195
CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term. 20 15 STATE OF MISSOURI County of Boone In the County Commission of said county, on the 5th day of 20 15 the following, among other proceedings, were had, viz: Now on this day the County Commission of the County of Boone does hereby award bid 52- 13NOV14 - Inmate Detention Supplies Term & Supply as a multi-vendor award to the following: ICS Jail Supplies, Inc. Pyramid School Products Bob Barker Company, Inc. Amercare Products, Inc. Charm-Tex The terms of the bid awards are stipulated in the attached Contract Agreements. It is further ordered the Presiding Conlmissioner is hereby authorized to sign said Contract Agreements. Done this 5th day of February, 201 5. - Daniel K. Atwill ATTEST: \ Clerk oft@ County commissionU M. Thompson I1 Commissioner

CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

CERTIFIED COPY OF ORDER

) ea.

February Session of the January Adjourned Term. 20 15STATE OF MISSOURI

County of Boone

In the County Commission of said county, on the 5th day of 20 15

the following, among other proceedings, were had, viz:

Now on this day the County Commission of the County of Boone does hereby award bid 52- 13NOV14 - Inmate Detention Supplies Term & Supply as a multi-vendor award to the following:

ICS Jail Supplies, Inc. Pyramid School Products Bob Barker Company, Inc. Amercare Products, Inc. Charm-Tex

The terms of the bid awards are stipulated in the attached Contract Agreements. It is further ordered the Presiding Conlmissioner is hereby authorized to sign said Contract Agreements.

Done this 5th day of February, 201 5.

-Daniel K. Atwill

ATTEST: \

Clerk oft@ County commissionU

M. Thompson I1 Commissioner

Page 2: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Boone County Purchasing Elizabeth Sanders, CPPB 61 3 E. Ash Street, Room 1 1 1 Senior Buyer Columbia, MO 65201

Phone: (573) 886-4393 Fax: (573) 886-4390

MEMORANDUM

TO: Boone County Commission FROM: Elizabeth Sanders, Senior Buyer DATE: January 26,201 5 RE: 52- 13NOV 14- Inmate Detention Supplies- Term & Supply

RFB 52- 13NOV 14 for Inmate Detention Supplies opened on November 13,2014. Nine bids were received. Sheriff Department, Juvenile Justice Center and Purchasing recommend a multi-vendor award, to ICS Jail Supplies, Inc; Pyramid School Products; Bob Barker Company, Inc.; Arnercare Products, Inc.; and Charm-Tex. Items awarded to each vendor were lowest cost and meeting the bid's specifications.

This is a term and supply contract with products ordered as needed, and invoices to be paid fiom departments 1255 (Corrections), account 23025 (resident supplies), account 23026 (intakelindigent supplies), account 23027 (inmate workhncentive supply) with FY 201 5 budget of $23,500.00, $7,000.00, and $7,000.00 respectively; and department 1242 (Juvenile Justice Center), account 23025 (resident supplies) with FY 201 5 budget of $2,000.00.

Attached is the Bid Tabulation with totals and recommendation for your information.

ATT: Bid Tabulation

cc: Chad Martin, Sheriff Dept. Leasa Quick, Sheriff Dept. Cathy Thompson, Juvenile Justice Center Bid File

Page 3: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

RFB 52-13NOV14 INMATE DETENTION SUPPLIES- TERM AND SUPPLY - - -. Purchasing Recommendation: ALT Grand Total dd. - -- - ------ - .- -

Item #

4.7.1.

4.7.2.

4.7.3.

4.7.4.

4.7.5.

4.7.6.

4.7.7.

4.7.8.

4.7.9.

4.7.10.

4.7.11.

4.7.12.

4.7.13.

4.7.14.

Description

Mattresses-Section 2.5.1.

Wool Blankets-Section 2.5.2. Poly Cotton Blankets-Section

2.5.3. Slip on PVC sandals- Section

2.5.4.1.

Slip on PVC sandals- Section

2.5.4.2. Sandals, black-Section

2.5.4.3.

Toothpaste-Section 2.5.5. Toothbrushes-Section

2.5.6.1. Toothbrushes-Section

2.5.6.2.

Soap-Section 2.5.7.1.

Soap-Section 2.5.7.2.

Razors-Sec 2.5.8.

Shampoo-Sec 2.5.9.

Combs-Sec 2.5.10.

Estimated MVE Comade ICS Pyramid Truss Kar Wina Bob Barker Amercare Charm-Tex

Q ~ Y

100 each

300 each

$6.09/ea:

$1827.00

$27.86/ea:

$2786.00

100 each

200 pair

20 pair

20 pair

35 cases

$1 .421~r: $28.40

$1.48/pr:

$29.60

$ & ~ ~ / ~ ~ ~ ~ $ .*\h,\, '%N$35~6@%!$$$2kkt$:

:,,,.,:,I 24.90 cs:

35 cases

5 cases

$4.971~~:

$24.85

4 cases

75 cases

50 cases

100 cases

25 cases 234$j3/&$:>+/&% $8~3!2:25 -/ / ,/ /

$32.981~~:

$824.50

$46.461~~:

$2323.00

$21.861~~:

$2186.00

$39.951~~:

$2996.25

$124.901~~:

4.7.15. ID Bands-Sec 2.5.11. 75 cases $9367.50 4.7.15.1 Fastening Tool 1ea $85.95/ea

Cleaning Detergent-Sec $43.251~~: 4.7.16. 2.5.12. 60 cases $2595.00

White Bath Towels-Sec $274.75/bale:

4.7.17. 2.5.13. 10 bales $2747.50

Brown Bath Towels-Sec $13.75/dz: 4.7.18. 2.5.13. 5 dozen $68.75

Page 4: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

1st Renewal maximum %

2nd Renewal maximum %

3rd Renewal maximum %

4th Renewal maximum % $6,396.05 $ 4,022.62 $19,479.75 $ 4,056.62 $ 8,287.37 $ 42,242.41

MVE Comade ICS Pyramid Truss Kar Wing Bob Barker AmerCare Charm-Tex

Page 5: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Commission Order # 55 20~5 PURCHASE AGREEMENT

FOR INMATE DETENTION SUPPLIES

THIS AGREEMENT dated the 20 1 5 is made between Boone County, Missouri, a political subdivision of the Sta gh the Boone County Commission, herein "County" and ICS Jail Supplies, In

IN CONSIDERATION of the parties performance of the respective obligations contained herein, tlie parties agree as follows:

1. Contract Documents - This agreement shall consist of this Purchase Agreement for Inmate Detention Supplies Term and Supply, County of Boone Request for Bid for Inmate Detention Supplies Term and Supply, bid number 52-13NOV14, Introduction and General Conditions of Bidding, Primary Specifications, Response Presentation and Review, Standard Terms and Conditions, as well as the Contractor's bid response dated November 10,2014 and executed by J. M. Bogan, I11 on behalf of tlie Contractor. All such documents shall constitute the contract documents which are attached hereto and incorporated herein by reference. Service or product data, specification and literature submitted with bid response may be permanently maintained in the County Purchasing O f f i ~ e bid file for this bid if not attached. In the event of conflict between any of the foregoing documents, this Purchase Agreement, the Introduction and General Conditions of Bidding, Primary Specifications, Response Presentation and Review, and Standard Terms and Conditions shall prevail and control over the Contractor's bid response.

