID/Month $ 1,299.00 X 8= $ 10,392.00 4 Months • June-September(5 days per week; M-F). BID/Month $ 1,085.00 X 4= $ 4,340.00 Cleaning to be performed between the hours of 7:00 A.M. and 11:00 A.M. only. COLUMBUS PARK COMMUNITY CENTER- 1515 South 24th St. 12 Months January- December(7 days per week; M-Sun.) Cleaning must be completed by 10:00 A.M. BID/Month $ 1,215.00 X 12=$ 14,580.00 FLORENCE COMMUNITY CENTER-2920 Bondesson Street 12 Months January- December(7 days per week; M-Sun.) Cleaning to be performed between 3:00 A.M. and 10:00 A.M. only. BID/Month $ 1,215.00 X 12=$ 14,580.00 KOUNTZE PARK COMMUNITY CENTER - 1920 Pinkney Street 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. • BID/Month $ 433.00 X 12=$ 5, 196.00 SIGN ALL COPIES Firm SECLEAN SERVICES INC BY ROBERT JUREK Title SALES MANAGER PH-8C (91) CONTINUATION SHEET CITY OF OMAHA REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS NOT AN ORDER Page 4 QUANTITY DESCRIPTION UNIT PRICE EXTENSION MOCKINGBIRD HILLS COMMUNITY CENTER- 10242 Mockingbird 12 Months January-December(7 days per week; M-Sun.). Cleaning must be completed by 10:00 A.M. BID/Month $1,225.00 X 12=$ 14,700.00 MONTCLAIR COMMUNITY CENTER -2304 South 135th Avenue 12 Months January- December(7 days per week; M-Sun.). Cleaning must be completed by 10:00 A.M. BID/Month $1 ,240.00 X 12=$ 14,.880.00 NEAR NORTH SENIOR CENTER-2415 Grant Street 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ 435.00 X 12=$ 5,220.00 PIPAL PARK COMMUNITY CENTER-7770 Hascall Street 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ 860.00 X 12=$ 10,32 0.00 SHERMAN COMMUNITY CENTER-5701 North 16th Street 12 Months • January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ 650.00 X 12=$ 7,800.00 A. V. SORENSEN COMMUNITY CENTER-4808 Cass Street 8 Months October- May (7 days per week; M-Sun.). BID/Month $ 910.00 X 8= $ 7,280.00 4 Months June-September(5 days per week; M-F). BID/Month $ 650.00 X 4= $ 2,600.00 Cleaning must be completed by 10:00 A.M. SPECIALTY FACILITIES HANSCOM TENNIS CENTER-3200 Ed Creighton Boulevard 6.5 Months October- Mid-April (7 days per week; Sun.-Sat.) BID/Month $ 1 ,365.00 X6.5=$ 8,872.50 3.0 Months Mid-April-Mid-June & September(5 days per week:M-F). BID/Month $ 975.00 X3.0=$ 2.925.00 2.5 Months Mid-June -August(3 days per week; M,W& F). BID/Month $ 585.00 X2.5=$ 1.462. 50 SIGN ALL COPIES Firm SECLEAN SERVICES INC By ROBERT JUREK Title SALES MANAGER PH-8C (91) CONTINUATION SHEET CITY OF OMAHA REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS NOT AN ORDER Page 5 QUANTITY DESCRIPTION UNIT PRICE EXTENSION DEWEY TENNIS CENTER-550 Turner Boulevard 5.5 Months Mid-April -September(1 day per week;W). BID/Month $ 65.00 X5.5=$ 357.50 BENSON ICE ARENA-6920 Military Avenue 6 Months October- March (7 days per week; Sun.-Sat.) BID/Month $ 758.00 X 6= $ 4,548.00 HITCHCOCK ICE ARENA-5025 South 45th Street 12 Months January- December(7 days per week; Sun.-Sat.). Cleaning must be completed by 10:00 A.M. BID/Month $ 1.819.00 X 12=$ 21 .828.00 ALL FACILITIES -TOTAL ANNUAL BID $ 193,373.50 ADDITIONAL WORK Estimated 500 hours Call out hours (snow removal, storm cleanup, etc.) Per B. Hours of Work, 3. on page 5. BID/Hour $ 11.50 X500=$ 5,750.00 GRAND TOTAL-ANNUAL BID $ 199,123.50 Bid evaluation to be based on Grand Total-Annual Bid. Unit prices must be shown. All quantities are estimates for bid evaluation purposes. SIGN ALL COPIES Firm SECLEAN SERVICES INC BY ROBERT JUREK Title SALES MANAGER PH-8C (91) CONTINUATION SHEET C-25A • CITY OF OMAHA LEGISLATIVE CHAMBER 0 _# ti Omaha, Nebr June 11 1996 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: ti WHEREAS, bids were received on May 15, 1996 for janitorial services at City recreation and community centers; and, WHEREAS, SECLEAN Services,Inc. submitted an annualized bid of$193,373.50, being the lowest and best bid received for the janitorial services, as detailed in the attached Bid •'* Tabulation of costs for each recreation or community center, which by this reference is made a part hereof. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT,the Contract with SECLEAN Services,Inc.for janitorial services at recreation and community centers is approved. BE IT FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of janitorial services provided in this Contract from the Building Services Division Fund 001,Organization 1021. APPROVED AS TO FORM: ti: ASSISTANT CITY ATTORNEY P•V1SD\4269.SKZ hereby certify that the foregoing is a true and correct copy of the original document now on file in the Ci Clerk's o DEPUTY CITY CLERK BY By Councilmember Adopted JUN 1994 2- ity rk * - Approved410 Mayor CONTRACT THIS CONTRACT is entered into by and between the City of Omaha, a Municipal Corporation in Douglas County,Nebraska, also referred to as "City" or"Owner" and SECLEAN SERVICES, INC. , with its principal place of business at 5015 Underwood Ave. Omaha, NE 68132 , also referred to as "Contractor". RECITALS WHEREAS, the City of Omaha is desirous of obtaining necessary custodial services to maintain the Recreation and Community Centers as identified in the Janitorial Services Specifications attached hereto as part of the bid documents; and, WHEREAS, the Contractor is capable of and desirous of performing in a good and workmanlike manner such services as are set forth herein and in the bid documents included by reference as part of this Contract. IN CONSIDERATION OF THESE MUTUAL COVENANTS,THE PARTIES AGREE AS FOLLOWS: I. Additional Contract Parts It is understood that: 1. The notice inviting Contractors to bid as published; 2. The instructions to bidders; 3. The contractor's qualifications statements; 4. The Specifications for Janitorial Services; 5. The form of proposal; 6. All proceedings by the governing body of the City relating to this project; and, 7. All addenda are a part of this Contract the same as if each had been fully set out and attached hereto. II. Duties. The Contractor shall provide all necessary workers and materials to complete the work as identified in this contract and the addenda thereto;and shall pay all just claims for materials, supplies, tools, fuels, lubricants, equipment, equipment rental,machinery,insurance premiums, and services used or consumed in the completion of the work by him or any of his subcontractors. III. Term. The term of this Contract shall be a one-year agreement(extendable on a month-to- month basis at the same price for an additional year, at the option of the City) from approximately June, 1996 through may, 1997 IV. Termination 1. Following the formal written notice from the City of non-compliance with specifications in excess of three times in any one year period or less,the City can terminate this Contract. 2. In the event this facility is to be closed,the City can terminate this contract by giving the Contractor written notice of termination thirty(30)days prior to the final day on which services are to be performed. V. Consideration. For an in consideration of the terms and conditions of this Contract,the City shall pay the Contractor as detailed for a twelve(12) month period. herein VI. Provisions of the Contract. 6.1 Equal Employment Opportunity Clause. Annexed hereto as Exhibit "A" and made a part hereof by reference are the equal employment provisions of this Contract. Refusal by the Contractor or subcontractor to comply with any portion of this program as therein stated and described will subject the offending party to any or all of the following penalties: 1. Withholding of all future payments under the involved contracts to the Contractor in violation until it is determined that the Contractor or subcontractor is in compliance with the provisions of the Contract; 2. Refusal of all future bids for any contracts with the City or any of its departments or divisions until such time as the Contractor or subcontractor demonstrates that he has established and shall carry out the policies of the program as herein outlined. 6.2 Non-Discrimination. The Contractor shall not, in the performance of this Contract, discriminate or permit discrimination in violation of federal or state laws or local ordinances because of race, color, sex, age, or disability as recognized under 42 USCS 12101 et seq. and Omaha Municipal Code 13-89, political or religious opinions, affiliations or national origin. 6.3 Captions. Captions used in this Contract are for convenience and are not used in the construction of this Contract. -2 - 6.4 Applicable Law. Parties to this Contract shall conform with all existing and applicable City ordinances,resolutions,state laws,federal laws,and all existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Contract. 6.5 Interest of the City. Pursuant to Section 8.05 of the Home Rule Charter, no elected official or any officer or employee of the City shall have a financial interest,direct or indirect, in any City contract. Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the contract voidable by the Mayor or Council. 6.6 Interest of the Contractor. The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict with the performance of services required to be performed under this Contract; he further covenants that in the performance of this Contract, no person having any such interest shall be employed. 