RES 2018-0219 - Sparkling Klean Service appeal of bid rejection for janitorial supplies denied Spat/ding t v
YOUR BUILDING MAINTENANCE SOURCE
03
t FEB 1 � IQ:
2D
February 13, 2018
Elizabeth Butler
City Clerk
City of Omaha
1819 Farnam, Suite LC 1
Omaha, NE 68183-0112
Dear Ms. Butler,
We received our bid back regarding the Janitorial Supplies for the Fire Department with a
notation that it was being returned due to insufficient bid security.
We submitted a copy of the completed Request for Bid and Bid Sheet to the surety company.
preparing the bid bond so they would have the specifications and amounts. Due to it being an
error on the part of the surety company, we would like to respectfully object to being rejected
for consideration of this bid.
I contacted the surety company that prepared the bid bond and they corrected their wording
on the bid bond. We are resubmitting our bid with the corrected bid bond in hope that we
would still be eligible to compete for this purchase offer.
Thank you so much for your time and attention.
Sincerely,
Lam_
40,tat--)
Diane Wieker
Sparkling Klean Service, Inc.
2606 South 156th Circle • Omaha, NE 68130 • (402)399-9233 • FAX(402)399-0511 • www.sparklingklean.com
FON1"14' Nye
City ofOmaha, Nebraska � ,. e p
fir• � �: ,..-,-
1819 Farnam —Suite LC 1
Omaha, Nebraska 68183-0112 =:='_•al ' '^
Elizabeth Butler (402) 444-5550 ,y-
City Clerk FAX (402) 444-5263 o 4) '
RFD FEBRUA
February 8, 2018
Sparkling Klean Service
2606 S. 156th Circle
Omaha,NE 68130
To whom it may concern:
We are returning your bid submitted for Janitorial Supplies for Fire Department for the
bid opening February 7, 2018. Your bid could not be read because there was insufficient
bid security enclosed. This bid required a bid security of$1,500.00.
Section 10-110 of the Omaha Municipal Code provides that "Within ten (10) days after a
bid is rejected, any rejected bidder may appeal to the City Council by filing with the City
Clerk a written objection stating all reasons for the objection."
Sincerely,
Elizabeth Butler
City Clerk
EB:ts
Enclosure
cc: Purchasing Department
Western Surety Company
BID BOND
(Specified Amount)
Bond Number: 71997297
KNOW ALL PERSONS BY THESE PRESENTS, That we Sparkling Klean Service. ; Inc.
of
2606 S. 156th Cir., Omaha, NE 68130 , hereinafter
referred to as the Principal, and Western Surety Company
as Surety, are held and firmly bound unto city of Omaha
Of 1819 Farnam St., Omaha, NE 68183-0011 , hereinafter
referred to as the Obligee, in the sum ofOne Thousand Five Hundred and 00/100
Dollars($ 1,500.00 ), for the payment of which we bind ourselves, our legal representatives, successors
and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for
Janitorial Supplies For The City of Omaha Fire Department
NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be
specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or
contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the
damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this
obligation shall be void;otherwise to remain in full force and effect.
SIGNED, SEALED AND DATED this 7th day of February 2018
Sparkling Klean Service , Inc.
/22172
(Principal)
By LN��� (Seal)
Western Surety Company
(Surety)
0
By a�1 !4/ ��.. 4 (Seal)
CHAELTHOMAS GRECO Attorney-in-Fact
..r
4.
• 'x
Western Surety
POWER OF ATTORNEY-CERTIFIED COPY
Bond No. 71997297
Know All Men By These Presents,that WESTERN SURETY COMPANY,a corporation duly organized and existing under the laws
of the State of South Dakota,and having its principal office in Sioux Falls,South Dakota(the"Company"),does by these presents make,
constitute and appoint MICHAEL THOMAS GRECO
its true and lawful attorney(s)-in-fact,with full power and authority hereby conferred,to execute,acknowledge and deliver for and on its
behalf as Surety,bonds for:
Principal: Sparkling Klean Servicer, Inc.