2. Contrnct Duration - This agreement shall commence on the date of award and extend through December 31,2015 subject to the provisions for termination specified below. This agreement may be extended beyond the expiration date by order of the County for four (4) additional one-year periods subject to the pricing clauses in the Contractor's bid response and thereafter on a month to month basis in the event the County is unable to re-bid and/or award a new contract prior to the expiration date after exercising diligent efforts to do so or not.

3. Purchcise/Service - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following items from the RFB:

Item # Item Contract Price Item 4.7.2. Wool Blankets- $6.09/ea- #LO I OX Item 4.7.4. Slip on PVC sandals- $1.48/pr- #MO 19 ltem 4.7.5. Slip on PVC sandals- $1.48/pr- #MO 19 Item 4.7.6. Sandals, black $1.83/pr- #MJAS-BK Item 4.7.14. Combs- $34.93/cs- #TI23 ltem 4.7.18. Brown bath towels $13.75/dz- #L016BR Item 4.7.19. Wash Cloths, Brown $2.48/dz- #LO 17BR Item 4.7.20. Latex gloves $9.90/bx (100/box)- #GPLHD ltem 4.7.22. Tampons $43.65/cs (500tcs)- #TO67

These items shall be supplied as listed in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractor's bid response, as needed and as ordered by County.

4. Delivery - Contractor agrees to deliver items described above in compliance with the bid specifications and in accordance with the Contractor's bid within 5 - 10 davs after receipt of an order.

5. Billing and Pnyment - All billing shall be invoiced to the Boone County Sheriffs Department and billings may only include the prices listed in the Contractor's bid response. No additional fees for delivery or extra services or taxes shall be included as additional charges in excess of the charges in the Contractor's bid response to the specifications. The County agrees to pay all correct monthly invoices within thirty days of receipt; Contractor agrees to honor any cash or prompt payment discounts offered in its bid response if county makes payment as provided therein. In the event of a billing dispute, the County reserves the right to withhold payment on the disputed amount; in the event the billing dispute is

An Affirmative ActionlEqual Opportunity Institution

Page 6: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

resolved in favor of the Contractor, the County agrees to pay interest at a rate of 9% per anlluln on disputed amounts withheld commencing from the last date that payment was due.

6. Binding Effect - This agreement shall be binding upon the parties hereto and their successors and assigns for so long as this agreement remains in full force and effect.

7. Entire Agreement - This agreetnent constitutes the entire agreement between the parties and supersedes any prior negotiations, written or verbal, and any other bid or bid specification or contractual agreement. This agreetnent ]nay only be amended by a signed writing executed with the same formality as this agreement.

8. Termination - This agreement may be terminated by the County upon thirty days advance written notice for any of the following reasons or under any of the following circumstances:

a. County may terminate this agreement due to material breach of any term or condition of this agreement, or

b. County may terminate this agreement if in the opinion of the Roone County Commission if delivery of products are delayed or products delivered are not in conformity with bidding specifications or variances authorized by County, or

c. If appropriations are not made available and budgeted for any calendar year.

IN WITNESS WHEREOF the parties through their duly authorized representatives have executed this agreement on the day and year first above written.

ICS JAIL SUPPLIES, INC. by 1304cin -TZL

title 1' \ C& Pras~d Q-iq9-address P O bx &?l~?Shldhm 7&*1670a

" i I '

ATTEST: 1

W,,as.Jd en, County Clerk

AUDITOR CERTIFICATION In accordance with RSMo 50.660, I hereby certify that a sufficient unencumbered appropriation balance exists and is available to satisfy the obligation(s) arising from this contract. (Note: Certification of this contract is not required if the terms of this contract do not result in a measurable county obligation at this time.)

1255123025,23026 TermISupply 1242123025

Appropriation Account

Page 7: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

(Please complete and return with Contract)

Certification Regarding Debannent, Suspension, Ineligibility and Voluntary Exclusion

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debannent and Suspension, 29 CFR Part 98 Section 98.5 10; Participants' responsibilities. The regulations were published as Part VII of the May 26; 1988, Federal Register (pages 19 160-1921 1).

(BEFORE COMPLETING CERTIFICATION: READ INSTRUCTIONS FOR CERTIFICATION)

(1) The prospective recipient of Federal assistance funds certifies. by submission of this proposal. that neither it nor its principals are presently debarred, suspended; proposed far debannent, declared ineligible, or voluntarily exciuded froin participation in this transaction by any Federal depa~tinent or azenc?~.

(2) Ynere the prospective recipient of Federai assistance funds is unable to cenify to any of the statements in this ceitification; such prospective participant shall attach an explanation to this proposal.

Name and Titie of ~u thor izdd kepresentative

/.p- /eT17 /,i / y Date

,_iii . .. :.*. .-. -.

. . Lii->< - - ' , ,., .,. - . -2.* ;> ,-.< - . * , -, -*

z,< - , .- ., -' ' -,., L:>.,:>

;,,--- -'-;7,:, 7 -,:.. , .:,.., , . / ' . "

,- ,-<= 2.;y..:;:;.;,>,;-: - .Li-) ,~ - - d.. ;::: \ -1: ': ::, ,i.,,i,

, :;. . ,

, ,:

, , ,- :-.

-., .. .,

:.,.-;.:.~,-: - . Z ! , . . -. -,- .-

> 2

.<?,. >,; ' ; : - r: - . . C ' .7-

_ - - , - . ! ,:r=. , > i

< : '

, - -. - .-%,, !:,6z.T* , ,.

,*.! . . ..v

Bid #52-13NOV14 Page - - ;.,:, ;.qjt@xr 31,2oi4.

Page 8: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Purchasinp Department 1. Introdiiction and General Conditions of Bidding

1.1. INVITATION - The County of Boone, through its Purchasing Department, invites responses which offer to provide the goods andor services identified on the title page, and described in greater detail in Primary Specifications.

1.2. DEFINITIONS 1.2.1. County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a

pronoun for various subsets of the County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. Department(s) or OfJice(s) - The County Department(s) or Office(s) for which this Bid is prepared, and which will be the end user(s) of the goods andor services sought. Designee - The County employee(s) assigned as your primary contact(s) for interaction regarding Contract performance.