6.7 Merger. This Contract shall not be merged into any other oral or written contract, lease or deed of any type. This is the complete and full agreement of the parties. 6.8 Modification. This Contract contains the entire agreement of the parties. No representations were made or relied upon by either party other than those that are expressly set forth. herein. No agent, employee or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. 6.9 Assignment. The Contractor may not assign its rights under this Contract without the express prior written consent of the City. 6.10 Strict Compliance. All provisions of this Contract and each and every document that shall be attached shall be strictly complied with as written, and no substitution or change shall be made except upon written direction from authorized representative. 6.11 Approval of Amendments. The parties hereto acknowledge that,as of the date of the execution of this Contract, Section 10-142 of the Omaha Municipal Code provides as follows: Any • amendment to contracts or purchases which taken alone increases the original bid price as awarded (a)by ten percent, if the original bid price is one hundred fifty thousand dollars($150,000) or more, or(b)by seventy-five thousand dollars ($75,000)or more, shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits or the authorization of any additional work in excess of such limits. However, neither contract nor purchase amendments will be split to avoid advance approval of the City Council. 6.12 Insurance Requirements. A. Workers Compensation Insurance. The Contractor shall take out and maintain during the life of the Contract, insurance for all of his employees employed at the site of project protecting the Contractor from all liability that may be imposed under the - 3 - Workers Compensation Act, the Occupational Disease Act or other legislation of similar nature. B. Public Liability and Property Damage Insurance. The Contractor shall take out and maintain, during the life of the Contract, such public liability and property damage insurance(including Contractor's contingent or protective insurance, if necessary, to protect the Contractor from damage claims arising from operation under the Contract) as shall protect him and his subcontractors from claims for damages for personal injury, including accidental death, as well as from claims for property damage,which may arise from operations under the Contract, including operations of automotive equipment used in making deliveries or in the work, whether such operations by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. The City of Omaha must be expressly included as an additional named insured. The amount of such insurance shall be as follows: Public Liability Insurance in an amount not less than$300,000 for injuries, including accidental death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000 on account of one accident, and property damage insurance in an amount not less than $300,000 for damages to property of any one claimant, with limits of not less than$500,000 for any one accident and a Fidelity Bond in the amount of$10,000. VII. The Contractor shall indemnify and hold harmless the City of Omaha,its officers,employees, and agents from all claims,suits or actions of every kind and character made upon or brought against the said City of Omaha, its officers, employees and agents, for or on account of any injuries or damages received or sustained by any party or parties by or from the acts of the said Contractor or its servants, agents and subcontractors in doing the work herein contracted for, or by or in consequence of any negligence in guarding the same or any improper material used in its services, or by or on account of any act or omission of said Contractor or its servants, agents, and subcontractors; and also from all claims of damage in fulfilling this Contract. VIII. The Contractor is an independent contractor and neither the Contractor nor its officers, agents, or employers are in law or in fact employees of the City. The Contractor assumes full responsibility for Workers compensation,Federal unemployment tax,Medicare tax, Social Security, and withholding tax deductions on all wages paid to individuals employed by the Contractor in the performance of this Contract, and for all uniforms, training programs, liability insurance, employment licenses, group insurance, administration, inspection,and supervision. IX. Authorized Representative. In further consideration of the mutual covenants herein contained, the parties hereto expressly agree that for purposes of notice, including legal service of process, during