Obligee: City of Omaha
Amount: $1,000,000.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President,sealed with the
corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attorney(s)-in-fact
may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety
Company which remains in full force and effect.
"Section 7. All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary,any Assistant Secretary,Treasurer,or any Vice President or by such other
officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile."
If Bond No. 71997297 is not issued on or before midnight of May 7, 2018 all
authority conferred in this Power of Attorney shall expire and terminate.
*gaffsIukf a Western Surety Company has caused these presents to be signed by its Vice President,Paul T.Bruflat,and its
cor.. �ie. r s 7th day of February 2018
�o � �° VOlgWESTO SURE COMPANY
EiMitat
S -a': ..S S._ e A Paul T. rufiat,Vice President
! ss
CO ) s.-• _ :..
#4firSitittO.
On this 7th day of February ,in the year 2018 ,before me,a notary public,personally appeared
Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation.
1}444•e44M►444titi'e'e4•ebeeblbtiti
i J. MOHR p
NOTARY PUBLIC kith"$ Notary Public-South Dakota
i SOUTH DAKOTA i
i..{§_b aya aaee •eaeeotie oloo•g oo•t
My Commission Expires June 23, 2021
I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota,do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable,and furthermore,that Section 7 of the bylaws of the Company as
set forth in the Power of Attorney is now in force.
In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this 7 th day of
February 2018
WEST ' RI, SURE COMPANY
7.—
Paul T. ruflat,Vice President
To validate bond authenticity,go to www.cnasuretvcom >Owner/Obligee Services>Validate Bond Coverage.
Form F5300-10.2017
NC
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Janitorial Supplies for Fire Department
RETURN BIDS TO: Published: January 24,2018 Page 1
CITY CLERK
1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF
LC-1 Omaha-Douglas Civic Center .$1-7500 00-17
Omaha,NE 68183 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO
"CITY OF OMAHA"
NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,February 07,2018
IMPORTANT
1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct.
OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183 Exemption certificates will be furnished. Do not include tax in bid.
by the opening date and time indicated in a sealed envelope marked:
BID ON:CITY OF OMAHA Janitorial Supplies for Fire Department 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items listed,bidder may on a separate sheet,make
Bid bond or certified check shall be made payable to"City of Omaha" suggestions covering reduction in costs wherever this is possible through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change.
3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for declining. Failure to do so will indicate
have the right to appeal any decision to the City Council. Right is also reserved to your desire to be removed from our mailing list.TABULATION SHEETS FOR THE BIDS
accept or reject any part of your bid unless otherwise indicated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT
www.douglascountyourchasinq.orq. DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Janitorial Supplies for the City of Omaha Fire Department
per the attached specifications.
ALL OR NONE TOTAL BID: $ a5, I q •i
(Bid Bond is$1,500.00)
Questions regarding this bid should be sent via email to
bidquestions@douglascounty-ne.gov. Vendor must
include the bid title and opening date in the subject line.
The deadline to submit questions on this bid is 11:00
a.m. on the Thursday before the bid opening date.
All bidders awarded a contract in the amount of$10,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human
Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the
Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations
Department at(402)444-5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms % Firm: S par K V( 'el nel K i.can I i c ' Incorporated In: I cis,
Delivery(or completion) Name: Gary e Signature: z � �
calendar days following Title: C x2G V. P. Phone: 402_3 10+_ a 33lFa : 40 a_3q q,t7 S)
award Address: iJ E(e So IS(o" C i rc f_
Street/P.O.Box City 0 M ot.h a State A)E Zip 18 0J I S(2
Email Address: 3ar y . W .- f c $pa rl�-I i o, k I ea n. L0 rn
DOUGLAS COUNTY
REQUEST FOR BID & BID SHEET
ON: CITY OF OMAHA-Janitorial Supplies for Fire Department
NOT AN ORDER Page 2
DESCRIPTION
Prices shall be held firm for one (1) year with two (2)one (1) year options to renew.