1.2.2. Bidder / Contractor / Supplier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid, but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods andlor services described in the Bid. Supplier - All business(s) entities which may provide the-subject goods andlor services.

1.2.3. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the first page. A "Request for Bid" is used when the need is well defined. A "Request for Proposal" is used when the County will consider solutions: which may vary significantly from each other or from the County's initial expectations.

1.2.4. Response - The written, sealed document submitted according to the Bid instructions. 1.3. BID CLARIFICATION - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the

Purchasing Department. Answers, citing the question asked but not identifying the questioner, will be distributed simultaneously to all known prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [forty eight] hours in advance of the bid deadline. Bids, addenda, bid tabulations and bid awards are posted on our web site at: ww~v.sho\nneboone.co~ii Note: written requirements in the Bid and its Addenda are binding, but any oral communications between County and Bidder are not.

1.3.1. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding tliis Bid. By submitting a Response, Bidder is presumed to concur with all terms, conditions and specifications of this Bid.

1.3.2. Bid Amendment - If it becomes evident that this Bid must be amended: the Purchasing Department will issue a fom-a! written Iddendnrr?to a!! k ~ o w r !~rospective Bidders. !f ne~cssary,a ricw dge date wi!! be established.

1.4. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest value to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest of the County.

1.5. CONTRACT EXECUTION - This Bid and the successful bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim.

1.5.1. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: 1) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response.

1.6. COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

Page 9: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Purchasing Department 2 . Primary Specifications

2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to contract with an individual(s) or organization(s), hereinafter referred to as "Contractor" for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein.

2.1.1. Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a minimum volume for purchases under a prospective contract. The estimates provided on the Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary.

2.2. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods following expiration of the first contract period.

2.2.1. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form.

2.2.2. If renewal percentages are not provided, then prices during any renewal period shall be the same as during the original contract period.

2.3. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for a maximum of six (6) months from the date of termination or expiration if it is deemed to be in the best interest of Boone County.

2.4. CONTRACT DOCUMENTS - The successful bidder(s) shall be obligated to enter into a written contract w-ith the County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their own written agreement, any such proposed agreement shall be submitted in blank w-ith their bid. County reserves the right to modify any proposed form agreement or withdraw its aw-ard to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel.

2.5. GENERAL SPECIFICATIONS 2.5.1. Mattresses -Size: 25" x 75" x 4" - Should be flame resistant, tear resistant, waterproof. Should

have vinyl cover. 2.5.2. Wool Blankets - Size: 66" x 90" - Should be fire resistant, w-hip-stitched ends and made from at

least 50% wool. Must be able to machine wash and dry. Color: Gray. 2.5.3. Poly Cotton Blankets -Size: 66" x 90" - Should be a polyester and cotton blend. Color: Gray. 2.5.4. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below:

2.5.4.1. Sandal 1: Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable.

2.5.4.2. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL.

2.5.4.3. Sandal 3: Black, defined outsole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof, sizes S-3XL.

2.5.5. Toothpaste -Fluoride toothpaste in 1.5 oz. plastic tube. 2.5.6. Toothbrush -Bidders must bid both kinds of toothbrushes specified below-:

2.5.6.1. 30-tuft soft wrapped toothbrushes. 2.5.6.2. 3 'A'' Super Shorty wrapped Flexible.

2.5.7. Soap -Bidders must bid both kinds of soap specified below: 2.5.7.1. 1.5 oz. wrapped or unwrapped face and body bars. 2.5.7.2. .5 oz. unwrapped face and body bars.

2.5.8. Razors -Single blade with removable safety cap. 2.5.9. Shampoo -2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo

bottle must be individuaI sized approximately 20z.. 2.5.10. Combs -5-inch plastic comb.

Bid #52-13NOV14 Page October 31,2014

Page 10: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.5.1 1 . ID bands -Orange plastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool.

2.5.12. Cleaning Detergent - Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses.

2.5.13. Bath Towels -White and Brown. Size 20,' x 40" 100% Cotton dense looped terry. 5.5 Ibs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. Wash Cloths - Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen.

2.5.14. Latex Gloves - Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 1 1.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MIJST BE SENT WITH BID

2.5.15. Sanitary Napkins - 250 per case, individually boxed, beltless, powder free, adhesive strips. 2.5.16. Tampons - Individually wrapped, regular size, 500 per case. 2.5.17. Women's Underwear -Sizes 5-20, cotton/poly blend, brief style. 2.5.18. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom

hem and sleeves, sizes S-3XL. 2.5.19. Sweatpants -Grey, track style, no drawstring, elastic waist and cuffs, sizes S-3XL. 2.5.20. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal

loopholes, non-skid, non-marking soles. Sizes 5 - 13. 2.5.2 1 . Pen - Clear Flexible Pen. Black ink.

2.6. DESCRIF'TIVE LITERATURE -Bidders must submit complete descriptive literature for each product bid. Bids received without descriptive literature are subject to reiection.

2.7. PRICING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest, penalties, termination payments, attorney fees, liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices.

2.7.1. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built into the unit cost of the item. The County shall not pay freight, etc. in addition to the price of the item.

2.8. REPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any item received in damaged condition at no cost to the County. This includes all shipping costs for returning non-functional items to the contractor for replacement.

2.9. MINIMUM ORDER QUANTITY -The contractor shall not impose a minimum order quantity for any item listed in the contract or otherwise available to the County.

2.1C. PRODUCT AVAILABILITY AND LIlMITATIONS-The contractor shall agree to provide inmate detention supplies on an 'as needed' basis as ordered. The contractor shall agree that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item. The contractor must communicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identify and implement alternative options that shall maintain or reduce costs associated with the replacements while maintaining established quality levels.

2.1 1. BILLING AND PAYMENT - Invoices shall be submitted to the Boone County Sheriffs Department at the following address: 2 12 1 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement.

2.12. RETURN OF GOODS -County may cancel any purchase at any time for a full credit.

Bid #52-13NOV14 Page October 31,2014

Page 11: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be fbrnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIVERY TERMS -FOB Destination at Boone County Sheriffs Department 2 12 1 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Department, 212 1 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLARIFICATION- Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 613 E. Ash St, Room 1 1 1, Columbia, Missouri 65201 no later than 5:00 pm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-4390, E-mail: lsanders@,boonecountyno.org

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 319.075 to 319.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notify any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within ten feet of any high voltage overhead line. To the fullest extent permitted by law-, Contractor shall indemnify, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees) arising by reason of any act or failure to act, negligent or otherwise, of Contractor, of any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any action for Contribution against the County on behalf of the Contractor, any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any ~~bcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 12: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasina Department 3. Response Presentation and Review

3.1. RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain "NIA" or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response.

3.2. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier.

3.2.1. Submittal Package - Submit, to the location specified on the title page, three (3) complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time.

3.2.2. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at -www.showmeboone.com.