the term of this Contract and for the period of any applicable statute of limitations thereafter, the following named individuals shall be the authorized representatives of the parties: -4 - 1. City of Omaha, Administrative Services Department Walt Graves, Building Services Division Superintendent 1523 South 24th Street Omaha,Nebraska 68108 2. Contractor: EXECUTED this -3day of , 19 q‘ ATTEST: � j ncL,,�' �� j,jC ,� '\ C.e�d ByI (Witness) Authorized Representative EXECUTED this 'O day of G�..e , 19 9 ATTEST: CITY OF OMAHA • Municipal Corporation ByJLay/iiJt APPROVED AS TO FORM: Assistant City Attorney P:\ASD\STORED\0008.FMT - 5 - li1 I 1 yr VIVIMr'IH �. ' REQUEST FOR BID AND BID SHEET • ON JANITORIAL SERVICES ) S Olio: G.L.Tomberlin RECREATION CENTERS Published April 22, 1996 c" City Purchasing Agent v� 1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1 1819 Farnam Street Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF $10,000.00 Bid Closing Date May 15, 1996 11:00 A.M. IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK,LC-1, OMAHA-DOUGLAS CIVIC CENTER, 1819 Famam Street,Omaha, NE 68183-0011 by the 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet, JANITORIAL SERVICES-RECREATION CENTERS make suggestions covering reduction in costs wherever this is 2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining. the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be removed from our Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check( ). unless otherwise indicated by you. • Please do not call for this information. • The City of Omaha is requesting your participation to furnish contract custodial services at various Recreational Facilities as indicated for a one-year period (extendible for an additional year on a month-to-month basis, at the same price, at the option of the City). • Recreational Facilities are listed by location and show days of the week janitorial services are required; several include weekend hours. • See attached specifications and list of Recreational Facilities attached. Questions regarding this bid may be directed to Kim Harman at 444-5933. INSURANCE • The successful contractor shall provide a certificate of insurance indicating adequate workmen's compensation,public liability in an amount not less than $300,000 for injuries including accidental death to any person and subject to the same limit for each person in an amount not less than $500,000 where more than one person is involved in any one accident; and property damage insurance in an amount not less than $300,000, and the City of Omaha as an additional insured. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. (Please Print Legibly or Type) Payment Terms o% NET 10 Firm SECLEAN SERVICES INC Incorporated in NE Delivery(or completion) • Name ROBERT JUREK Signature 30 calendar days following award Title SALES MANAGER Phone _(402) 552-1022 Fax (402) 556-0969 Address 5015 UNDERWOOD AVE OMAHA NE . - 6$13 2 HP-8B (94) Street/P.O.Box City State Zip CITY OF OMAHA REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS NOT AN ORDER Page 2 PERFORMANCE BOND The contractor shall provide a Performance Bond in the amount of S25,000 within ten(10) calendar days from award of the contract. A Fidelity Bond is required in the amount of$25,000.00. NOTE: REQUIREMENT FOR A $10,000.00 BID BOND. The surety company issuing said 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. NOTE: A tour covering each facility will be conducted over a two day period beginning at 9:00 A.M. on April 30, 1996 at Christy Heights Community Center. The second half of the tour will begin at 9:00 A.M. on May 1 , 1996 at A. V. Sorensen Community Center. Each bidder must provide their own transportation. No other formal tour will be conducted • • -ION ALL COPIES Firm SECLEAN SERVICES INC BY ROBERT JUREK Title SALES MANAGER PH-8C (91) CONTINUATION SHEET •• • CITY OF OMAHA • REQUEST FOR BIDS ON JANITORIAL SERVICES . RECREATION CENTERS NOT AN ORDER Page 3 QUANTITY I DESCRIPTION I UNIT PRICE I EXTENSION ADAMS COMMUNITY CENTER- 3230 John A.Creighton Blvd. 12 Months January-December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ 866.00 X 12=$ 10,392.00 BENSON COMMUNITY CENTER-6008 Maple Street 8 Months October-May(6 days per week; M-F & Sat. or Sun.). BID/Month $ .1 ,299.00 X 8= $ 1.0,392.00 4 Months June -September(5 days per week; M-F). BID/Month $ 1 ,085.00 X 4= $ 4,340.00 Cleaning must be completed by 10:00 A.M. CAMELOT COMMUNITY CENTER -9270 Cady Avenue 12 Months January- December(7 days per week; M-Sun.) Cleaning must be completed by 10:00 A.M. BID/Month '$ 1,364.00 X 12=$16.,368.00 CHRISTIE