Quantities listed are estimated annual usage only. Quantities may increase or decrease.
Supplies will be ordered monthly. Individual products and quantity may differ month to month. There will be
no minimum guarantee each month.
These are minimum requirements only. The City of Omaha reserves the right to award the bid meeting
minimum specifications or above. Estimated quantities are based on current case size stocked in current
inventory. Vendor may bid different case quantities that meet or exceed minimum requirements.
Deliveries to be made to:
City of Omaha Fire Department
20476 Laramie Road
Elkhorn, NE 68022
SIGN ALL COPIES Firm Spark,t�nc 6(lieN $ecviC - Inc..
BY A, VA)
Title F><ec. Vice PreSiatn1-
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Janitorial Supplies for Fire Department
NOT AN ORDER Page 3
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Yearly
Estimated
Usage
1 case AJAX-21 oz. (24 CN/cs)or equal BID/case: $ oZ 3.$3 $ ,3 3 •83
Brand: ASAX-F SSRS aaCase Size: a I o . can , dy I cS
100 cases Bleach - Gallons-6 (1)gal/cs BID/case: $ 10.a y $ 00
Brand: R5 Bletwil r ppi rc- Case Size: ( c�Q /CS
rig►
20 each Brooms- Push-24" BID/each: $ q-31 $
Brand: Q WIC Item No.: R iA)i& at) i a LI
20 each Brooms- Push Handle-60" BID/each: $ a-SS $ 51.00
Brand: CAr-k ig l e Item No.: CA l4 Sa(o'7 OO
5 each Brooms- Straw, 12"wide BID/each: $ 5•e1(?) $ a1-610
Brand: Qj W Item No.: Q told I oopcD
20 each Car Wash Brushes-9" BID/each: $ I D .10 $ 0a.00
Brand: LOE T Item No.: !Ai E .I- 4 L S I 0
12 each Car Wash Handles-60"fiberglass BID/each: $ 11-as $ 13 '.00
Brand: RW I& Item No.: R w (03 fo
36 each Dust Mop Heads-Cotton - Large 24" BID/each: $ 1.30 $ a 61a.gj0
Brand: R WV, Item No.: BLOk I3a4
Dust Mop Heads- Cotton-Small Triangle (Wedge)-
12 each 7"x 11" BID/each: $ 3-tbri $ (0-4L1
Brand: R UJ k Item No.: gl1J iZ 19 q I
Floor Buffer- NCL Pop&Shine- 32 oz. NCL-0546 12/cs or
6 cases equal BID/case: $ 39)•o9j $ a 3• •006
Brand: Case Size: t AAi S y(03 Io
SIGN ALL COPIES Firm Spark-kin [dean Service- Inc-
By /AAA/ (f.J�,c t ie�L 1
Title C.Xto-- • Vice- Pr(Sidtn--
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Janitorial Supplies for Fire Department
NOT AN ORDER Page 4
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Yearly
Estimated
Usage
Floor Stripper-NCL Super Purge-Gallon- NCL-1056G
4 cases 4/cs or equal BID/case: $ 33.3S $ 133.`-10
Brand: wk Case Size: RI,J43t oLIST
Floor Wax- NCL Visions Gallon-NCL-0502-4 (1) Gal/cs
4 cases or equal BID/case: $ "1-"1 S $ [tilt b 0
Brand: N C-L Case Size: IQ R,QSOOQ j