3.3. BID OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud.

3.3.1. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects not to submit a Response and fails to reply in writing stating reasons for not bidding, that Bidder's name may be removed from our database. Other reasons for removal include unwillingness or inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet delivery requirements.

3.4. RESPONSE CLARIFICATION - County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses.

3.4.1. Rejection or Correction of Responses - County reserves the right to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or inconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest.

3.5. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or weighted point score does not imply that one Bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost.

3.5.1. Method of Evaluation - County will evaluate submitted responses in relation to all aspects of the Bid. 3.5.2. Acceptability - County reserves the sole right to determine whether goods and/or services offered are

acceptable for its use. County also reserves the right to request samples of any and/or all equivalent products bid in order to ensure comparative quality between those items and the name brand items specified.

3.5.3. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

3.5.4. Endurance of Pricing -Bidder's pricing shall be held fm until contract execution or 60 days, whichever comes first.

Bid #52-13NOV14 Page October 31,2014

6

Page 13: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

- -

P. 0.Box 21056

Waco, TX

I

ICS Item I 76702-1 056

#LO1OX

Woven Wool Blanket

62" x 90" . Approximately 4# each . 80% L%7~ol,20% Synthetic Fibers Grey color

Over-stitchon All Sides . Fire-Retardant in Accordance with Federal Act Title XI 16 10 CFR

Washable and Dryable

Phone: 800-524-5427 F a : 254-751-0299 icswaco@eramp. net 254-751-1566

Page 14: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

One-piece molded vinyl construction

PVC Material

Naturally occurring anti-fungal and anti-bacterial

material to resist

bacteria and odor causing germs

Soft, flexible - indoor/outdoor safe

Dnrable and long lasting

a Made for both men and women

ICS Jail Supplies, Inc. 800-524-5427

254-751-0299 fax WWW.ICSWACO.COM

[email protected]

Page 15: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

P.0.Box 21056

Waco, 2X

76702-1056

#MJAS- EVA Slides

One-piece Construction Lightweight and durable

Available in Orange or Black a Sizes S, M, L, XL, 2X, 3X

6 Pair per pack- 24 packs per case

Phone: 254-751-1566 Toll Free: 800-524-5427

Page 16: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

P.0.Box 21056

Waco, IX

76702-1056

#T123- POCKET COMBS

5" BLACK DURABLE PLASTIC COMB FINE TEETH ON ONE END

EXTRA FINE TEETH ON THE OPPOSITE SIDE DURABLE PLAS'TICFOR LONG LIFE

AVAILABLE IN A CASE OF 2,160

Phone: 254-751-1566 Toll Free: 800-524-5427

Page 17: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

P.0.Box 21056

Waco, TX

76702-1056

#L016- BATH TOWELS

100% COTTON ECONOMY INSTITUTIONAL TOWELS

SOFT AND ABSORBENT FIRST QUALITY

5.5# WEIGHT PER DOZEN AVAILABLE IN WHITE, BROWN, LIGHT BLUE AND

ORANGE AVAILABLE IN 20" X 40j9

SOLD BY THE DOZENS(S)

Phone: 254-751-1566 Toll Free: 800-524-5427

Page 18: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ICS ITEM #LO17

P.0.Box 21056

Waco, TX

76702-1056

#L017-WASHCLOTH

1OOYo COTTON ECONOMY INSTITUTIONAL TOWELS

SOFT AND ABSORBENT FIRST QUALITY

0.75# WEIGHT PER DOZEN AVAILABLE IN WHITE, BROWN, ORANGE AND

LIGHT BLUE AVAILABLE IN 12" X 12" SOLD BYTHE DOZEN(S)

- -

Phone: 254-751-1566 Toll Free: 800-524-5427

Page 19: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ICS ITEM #GPLHD

P.0.Box 21056

Waco, TX

76702-1056

#GPLHD-GLOVE PLUS LATEX

. PREMIUM LATEX EXAM GRADE POWDERFREE 13 MILLS THICK . BEADED CUFF

12" LONG . AVAILABLE IN SIZES MEDIUM THROUGH EXTRA EXTRA LARGE

CONTAINS 50 GLOVES PER BOX CONTAINS lO/BOXES PER CASE

SOLD BY THE BOX OR BY THE CASE

~~ ~

Phone: 254-751-1566 Toll Free: 800-524-5427

[email protected] [email protected]

Page 20: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

P.0.Box 21056

Waco, TX

76702-1056

#TO67-SANITAX TAMPONS

LONG LASTING PROTECTION INDIVIDUALLY WRAPPED

DESIGNED FOR COMFORTABLITY SOLD BY THE CASE

* PACKAGED SOO!CASE

Phone: 254-751-1566 Toll Free: 800-524-5427

[email protected] [email protected]

Page 21: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

---

--- -

--

---

l

Couiztv o fBoone Purclznsin,rr Departnzeizt 4. Response Form

Company Name- --r

-1 L'J J , > - i 2-(2 ? i - :*: -. *:. ,.

.,::>: "Address: -,% <

;: ---

6l3,y, / - . .-: , <: I.>? ;.- :>= ., -- . - - .=.aC . ._ ..'., ' '. ' ." ;, . : . I . .CityIZip: i ' . -

< . \<, . ,.-;:LLLCC %

A

1 \L?c^~ ;;

)

, _ il

2:.;. (..+,- r.. ~,--.. :., ... -,,.;p.:--:*;

Phone Number: .. .- -=--. ,-- I3 -]r\-\ S Q ~ 2:>.s?-;.,.,., ' :-= ,F>

:-'--.. ...'-,:,

;:..., --, '-.',- 3 . .,?,

^ . > I ., .,.,>,yT ' 2' .;=Fax Number: ---;

i,, ..--da5i4 - 7 51 - C-ACj - c2 -.

4.6. Federal Tax ID: 1 !'-

w g3

,-I 1 - \ 14-1 ci 35\ 4.6.1. (4Corporation

( ) Partnership - Name ( ) IndividuaVProprietorship - Individual Name (If Individual, Bidder must con~pleteCei-tification of lawf~ilpresence in U.S. on attached fonn).

--- -- --. ----- --- -- -- ------.--- --..

i PRICING ---. -- --- --. - .--- -- ----.->

4.7. IVMATE DETENTION SUJPLIESi -ilp .--........ ..

1 NOTE:SAlVfPLE OF LA TEX GLOVES ilifGST BE SI/BLLL7TTEDWITH BID* , Estimated

; Item # ! Product Description i Unit Price i Qty- : Extended PriceL

Mattresses Per Section 2.5.1. r-,--'Iteln # L P 1-n J -, --)j -i-

---A

Wool Blankets Per Section 2.5.2. Item # Cl i -/ X

Per Section 2.5.3.4.7.3.

Per Section 2.5.4.1.4.7.4.