HEIGHTS COMMUNITY CENTER-5105 South 37th St. 8 Months October- May (6 days per week; M-F &Sat. or Sun). BID/Month $ 1,299.00 X 8= $ 10,392.00 4 Months • June-September(5 days per week; M-F). BID/Month $ 1,085.00 X 4= $ 4,340.00 Cleaning to be performed between the hours of 7:00 A.M. and 11:00 A.M. only. • COLUMBUS PARK COMMUNITY CENTER - 1515 South 24th St. 12 Months January- December(7 days per week; M-Sun.) Cleaning must be completed by 10:00 A.M. BID/Month $ 1,215.00 X 12=$ 14,580.00 FLORENCE COMMUNITY CENTER-2920 Bondesson Street 12 Months January- December(7 days per week; M-Sun.) Cleaning to be performed between 3:00 A.M. and 10:00 A.M. only. BID/Month $ 1,215.00 X 12=$ 14,580.00 'KOUNTZE PARK COMMUNITY CENTER - 1920 Pinkney Street 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. . BID/Month $ 433.00 X 12=$ 5, 196.00 SIGN ALL COPIES Firm SECLEAN SERVICES INC BY ROBERT JUREK Title SALES MANAGER PH-8C (91) CONTINUATION SHEET CITY OF OMAHA REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS • NOT AN ORDER Page 4 QUANTITY L DESCRIPTION I UNIT PRICE EXTENSION MOCKINGBIRD HILLS COMMUNITY CENTER- 10242 Mockingbird 12 Months January- December(7 days per week; M-Sun.). Cleaning must be completed by 10:00 A.M. BID/Month S1,225.00 X 12=$ 14,700.00 MONTCLAIR COMMUNITY CENTER -2304 South 135th Avenue 12 Months January- December(7 days per week; M-Sun.). Cleaning must be completed by 10:00 A.M. BID/Month S 1.240.00 X 12=$ 14,880.00 NEAR NORTH SENIOR CENTER-2415 Grant Street 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ 435.00 X 12=$ 5,220.00 PIPAL PARK COMMUNITY CENTER-7770 Hascall Street 12 Months January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ 860.00 X 12=S 10,32 0.00 SHERMAN COMMUNITY CENTER-5701 North 16th Street 12 Months • January- December(5 days per week; M-F). Cleaning must be completed by 10:00 A.M. BID/Month $ 650.00 X 12=$ 7,800.00 A. V. SORENSEN COMMUNITY CENTER-4808 Cass Street 3 Months October- May (7 days per week; M-Sun.). BID/Month S 910.00 X 8= S 7,280.00 4 Months June-September(5 days per week; M-F). BID/Month S 650.00 X 4= S 2,600.OQ Cleaning must be completed by 10:00 A.M. SPECIALTY FACILITIES HANSCOM TENNIS CENTER-3200 Ed Creighton Boulevard 6.5 Months October- Mid-April (7 days per week; Sun.-Sat.) BID/Month S 1,365.00 X6.5=S 8,872.50 3.0 Months Mid-April - Mid-June & September(5 days per week:M-F). BID/Month S 975.00 X3.0=S 2.925.00 • 2.5 Months Mid-June -August(3 days per week; M,W& F). BID/Month $ 585.00 X2.5=S. 1 .46 2. SO SIGN ALL COPIES Firm SECLEAN SERVICES INC BY ROBERT JUREK Title SALES MANAGER PH-8C (91) CONTINUATION SHEET CITY OF OMAHA REQUEST FOR BIDS ON JANITORIAL SERVICES RECREATION CENTERS • NOT AN ORDER Page 5 QUANTITY I DESCRIPTION UNIT PRICE I EXTENSION DEWEY TENNIS CENTER-550 Turner Boulevard 5.5 Months Mid-April -September(1 day per week;W). BID/Month $ 65.00 X5.5=$ 357.50 BENSON ICE ARENA-6920 Military Avenue 6 Months October-March (7 days per week;Sun.-Sat.) BID/Month $ 758.00 X 6= $ 4,548.00 HITCHCOCK ICE ARENA-5025 South 45th Street 12 Months January- December(7 days per week;Sun.-Sat.). Cleaning must be completed by 10:00 A.M. BID/Month $ 1,819.00 X 12=$ 21 .828.00 ALL FACILITIES -TOTAL ANNUAL BID $ 193,373.50 ADDITIONAL WORK Estimated 500 hours Call out hours (snow removal, storm cleanup, etc.) Per B. Hours of Work, 3. on page 5. BID/Hour $ 11.50 X500=$ 5, 750.00 • GRAND TOTAL-ANNUAL BID $ 199,123.50 Bid evaluation to be based on Grand Total-Annual Bid. Unit prices must be shown. All quantities are estimates for bid evaluation purposes. SIGN ALL COPIES Firm SECLEAN SERVICES INC BY ROBERT JUREK Title SALES MANAGER PH-8C (91) CONTINUATION SHEET $ECj ION IV ' PERFORMANCE,PAYMENT AND MAINTENANCE BOND • KNOW ALL MEN BY THESE PRESINTS: That SeClean Services, Inc. Omaha,Nebraska, hereinafter called the Principal,and The Aetna Casualty and Surety Company hereinafter called the Surety, are held and firmly bound unto the City of Omaha,a Municipal Corporation in Douglas County,Nebraska,hereinafter Called the Owtler.In the penal sum Of Twenty Five Thousand and No/1 00 ($ 25,000.00 - - ),lawful money of the United States of Atnerica,to be paid to the Owner for the payment whereof the Principal and Surety hold themselves, their heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these present. • WHEREAS,the Principal has,by means of a written Contract dated the 30th day of May. , 19 96 ,entered into a Contract with the Owner for the construction by the Principal, as General Contractor,offor Janitorial .Services for ulcv ci"Zitr4Recreatiotr Center., for the rarm _Ttlne-3 1096 1-tu-ntieh May 31. 