Glass& Hard Surface Cleaner-NCL Earthsense-32 oz. -
6 cases NCL-4045- 12/cs or equal BID/case: $ a t2 •t 0 $ 151.['C
Brand: PJ CL Case Size: Will ky S 310
5 each Mop Bucket/Wringer-35 Qt Color: Ye Ate BID/each: $ 4 S •al $ as
Brand: Car I�S�z. Item No.: Gp3(0610404
20 cases Affex Foaming Disinfectant- 19 oz. - 12/cs or equal BID/case: $ $ S'1 2• �0
Brand: A l 4 n\_ Case Size: A M 0 I(3O 9)
Multi-Fold Hand Towels- Brown-250 Pk- 16 Pks/cs- tt
140 cases minimum 9.2"x 9.4" BID/case: $ 1 S• 2 0 $ a 1�LI. OO
Brand: A FM Fk aDo Case Size:c OIP- p
, / kS/GS
Medium Cellulose Sponge-Yellow
24 cases Minimum 3"x 5"x 1-1/4"-20/cs a4ICS BID/case: $ 020•OS $ (6J..D0
Brand: Bwk Case Size: 31rl'-E.RWKCS-a
30 each Spray Bottle Heads for 32 oz. BID/each: $ ° S 3 $ f.S -l'
Brand: i p\GO Item No.:10 1 I 04 Ito QQ
24 each Spray Bottles-Clear(32 oz.) pp BID/each: $ I $ 3.5
Brand: B 4.) Item No.: DLJ K,0003
25 each Tapered-end Wood Broom Handle 60" BID/each: $ 3. $ l°
Brand: RiniK Item No.: r S S
SIGN ALL COPIES Firm SPac14-1"1 Klean Set I(.4_ Inc.
By /ate 2 0,614,.-
Title EK.2c. 1f i ce pr S;At Ai-
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Janitorial Supplies for Fire Department
NOT AN ORDER Page 5
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Yearly
Estimated
Usage
Squeegees-30"-Soft black, double-foam squeegee with
24 each reinforced metal frame BID/each: $ I'1• (0 $ 33.S.N 0
Brand: CO-rtiS)e Item No.: CA 3116.33OOO
93 cases Toilet Bowl Cleaner(Acid 9%) 32 oz. BID/case: $ c'c9 s-i 3 $ 6213a•4/
Brand: B•tATO Case Size: loi 1 CGtS-e-
Toilet Paper- 2 Ply, minimum 4"wide roll, L
130 cases minimum 80 rolls/cs BID/case: $ 3`-).C1�f $ 'f.5LW.c?D
Brand: K C y a 10 `a Case Size: t 0 I CS
10 each Trash Cans- Plastic-7 Gallon- Black or Gray in Color BID/each: $ y•09 $ �I D-9 0
Brand: 8 L V - Item No.: a (sl-\---W m..,A
20 each Trash Cans- Brute- 32 Gallon Color: 6( BID/each: $ (93 .6 $ y a.‘-i 0
Brand: P .A - Item No.: 53 a sloar l`VhJd IS
10 cases Urinal Screens- Flat- 12/cs BID/case: $ •s a $ Q 5.a 0
Brand: 1;iA)1.. Case Size: CS B l,J IL 100)
8 each Vehicle Wash/Wax-Concentrate-5 gal./pail BID/each: $ ��•'1 oL $ 5 1`1.7 Ip
Brand: 5100(c n Item No.: a 1o1 10 S_S
20 each Wet Mop Handles-60" BID/each: $ 6.5 a- $ 130.9 l7
Brand: 8 W Item No.: W K 603
180 each Wet Mop Heads-Cotton-24 oz. -looped-end BID/each: $ '7'a 0 $ 7510•at)
Brand: fL Item No.: 3 D - ES�W K.LiOA CLT
5 cases Wood Polish- 16 oz. Spray- 12/cs B W L 34(PACr BID/case: $ 3 q• Iy $ 1 q S•fl D
Brand: f l.J t- Case Size: 19 Qz- laf cs
SIGN ALL COPIES Firm Sp/.tr I'kei k1e1„ SrviLc }nC.