Slip-on PVC Sandals Per Section 2.5.1.2.4.7.5.

Item# :7?r>)lC/ , mx n i a i s : b!ack. defined oursole ridge. per Sectic~?

20 pr -,..- 6~;:a4.7.6.

2.5.4.3. j n ~ t & $ ) - ~-- -i3ikl --pr

a

2 , ~ ----A

Toothpaste Per Section 2.5.5 4 7 7 QQ Per Case i + 4'

-- -- Item* 2 Q ---- --Toothbrushes Per Section 2.5.6.1.

-

Soap Per Section 2.5.7.1. 4.7.10. ' Qty Per Case 3-31,

j Soap Per Section 2.5.7.2. -2 ,'+- .- - -., j ; ,< ,,n3P.\!

I4.7.1 1. 1 Qty Per Case !DOG s ,-> , &i/CS 7j cases $ rJ[n '4 7: L.JJ :

-Item fi: ./

i G .1' Q13 ----.-.---A - -----

Bid #52-13NOV14 Page October 31,2014

7

Page 22: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

---- --

-- --

--

Cleaning Detergent Per Section 2.5.12. Qty Per Case 9'

CI

Item# ( . g ~ : ~ ~ . p :

White Bath Towels Per section 2.5.13. 4.7.17. Qty Per Bale 35i:> 2..

rteln# (,9', Brown Bath Towels Per Section 2.5.13. Itern # L,:--:; 1 &? !zd $ -Wash Cloths, Brown, Per Section 2.5.13.

4.7.19. ; Item # j- 1-1) i :-2 -,,/ !a,<

! Latex Gloves Per Section 2.5.14.

"'

- .. ...,. -. , rl ~ ,.7r.5.S i L ? ' -- -<.,: > G s

Sailitas\. Napkins Per Sectioil 2.5.15. iO/ccise- I ! , ., c!~.. ' . i : ':._,. !----.4.7.21. 35 cases s; c s ;-,,/,>:Iteln $

, U', _. . :"T, :-

7 11. ,.s -~ \<.:2-,c,.:/ L-/

.; .

500 ' cclse-Tampons Per Section 2.5.16. 4 ~ 7 2 2 . Item# - r ,,c2-T

: Women's Cindenvear Per Section 3.5.17. ; 4.7.23. Itelll# -[:~L-,G/.!>, --_ -_I

! Shil-ts Per Section 2.5.18. - ,

Itelll # ,C.,q:J!yi i $ J ';.I :71ea ;1 20each L.. . u -. -- .. . - - .&.~~ ~ ~

Sweatpants Per Section 2.5.19. 4.7.25. - - _ , -. I ltein G C)L ' ' -- - - - I t . -

hoes Per Section 2.5.20.

I

4.7.28. ; GRbIX TOTAL of extended prices

4.8. Minimum discount for all product liues,introduced after inception of the contract, and all existing lines not specified herein: 5- % off list price.

-4.9. Quote expected delivery turnaround from receipt of order: 2 ' I C DAYS

Bid #52-13NOV14 Page October 31,2014

8

Page 23: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

c3 % lSt Renewal Period

s,- % 2fldRenewal Period -3 % 3rdRenewal Period

_I--i % 4"' Renewal Period

4.1 1. Will you honor the submitted prices in this bid for purchase by other entities in Boone County who participate in cooperative purchasi~lg w-ith Boone County--, Missouri? (A negative response will not affect evaluation of this bid for Boone County purposes). YES NO

The Undersigned offers to furnish and deliver the articles o r sen-ices as specified a t the prices and terms stated and in strict accordance with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 31.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Act") of the Revised Statutes of &Iissornri.

L4uthorized Representative (Sign by Hand):

Date of Si,vnature 1~ ; G ~ L ;+

Bid #52-13NOVl4 Page - October 31,2014

9

Page 24: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Standard Terms and Conditions Boone County Purchasing 613 E. Ash St, Room 111

Columbia, MO 6520 1 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573) 886-4393 -Fax: (573) 886-4390

Responses shall include all charges for packing, delivery, installation, etc., (unless otherwise specified) to the Boone County Department identified in the Request for Bid and/or Proposal.

The Boone County Commission has the right to accept or reject any part or parts of all bids, to waive technicalities, and to accept the offer the County Commission considers the most advantageous to the County.

Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid, give the unit price, extended totals: and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications andlor establish further competition for the commodity or service required. The one ( I ) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid dosing.

When products or materials of any particuIar producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

Do not include Federal Excise Tax or Sales and Use Taxes in bid process, as law exempts the County from them.

The delivery date shall be stared in definite terns, as it wilI be taken into consideration in aw-arding the bid.

rt. r ..--. r ,--.- -.-- +I., -:,,I.+ ., ,,,,,I 11 A, --,,A111s~ ~ u l l i ~ . .

L1lb l1511L 8 1 ~ ~of orders if delivery- is isst madeLu1111111331ull YGS tV bQIIubl8.1 Vl y a I L

or work is not started as guaranteed. In case of delay, the Contractor must notify the Purchasing Department.

In case of default by the Contractor, the County of Boone w-ill procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

Failure to deliver as guaranteed shall disqualify Bidder from future bidding.

Prices must be as stated in units of quantity specified; and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

No bid transmitted by fax machine will be accepted.

Bid #52-13NQV94 Page Qct~ber 31,2014

13

Page 25: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

12. The County of Boone, Missouri expressly denies responsibility for, or ownership of any item purchased until same is delivered to the County and is accepted by the County.

13. The County reserves the right to award to one or multiple respondents. The County also reserves the right to not award any item or group of items if the services can be obtained from a state or other governmental entity contract under more favorable terms.

14. The County, from time to time, uses federal grant funds for the procurement of goods and services. Accordingly, the provider of goods andfor services shall comply with federal laws, rules and regulations applicable to the funds used by the County for said procurement, and contract clauses required by the federal government in such circumstances are incorporated herein by reference. These clauses can generally be found in the Federal Transit Administration's Best Practices Procurement Manual -Appendix A. Any questions regarding the applicability of federal clauses to a particular bid should be directed to the Purchasing Department prior to bid opening.

5 . In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

16. Should an audit of Contractor's invoices during the term of the Agreement, and any renewals thereof, indicate that the County has remitted payment on invoices that constitute an over-charging to the County above the pricing terms agreed to herein, the Contractor shall issue a refund check to the County for any over-charges within 30-days of being notified of the same.

17. For all titled vehicles and equipment the dealer must use the actual delivery date to the County on all transfer documents including the Certificate of Origin (COO,) Manufacturer's Statement of Origin (MSO,) Bill of Sale (BOS,) and Application for Title.

18. Equipment and serial and model numbers - The contractor is strongly encouraged to include equipment serial and model numbers for all amounts invoiced to the County. If equipment serial and model numbers are not provided on the face of the invoice, such information may be required by the County before issuing payment.