1997 _Jocated at Omaha) NE all in Omaha,Douglas County,Nebraska,for the City of Omaha, in accordance with the plans and specifications prepared for Owner, which Contract is made a part hereof by reference thereto the same as though filly set forth herein: NOW, THF_REFORE, the conditions of this obligation are such that: FIRST: If the Principal shall faithfully perform the Contract on his part, shall satisfy all claims and demands incurred for the same,shall fully indemnify and save harmless the Owner from all cost and damage which said Owner may suffer by reason of failure so to do, and shall fully reimburse and repay said Owner all outlay and expense which said Owner may incur in making good any such default;and, , SECOND: The Principal shall indemnify and save harmless the City of Omaha,its officers, employees, and agents from all claims,suits or actions of every kind and character or on account of any injuries or damages received or sustained by any party or parties by or from the acts of the said Contractor or its servants,agents and subcontractors,in performing under said Contract, or by or in consequence of any negligence in guarding the same or any improper material used in its construction,or by or on account of any act or omission of said Contractor or its servants,agents and subcontractors;and,also from all claims of damage for infringement of any patent in fulfilling said Contract; and • THIRD: The Principal and Surety on this bond hereby agree to pay all persons, firms or corporations having Contracts directly with the Principal or with subcontractors all just claims due them for the payment of all laborers and mechanics for labor which shall be performed, for the payment of all mutcriuls and equipment furnished, and for iiie payment and equipment rental which is actually used or rented in the performance cf the Contractor on account of which this bond is given,when the same are not aatiafied out of the portion of the Contract price which the Owner may retain until completion of theconstruction;and, • IV-I • FOURTH: The Principal shall guarantee alLmateriais, workmm'ah+ip, and the successful operation of all equipment and apparatus installed by him for a period of one(1)year from the date • of final acceptance of the whole work,aid shall guarantee to repair or replace,at his own.expense, any part of the structures or apparatus which may show defect during the time,provided that such defect is, in the opinion of the Architect, due to imperfect material or workm reship, and not to careless and improper use: Then this obligation shall be null and void;otherwise,it shall remain in full force and effect. Any Surety on this bond shall.be deemed and held, any Contract to the contrary • notwithstanding,to consent without notice: 1. • • To any extension of time to the Principal in which to perform the Contract. 2 To any change in the plans, specifications or Contract,when such change does not • involve an increase of more than twenty percent(20%) of the total Contract price, and shall then be released only as to such excess increase. 3. That no provision of this bond or of any other contract shall be valid which limits to less than five(5)years from time of acceptance of the work to sue on.this bond for defects in workmanship or material not discovered or known to the.obligee at the time such work was accepted. SIGNED AND SEALED the 30th day of May . A.D., 19_in the presence of: • SeClean Services, Inc. Contractor(Firm Name) . • 1 r4.A . By C�A:\`63.{ 9 ����, - �► s;�=�• . Witness Title COUNTER SIGNED: Zi) 4-tihT The Aetna Casualty and Surety Company Resident Agent Surety • APPROVED AS TO FORM: (itBy cr, 1 --�- City Attorney Attorney-In-Fact PAPRFP112aa.SAP James E. Spitsen, Attorney-in-fact IV-2 • THE AETNA CASUALTY AND SURETY COMPANY • Hartford,Connecticut 06156 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL MEN BY THESE PRESENTS.THAT THE AETNA CASUALTY AND SURETY COMPANY,a corporation duly organized under the laws of the State of Connecticut,and having its principal office in the City of Hartford.County of Hartford,State of Connecticut.hath made,constituted and appointed,and does by these presents make,constitute and appoint James E. Spitsen, Patrick M. McCahill, Donna J. Lambelet, Dennis R. Wood Gail W. Bates, S. P. Eberhart * OMAHA,NE 1 of ,its true and lawful Attorney(s)-in-Fact.with full power and authority hereby conferred to sign,execute and acknowledge,at any place within the United States,or.if the following line be filled in.within the area there desig- nated ,the following instrument(s): by his/her sole signature and act,any and all