By / �t . t.�
Title E c /JiL'P PftSt`Olt
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID ON: CITY OF OMAHA-Janitorial Supplies for Fire Department
NOT AN ORDER Page 6
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
Yearly
Estimated
Usage
3M Niagra Buffer Pads 15" Black 7200N-5/cs
5 cases (No Substitution) BID/case: $ 13. 1 $ t(.3•Li
3M Niagra Buffer Pads 20"Tan 3400N - 5/cs
5 cases (No Substitution) BID/case: $ �) `�� $ i 0'1-°Z
Clorox Green Works All Purpose Cleaner-32 oz.
120 cases CW00456 12/cs (No Substitution) BID/case: $ L40 •a.0 $ 14 Quay.0-0
Dial Liquid Gold Hand Soap- 1000 ML (1 liter) DL-84019
100 cases 8/cs (No Substitution) BID/case: $ y 3-Ca0 $ 143laO.00
Dispenser for Dial Liquid Gold Hand Soap- 1000 ML
60 each (1 Liter) DL-84019 (No Substitution) BID/each: $ ���-- $ iJl C.
GoJo Multi Green Hand Cleaner-67 oz. Refills-7265-
4 cases 4/cs (No Substitution) BID/case: $ �to•\3 $ 3 D Lf Sa
Dispenser for GoJo Multi Green Hand Cleaner-67 oz.
6 each Refills (No Substitution) BID/each: $ /J )L $ J.1'Ci
ALL OR NONE TOTAL BID: $ r)ri j 11111
(Bid Bond is
$1,500.00)
SIGN ALL COPIES Firm S.J10hra.n in C•
By �w�
Title E c_- V) Ce. Pry Iqe fi-
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Janitorial Supplies for Fire Department
NOT AN ORDER Page 7
BID CLAUSES -TERMS AND CONDITIONS
REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska
and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an official
bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state, payable to the City
of Omaha, or lawful money of the United States, or a United States Government Bond (negotiable)are acceptable substitutes
for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A
BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID. If a bidder submits more than one bid, only one bid bond is
required.
Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the
contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the
City of Omaha (Omaha)is restricted to only written communication with the person designated as the point of contact for this
bid. Once a contractor is preliminarily selected, that contractor is restricted from communicating with Omaha employees with
the exception of employees designated to negotiate, discuss or finalize a contract. Violation of this condition may be
considered sufficient cause to reject a contractor's proposal and/or selection irrespective of any other condition.
Conflict of Interest: Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules, CONTRACTOR assures
City of Omaha (CITY)that no elected Official or any officer or CITY employee shall have a financial interest, direct or indirect,
in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or
appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY.
CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of,
facilitation of, and execution of or during the duration of this Agreement.
Drug Free Policy: CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free
workplace policy.
Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha (CITY), State and/or
Federal appropriations, the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding
the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in
part due to such reduction in appropriations, the CITY may terminate the Agreement or reduce the consideration upon notice
in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested, or in person with proof of
delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination
or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of
the CITY, State and/or Federal funding reduction, whichever is later. Provided, that reduction shall not apply to payments
made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor
may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to
CITY.
PAYMENT TERMS: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount
will occur within 30 days following receipt of invoice or receipt of goods/services, whichever is later.
This is an All or None bid. Vendors must bid on every item listed in the bid sheets, or it will be cause for rejection of bid.
•
SIGN ALL COPIES Firm S Par�-1 I �� k kct^ Eer v i�e ��L•
Be / 2�;�ti�,�
Title Gxec • iC-c� Pftsidcnk-
CONTINUATION SHEET
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA-Janitorial Supplies for Fire Department
NOT AN ORDER Page 8
BID CLAUSES -TERMS AND CONDITIONS
Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat.
§48-1122, the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee,
or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure,terms,
conditions, or privileges of employment because of the race, color, religion, sex, disability, or national origin of the
employee or applicant.