19. Contractor shall comply with all applicable federal, state, and local laws and failure to do so, at County's sole Discretion, shall give County the right to terminate this Contract.

Bid #52-13NOV14 Page October 31,2014

14

Page 26: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Boone County Purchasing 613 E. Ash, Room 11 1 Columbia, MO 65201

Reqlnestfor Bid (RFB)

Elizabeth Sanders* Senior Buver (573) 886-4393 -Fax: (573) 886-4390 Email: [email protected]

Bid Data Bid Number: 52-13NOVl4

Commodity Title: Inmate Detentiolala Supplies- 'Term & Supply

DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT

Bid Submission Address lend Deadline -Bid Closing Day / Date: Thursday, November 13,2014

Time: 2:00 pm (Bids received after this time will be returned unopened)

Location / Mail Address: Boone County Purchasing Department Boone County Purchasing Office 61 3 E. Ash, Room 1 1 1 Columbia, MO 6520 1

Directions: The Purchasing Office is located on the Northeast comer at 7thand Ash Street. Enter the building from the South Side. Wheel chair accessible entrance is available.

Bid Openi~g Day / Date: Thursday, November 13,2014

Time: 2:00 pm, Central Time Location / Address: Boone County Purchasing Department

Boone County Purchasing Office 613 E. Ash, Room 111 Columbia, idlG 65201

Bid Contents 1 .O: Introduction &L General Conditions of Bidding 2.0: Primary Specifications 3.0: Response Presentation and Review 4.0: Response Form

"NO BID" Response Form Statement of Bidder's Qualifications Standard Terms and Conditions Debarment Certification

Bid #52-13NQV44 Page October 3%,2014

1

Page 27: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Counh o f Boone Purchasing Department 1. Introduction and General Conditions of Bidding

1 . 1 . INVITATION - The County of Boone, through its Purchasing Department, invites responses which offer to provide the goods and/or services identified on the title page, and described in greater detail in Primary Specifications.

1.2. DEFINITIONS 1.2.1. County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a

pronoun for various subsets of the County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. Department{s) or Of$ce{s) - The County Department(s) or OMice(s) for which this Bid is prepared, and which will be the end user(s) of the goods and/or services sought. Designee - The County employee(s) assigned as your primary contact(s) for interaction regarding Contract performance.

1.2.2. Bidder / Contractor / Supplier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid, but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods and/or services described in the Bid. Supplier - All business(s) entities which may provide the subject goods and/or services.

1.2.3. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the first page. A "Request for Bid" is used when the need is well defined. A "Request for Proposal" is used when the County will consider solutions, which may vary significantly from each other or from the County's initial expectations.

1.2.4. Response - The written, sealed document submitted according to the Bid instructions. 1.3. BID CLARIFICATlON - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the

Purchasing Department. Answers, citing the question asked but not identifying the questioner, will be distributed simultaneously to all known prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [forty eight] hours in advance of the bid deadline. Bids, addenda, bid tabulations and bid awards are posted on our web site at: www.showmeboone.com Note: written requirements in the Bid and its Addenda are binding, but any oral communications between County and Bidder are not.

1.3.1. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding this Bid. By submitting a Response, Bidder is presumed to concur with all terms, conditions and specifications of this Bid.

1.3.2. Bid Amendment - If it becomes evident that this Bid must be amended, the Purchasing Department will issue a formal written Addendum to all known prospective Bidders. If necessary, a new due date will be established.

1.4. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest value to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest of the County.

1.5. CONTRACT EXECUTION - This Bid and the successfil bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim.

1.5.1. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: 1) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response.

1.6. COMPLIANCE WITH STANDARD TERMS AND CONDITlONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

2

Page 28: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasing Department 2. Primary Specifications

2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to contract with an individual(s) or organization(s), hereinafter referred to as "Contractor" for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein.

2.1.1. Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a .. .\ minimum volume for purchases under a prospective contract. The estimates provided on the

Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary.

2.2. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods following expiration of the first contract period.

2.2.1. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form.

2.2.2. If renewal percentages are not provided, then prices during any renewal period shall be the same as during the original contract period.

2.3. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for-a maximum of six (6) mdnths from the date of termination or expiration if it is deemed to be in the best interest of Boone County. CONTRACT DOCUMENTS - The successful bidder(s) shall be obligated to enter into a written contract with the County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their own written agreement, any such proposed agreement shall be submitted in blank with their bid. County reserves the right to modify any proposed form agreement or withdraw its award to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel. GENERAL SPECIFICATIONS Mattresses - Size: 25" x 75" x 4" - Should be flame resistant, tear resistant, waterproof. Should have vinyl cover. Wool Blankets - Size: 66" x 90" - Should be fire resistant, whip-stitched ends and made from at least 50% wool. Must be able to machine wash and dry. Color: Gray. Poly Cotton Blankets -Size: 66" x 90" - Should be a polyester and cotton blend. Color: Gray. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below: Sandal 1: Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL. Sandal 3: Black, defined outsole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof, sizes S-3XL. Toothpaste- Fluoride toothpaste in 1.5 oz. plastic tube. Toothbrush -Bidders must bid both kinds of toothbrushes specified below: 30-tuft soft wrapped toothbrushes. 3 'A'' Super Shorty wrapped Flexible. Soap -Bidders must bid both kinds of soap specified below: 1.5 oz. wrapped or unwrapped face and body bars. .5 oz. unwrapped face and body bars. Razors - Single blade with removable safety cap. Shampoo -2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo bottle must be individual sized approximately 202..

2.5.10. Combs - 5-inch ~last ic comb. Bid #52-13NOV14 Page October 31,2014

3

Page 29: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ID bands -Orange plastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool. Cleaning Detergent -Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses. Bath Towels -White and Brown. Size 20" x 40" 100% Cotton dense looped terry. 5.5 1bs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. Wash Cloths -Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen. Latex Gloves - Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 11.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MUST BE SENT WITH BID Sanitary Napkins -250 per case, individually boxed, beltless, powder free, adhesive strips. Tampons - Individually wrapped, regular size, 500 per case. Women's Underwear - Sizes 5-20, cottonlpoly blend, brief style. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom hem and sleeves, sizes S-3XL. Sweatpants -Grey, track style, no drawstring, elastic waist and cuffs, sizes S-3XL. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal loopholes, non-skid, non-marking soles. Sizes 5 - 13. Pen - Clear Flexible Pen. Black ink. DESCRIPTIVE LITERATLTEW -Bidders must submit complete descriptive literature for each product bid. Bids received without descriptive literature are sub-iect to rejection. PRICING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest, penalties, termination payments, attorney fees, liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built into the unit cost of the item. The County shall not pay freight, etc. in addition to the price of the item. REPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any item received in damaged condition at no cost to the County. This includes all shipping costs for returning non-functional items to the contractor for replacement. MINIMUM U m E R QUANTITY -The contractor shall not impose a minimum order quantity for any item listed in the contract or otherwise available tc the County. PRODUCT AVAILABILITY AND LIMITATIONS -The contractor shall agree to provide inmate detention supplies on an 'as needed' basis as ordered. The contractor shall agree that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item. The contractor must communicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identifj and implement alternative options that shall maintain or reduce costs associated with the replacements while maintaining established quality levels. BILLING AND PAYMENT - Invoices shall be submitted to the Boone County Sheriffs Department at the following address: 2 12 1 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement. RETURN OF GOODS -County may cancel any purchase at any time for a full credit.