bonds.recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking and any and all consents incidents thereto and to bind THE AETNA CASUALTY AND SURETY COMPANY,thereby as fully and to the same extent as if the same were signed by the duly authorized officers of THE AETNA CASUALTY AND SURETY COMPANY,and all the acts of said Attorney(s)-in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Company,which Resolutions are now in full force and effect: VOTED:That each of the following officers:Chairman,Vice Chairman,President,Any Executive Vice President.Any Group Executive,Any Senior Vice President.Any Vice President,Any Assistant Vice President.Any Secretary,Any Assistant Secretary,may from time to time appoint Resident Vice Presidents,Resident Assistant Secretaries.Attorneys-in-Fact,and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond.recognizance,or conditional undertaking,and any of said officers or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him or her. VOTED:That any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the Chairman,the Vice Chairman,the President.an Executive Vice President. a Group Executive.a Senior Vice President.a Vice President.an Assistant Vice President or by a Resident Vice President,pursuant to the power prescribed in the certificate of authority of such Resident Vice President,and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary,pursuant to the power prescribed in the certificate of authority of such Resident Assistant Secretary:or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact pursuant to the power prescribed in his or their certificate or certificates of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Directors of THE AETNA CASUALTY AND SURETY COMPANY,which Resolution is now in full force and effect: VOTED:That the signature of each of the following officers:Chairman,Vice Chairman,President.Any Executive Vice President,Any Group Executive,Any Senior Vice President,Any Vice President.Any Assistant Vice President.Any Secretary,Any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents.Resident Assistant Secretaries orAttomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF,THE AETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its Assistant Vice President,and its corporate seal to be hereto affixed this 28th day of June ,19 94 THE AETN CASUAL SU COMPANY State of Connecticut j(A01 } ss.Hartford t By m� County of Hartford 1 Geer Tho 0 Assistan Vice Presiden 28th June 94 On this day of ,19 ,before me personally came GEORGE W.THOMPSON to me known,who, being by me duly sworn,did depose and say:that he/she is Assistant Vice President of THE AETNA CASUALTY AND SURETY COMPANY,the corporation described in and which executed the above instrument;that he/she knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal:and that he/she executed the said instrument on behalf of the corporation by authority of his/her office under the Standing Resolutions thereof. 1:k rJ 2,46.4.4L. e' My commission expires November 30.1998 Notary Public • Rosalind R.Christie CERTIFICATE I,the undersigned.Secretary of THE AETNA CASUALTY AND SURETY COMPANY,a stock corporation of the State of Connecticut.00 HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked:and furthermore,that the Standing Resolutions of the Board of Directors,as set forth in the Certificate of Authority,are now in force. • Signed and Sealed at the Home Office of the Company,in the City of Hartford,State of Connecticut.Dated this 30th day of May ,t9 96 By William T.OlRobsrts Secretary S-1922-F(M)(3.93) •• -----",,,••••••••••••••••••••••••••••••••- ••• DATE IMM/DDNY) A CORD CERTIFICATE OF LIABILITY iNSURANCE 05/30/1996 PRODUCER 402-691-6000 THIS CERTIFICATE IS ISSUED AS A.MATTER OF INFORMATION ONLY AND CONFERS NO 'UPON THE Alexander& Alexander Inc. HOLDER. THIS CERTIFICATE RIGHTS DOES NOT AMEND,CERTIFICATEEXTEND OR 12120 Shamrock Plaza ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 0 Box 3388 COMPANIES AFFORDING COVERAGE Omaha NE 68103-0388 COMPANY A HARTFORD FIRE INS CO INSURED Baer Private Security Systems, Inc. COMPANY DBA Total Security Services, Inc.;SeClean, Inc. B SCOTTSDALE INSURANCE CO 5015 Underwood Avenue COMPANY Omaha, NE 68132 C TWIN CITY FIRE INSURANCE CO COMPANY I D CQVERES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POUCY EXPIRATION LTR DATE(MM/DD/YY) DATE(MM/DDNY) LIMITS B GENERAL LIABILITY CLS320523 03/23/1996 03/23/1997 GENERAL AGGREGATE 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG 8 1,000,000 CLAIMS MADE OCCUR PERSONAL&ADV INJURY 9 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 X Errors & Omissions FIRE DAMAGE(Any one