New Employee Work Eligibility Status (Neb. Rev. Stat. §4-108-114)
The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work
eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration
verification system means the electronic verification of the work authorization program authorized by the Illegal
Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an
equivalent federal program designated by the United States Department of Homeland Security or other federal
agency authorized to verify the work eligibility status of a newly hired employee.
If the Contractor is an individual or sole proprietorship, the following applies:
1. The Contractor must complete the United States Citizenship Attestation Form, available on the
Department of Administrative Services website at www.das.state.ne.us .
2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor
agrees to provide the US Citizenship and Immigration Services documentation required to verify the
Contractor's lawful presence in the United States using the Systematic Alien Verification for
Entitlements (SAVE) Program.
3. The Contractor understands and agrees that lawful presence in the United States is required and the
Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as
required by Neb. Rev. Stat. §4-108.
SIGN ALL COPIES Firm
S pQlf Oil k I n.\P f V IC2- I r c-•
Title x� jce 7-571cn�`
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
1. Regulation: ,�44n rt.o� r'
A.Article IV,Division I of Chapter 10 of the Omaha Municipal Code thereon require:
I.That all contractors who submit a bid to City of Omaha shall designate a representative who on
behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Form
(RC-1). An incomplete or unsigned RC-1 form will make your bid null and void.
2. Filing this Report(please initial in the boxes below):
Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully
authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev. Stat. Section 48-2901 et seq.).
iContractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
j/ Law(Neb.Rev. Stat. Section 73-104 et seq.).
/- Contractor has not been convicted of any tax violations(local,State and Federal)within the last
V three years from the date this bid is submitted.
Contractor has not,upon final determination by the Occupational Safety and Health
Administration,been convicted of a criminal,repeat,or willful violation of the Occupational
Safety and Health Act(OSHA)or been convicted of 3 (three)separate"serious"OSHA violations
within the past three(3)years.
/I Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project
comply with the provisions of the Responsible Contractor Compliance Form RC-1.
4,, 76,),,44_,_, 2-'7 -18
Signature t Date
By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false
information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub-
contractors can be subject to immediate disqualification and prohibited from any future City of Omaha
contract for a period of 10 years.
. . . . .
OtAAHA, N�
Cityo Omaha Nebras
1819 Farnam—Suite LC 1 (*7.1. p...11i.11111V- .
�`" �•�: 7a4\ ,;
Omaha, Nebraska 68183-0112 ikt'� ��,-.; m
O `ye-��., ,'N, .••
Elizabeth Butler • (402) 444-5550 �,o.. ,1,,
City Clerk FAX(402) 444-5263 o4P 4`.
9TED FEB09"
• February 16,2018
Sparkling Klean Service
Attn: Diane Wieker
2606 S. 156th Circle .
Omaha,NE 68130
Dear Ms. Wieker:
This letter is notification that a public hearing before the Omaha City Council will be held
on February 27, 2018 regarding the appeal of your bid rejection for "Janitorial Supplies
for Fire Department"bid opening that occurred on February 7,2018. •
The City Council Meeting begins at 2:00 P.M. in the Legislative Chamber, (LC-4),
Omaha/Douglas Civic Center, 1819 Farnam Street, Omaha,Nebraska.
You may view the agenda on February 23, 2018 on our website at
https://cityclerk.cityofomaha.org/city-council/agendas.
Please have a representative attend this hearing,as this is your opportunity to present
your case to the City Council.
Sincerely,
Elizabeth But er
City Clerk
EB:ts
Cc:Purchasing Department
Law Department
Fire Department
NO. c21" 1 .
Item Submitted By: Talia Smith
Department: City Clerk's Office
Council Meeting Date: February 27, 2018
Sparkling Klean Service, Inc. appeals the rejection of their bid from February 7, 2018 for the
"Janitorial Supplies for Fire Department" project.
•
Presented to City Council
February 27, 2018
APPROVED 7-0
8ltzabeth h'iitler
City Clerk