Bid #52-13NOV14 Page October 31,2014

4

Page 30: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be furnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIVERY TERMS -FOB Destination at Boone County Sheriffs Department 2 12 1 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Department, 2 121 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLARIFICATION - Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 6 13 E. Ash St, Room 1 11, Columbia, Missouri 65201 no later than 5 0 0 pm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-4390, E-mail: lsanders@,boonecountvmo.org

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 319.075 to 319.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notify any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within ten feet of any high voltage overhead line. To the fullest extent permitted by law, Contractor shall indemnify, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees) arising by reason of any act or failure to act, negligent or sthenvise, of Contractor, of any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any action for Contribution against the County on behalf of the Contractor, any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 31: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasing Department Response Presentation and Review RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain "N/A" or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier. Submittal Package - Submit, to the location specified on the title page, three (3)complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at www.showrneboone.com. BID OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects not to submit a Response and fails to reply in writing stating reasons for not bidding, that Bidder's name may be removed from our database. Other reasons for removal include unwillingness or inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet delivery requirements. RESPONSE CLARIFICATION - County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses. Rejection or Correction of Responses - County reserves the right to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or inconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or weighted point score does not imply that one bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost. Method of Evaluation - County will evaluate submitted responses in relation to all aspects of the Bid. Acceptability - County reserves the sole right to determine whether goods and/or services offered are acceptable for its use. County also reserves the right to request samples of any and/or all equivalent products bid in order to ensure comparative quality between those items and the name brand items specified. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern. Endurance of Pricing -Bidder's pricing shall be held finn until contract execution or 60 days, whichever comes first.

Bid #52-13NOV14 Page October 31,2014

6

Page 32: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Purchasinp Department 4. Response Form

4. I . Company Name:

4.2. Address:

4.4. Phone Number:

4.5. Fax Number:

4.6. Federal Tax ID:

4.6.1. ( ) Corporation ( ) Partnership - Name ( ) Individual/Proprietorship- Individual Name (If IndividuaI, Bidder must complete Certification of lawful presence in U.S. on attached form). ( ) Other (Specify)

i .. ii PRICING -. - .. .. .. .

1 4.7. / INMATE DETENTION SUPPLIES , * .-, ' NOTE: SAMPLE OF LATEX GLOVES1-.-. .. ... .. .-.~~

I ~, . Unit .*A ~ ~~ription--- ...... . 1 .. . Price / Q..

! ; Mattresses Per Section 2.5.1. i 4.7.1. i i i Item # 1- - .i . .... . .

Wool Blankets Per Section 2.5.2.

1 1 !

I Toothbrushes Per Section 2.5.6.2. 4.7.9. 1 ~ t yPer Case

1 Item #* -I Soap Per Section 2.5.7. I.

4.7.10. 'QtyPerCase I Item #

oap Per Section 2.5.7.2.

-- .-.... . .-- .-

I

$ /CS / 4 cases

Bid #52-13NOV14 Page October 31,2014

Page 33: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

-- ---

Razors Per Section 2.5.8. i

Qty Per Case $ /CS / 50 cases $ I Item # I Shampoo Per Section 2.5.9. !i 1

4.7.13. 1 Qty Per Case I $ /CS ' 100 cases -Item # j

-- i --: Combs Per Section 2.5.10. 7------------

4.7;;14. 1 Qty Per Case ; $ /cs 25 cases $ i-i Item # ! +-+

.--- 2

i ID Bands Per Section 2.5.1 1. Includes fasteners 4.7.15. 1 Qty Per Case ;I $ /CS i 75 cases I $

1 Item # I

1 4.7.15.1. ! FasteningTool -.... ~.. --.....a

; Cleaning Detergent Per Section 2.5.12. I1- I $ /cs 60 cases I! $4.7.16.!QtyPerCase I Item #iL ....... .-........ . --PA

1 i White Bath Towels Per Section 2.5.13. Qty Per Bale /bale 10 bales $ $-Item #

...- -- .-

Brown Bath Towels Per Section 2.5.1 3. Item # Wash ~ l o t h s , ~ Item #

--

--

i

1 $ , w

; $

/dz

/dz

i ;

/ 5 dozen

20 dozen

II s Latex Gloves Per Section 2.5.14.

Qty Per Box Item #

i

, $ /bx '

'

100 boxes

1 $

I

11 4.7.21.

; \&:l'[-j 131[):6

Sanitary Napkins Per Section 2.5.15. 250/case-i Item ft 1 $

----?

I Tampons Per Section 2.5.16. 500/case-i 4.7.22. , 1 $ /CS 1 25 cases I $I ; Item # :---_ -_ -..-_ .- ------& -j______-_ -.-.*-- - - - _ _ _ _ -

Women's Underwear Per Section 2.5.17. Item # ' $ dz 25 dozen $1

-I $, lea 20each . . -

- PeAection 2.5.19. ; $ i Item #

b. --

~ h o e s 1 $ I

1 4.7.27. / Item #

I $ i

.........-.-.-.......--..+1-..+ ..--.......... ' -.-.-I

1 4.7.28. GRAND TOTAL of extended prices ....... ......................................... ....... ..-..... -.-. .-..-.-. .- -. .-.. -.-....................... -..--. -

4.8. Minimum discount for all product lines introduced after inception of the contract, and all existing lines not specified herein: % off list price.

4.9. Quote expected delivery turnaround from receipt of order: DAYS

Bid #52-13NOV14 Page October 31,2014

Page 34: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

% 1" Renewal Period % 2ndRenewal Period % 3rdRenewal Period % 4' Renewal Period

4.11 Will you honor the submitted prices in this bid for by other entities in Boone County who participate in cooperative purchasing with Boone County, Missouri? (A negative response will not affect evaluation of this bid for Boone County purposes). YES NO

The Undersigned offers to furnish and deliver the articles or services as specified at the prices and terms stated and in strict accordance with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 34.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Act") of the Revised Statutes of Missouri.