fire) 50,000 MED EXP(Any One person) 8 No Coverage A AUTOMOBILE LIABILITY 41UENEU6217 04/01/1996 04/01/1997 COMBINED SINGLE LIMIT 8 1,000,000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per parson) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS PROPERTY DAMAGE 8 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT 8 AGGREGATE 8 EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ UMBRELLA FORM OTHER THAN UMBRELLA FORM C WORKERS COMPENSATION AND 41WBAY0728 04/01/1996 04/01/1997 X I roWlUtPtS clErP - •-• EMPLOYERS'LIABILITY ' EL EACH ACCIDENT 8 500,000 THE PROPRIETOR/PARTNERS/EXECUTIVE INCL EL DISEASE•POUCY LIMIT 500,000 OFFICERS ARE: EXCL-- EL DISEASE-EA EMPLOYEE 8 500,000 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Proof of Insurance crn1FICATE HOLDER CANCELLATION. SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Omaha 30 DAYS WRITTEN NOTICE TO THE CIF41AFENAITE HOLDER NAMED TO THE LEFT, Omaha, Nebraska g:FEFPALVEDNTAIIPTSgHF2CITTENSIFIALL IMPOSE NO OBUGATION OR-LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE CORPORATION James E. .` . '' '' ' r OATS(MM/DDYY) :::i:ACORD i: T : :A "::1 : ; :RT :"": :: ::::: :: 4: >.s::::<: ::I PRODUCER 402-691-6000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Alexander &Alexander Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 12120 Shamrock Plaza ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 0 Box 3388 COMPANIES AFFORDING COVERAGE Omaha NE 68103-0388 COMPANY A AETNA CASUALTY&SURETY CO INSURED Baer Private Security Systems, Inc. COMPANY DBA Total Security Services, Inc.;SeClean, Inc. B 5015 Underwood Avenue COMPANY •Omaha, NE 68132 C COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION COVERED PROPERTY LIMITS LTR DATE IMM/DD/YY) DATE IMM/DO/YY) PROPERTY BUILDING $ CAUSES OF LOSS PERSONAL PROPERTY $ BASIC _ BUSINESS INCOME S BROAD _ EXTRA EXPENSE $ — SPECIAL BLANKET BUILDING s EARTHQUAKE BLANKET PERS PROP $ FLOOD BLANKET BLDG&PP $ _ 8 $ _J INLAND MARINE S • TYPE OF POLICY $ 8 CAUSES OF LOSS $ NAMED PERILS • $ OTHER $ A ),__Si CRIME 20BY1009795198CA 08/23/1995 08/23/1996 X Blanket Crime s 25,000 — s TYPE OF POLICY Employee Dishonesty - $ BOILER&MACHINERY H S S OTHER LOCATION OF PREMISES/DESCRIPTION OF PROPERTY Proof of Insurance lSTOCR. r. ti ` P . n SPECIAL CONDITIONS/OTHER COVERAGES ASSISTANT CITY ATTORNEY 1/ .::. ...£tEfCA1'E H0L .:::;:;: 3 . : :::. ......:..::...:: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TH EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Omaha 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Omaha, Nebraska txctNT 10 DAYS NOTICE FOR NON-PAYMENT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND U N THE COMPANY, rIS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTA E n C : James E. Spitse ... - P,,;� ,;;::.>6>•': .................::::.:::::::.....................:._:::::::.:..............:::::::::::....................::::::::::::.:.............:::::::::::::::...............:..::::.::::::.......... ::::................::::::::. Rom" DEtpC) .:.:................... . C=25A "� CITY OF OMAHA •4, i AX LEGISLATIVE CHAMBER i Omaha, Nebr June 11 Ig96 _ RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: ' . WHEREAS, bids were received on May 15, 1996 for janitorial services at City ;" recreation and community centers; and, 61, WHEREAS,SECLEAN Services, Inc. submitted an annualized bid of$193,373.50, t Y being the lowest and best bid received for the janitorial services, as detailed in the attached Bid 4 Tabulation of costs for each recreation or community center, which by this reference is made a part hereof. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT,the Contract with SECLEAN Services, Inc.for janitorial services at recreation and community centers is approved. BE IT FURTHER RESOLVED: i THAT, the Finance Department is authorized to pay the cost of janitorial services provided in this Contract from the Building Services Division Fund 001, Organization 1021. APPROVED AS TO FORM: .� a at -- A STANT CITY ATTORNEY P:\ASD\4269.SKZ (/ By.... . / . Councilmember Adopted JUN 1996 2` ity rk ,...1 Approved Mayor . *-.;: 44; ' --!....,•'''''*" . _. . . . , .. 0 ,,,-° ..• 5 ,-* ro8 Pa --p, N co 5— ei, ,t3 0 ts...) p.., = ga.4 1-0 0 E i4 • 2.) w 5 < c.) . o — --t •. 4 = a 0 Cr)l" 0•.1.—..,1 1 C5r,—g,' 4....' 1 • - r-i- lJ % I •••tD 0 ,-I 0 : •• i•-t \ \...•\ n cia ,..... =. p... ,. - 0 CD CD C/) -ri P tri n c 4 ta, ::,., =• 0 t".1 k< cn ril Fr 0 cr --I • p%-• • It --. , ! . , i, 7e' ,.. . -•-.,,. . t,„, . ,‘,,,-,,, 4-{;, • .!---,-,!-„..T.), 7,.,_‘,.]1„ 1 .„:„'n, -:. • .‘ tittl,"' r% • „. -...;,------4 , , ,.......,-- N r r