Authorized Representative (Sign by Hand):

Type or Print Signed Name:

Date of Signature:

Bid #52-13NOV14 Page October 31,2014

9

Page 35: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Bsone CouraQ Purchasing 613 E. Ash, Room 11 1 Columbia, MO 65201

"NoBid9'Response Form Elizabeth Sanders, Senior Buyer

(573) 886-4393 -Fax: (573) 886-4390

""NOBID RESPONSE FO

NOTE: COMPLETE AND m T U W THIS FORM ONLY IF YOU DO NOT WANT TO SUBMIT A BID

If you do not wish to respond to this bid request, but would like to remain on the Boone County vendor list ,please remove form and return to the Purchasing Department by mail or fax.

If you would like to FAX this ""No B i P Response Form to our office, the FAX number is (573) 886-4390.

Bid: 52-Jf3NOV84 - Inmate Detention Supplies Term & Supply

Business Name:

Address: -

Telephone:

Contact:

Date:

Reason(s) for not bidding:

Bid #52-13NOV14 Page October 31,2014

10

Page 36: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

STATEMENT OF BIDDER'S QUALIFICATIONS

Each bidder for the work included in the specifications and plans and the Contract Documents shall submit with their bid the data requested in the following schedule of information. This data must be included in and made a part of each bid document and be contained in the sealed envelope. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal.

1. Name of Bidder:

2. Business Address:

.,3. When Organized:

4. When Incorporated: 5. List federal tax identification number: If not incorporated, state type of business (sole proprietor, partnership, or other)

6. Number of years engaged in business under present firm name:

7. If you have done business under a different name, please give name and business location under that name: -

8. Percent of work done by own staff:

9. Have you ever failed to complete any work awarded to your company? If so, where and why?

10. Have you ever defaulted on a contract? If so, give details:

11. List general type of products sold and manufactured:

12. List of contracts on hand: (include contact names/phone/emails), type of items supplied, percentage of contract completed). Use additional sheets if needed.

13. .List of previous contracts completed within last (3) years, including contact information. See following page-

* Attach additional sheets as necessary *

Bid #52-13NOV14 Page October 31,2014

11

Page 37: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

@ *IS sou"'

STATEMENT OF BIDDER'S QUALIFICATIONS PRIOR EXPERIENCE

(References of similar services for governmental agencies are preferred)

1. Prior Sewices Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Sewices (include dates):

2. Prior Sewices Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Sewices (include dates):

3. Prior Sewices Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Sewices (include dates):

Bid #52-13NOV14 Page October 31,2014

12

Page 38: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Standard Terms and Conditions Boone County Purchasing 613 E. Ash St, Room 1 1 1

! h+: I.G61plumbia, MO 6520 1 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573) 886-4393 - Fax: (573) 886-4390

1. Responses shall include all charges for packing, delivery, installation, etc., (unless otherwise specified) to the Boone County Department identified in the Request for Bid and/or Proposal.

2. The Boone County Commission has the right to accept or reject any part or parts of all bids, to waive technicalities, and to accept the offer the County Commission considers the most advantageous to the County.

3. Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid, give the unit price, extended totals, and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications and/or establish further competition for the commodity or service required. The one (1) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid closing.

4. When products or materials of any particular producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

5. Do not include Federal Excise Tax or Sales and Use Taxes in bid process, as law exempts the County from them.

6. The delivery date shall be stated in definite terms, as it will be taken into consideration in awarding the bid.

4 I . The County Commission reserves the right to cancel a!! or any part of orders if delivery is n ~ tmade

or work is not started as guaranteed. In case of delay, the Contractor must notify the Purchasing Department.

8. In case of default by the Contractor, the County of Boone will procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

9. Failure to deliver as guaranteed shall disqualify Bidder from future bidding.

10. Prices must be as stated in units of quantity specified, and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

1 1. No bid transmitted by fax machine will be accepted.

Bid #52-"$NOVI4 Page October 31,2044

13

Page 39: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

12. The County o f Boone, Missouri expressly denies responsibility for, or ownership of any item purchased until same is delivered to the County and is accepted by the County.

13. The County reserves the right to award to one or multiple respondents. The County also reserves the right to not award any item or group o f items if the services can be obtained from a state or other governmental entity contract under more favorable terms.

14. The h n t y , from time to time, uses federal grant funds for the procurement of goods and services. Accordingly, the provider of goods andlor services shall comply with federal laws, rules and regulations applicable to the funds used by the County for said procurement, and contract clauses required by the federal government in such circumstances are incorporated herein by reference. These clauses can generally be found in the Federal Transit Administration's Best Practices Procurement Manual -Appendix A. Any questions regarding the applicability of federal clauses to a particular bid should be directed to the Purchasing Department prior to bid opening.

In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

16. Should an audit of Contractor's invoices during the term of the Agreement, and any renewals thereof, indicate that the County has remitted payment on invoices that constitute an over-charging to the County above the pricing terms agreed to herein, the Contractor shall issue a refund check to the County for any over-charges within 30-days of being notified of the same.

17. For all titled vehicles and equipment the dealer must use the actual delivery date to the County on all transfer documents including the Certificate of Origin (COO,) Manufacturer's Statement of Origin (MSO,) Bill of Sale (BOS,) and Application for Title.

Equipment and serial and model numbers - The contractor is strongly encouraged to include equipment serial and model numbers for all amounts invoiced to the County. If equipment serial and model numbers are not provided on the face of the invoice, such information may be required by the County before issuing payment.

19. Contractor shall comply with all applicable federal, state, and local laws and failure to do so, at County's sole Discretion, shall give County the right to terminate this Contract.

Bid #52-13NOV14 Page October 31,2014

14

Page 40: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

(Please complete and return with Contract)

Certification Regarding tSlii Debarment, Suspension, Ineligibility and Voluntary ExcluWYIn

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19 160-192 11).

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS FOR CERTIFICATION)

(I) The prospective recipient of Federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fiom participation in this transaction by any Federal department or agency.

(2) Where the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Name and Title of Authorized Representative

-Signature Date

Bid #52-13NOV14 Page October 31,2014

15

Page 41: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ystem for Award Management rage I or I

USER NAME PASSWORD

I-Forqot Username? Forqot Password?

Create an Account

Entity Dashboard

.-"

Entity Overview

%CS Jail Supplies, Xnc. DUNS: 148161193 CAGE Code: 3 ~ 7 ~ 8

Sbtus: Active

Expiration Date: 04/01/2015

Purpose of Registration: All Awards

5804 Franklin Awe

Waco, TX, 76718-6931,

UNITED STATES

Entity Record Entity Overview

Core Data

Assertions

Reps & Certs

pots

Reoorts

Service Contract Report

Name: ICS Jail Supplies, Inc. Doing Business As: IC S

BusinessType: Business or Organization POC Name: Karen Bailey

Registration Status: Active Activation Date: 04/01/2014 Expiration Date: 04/01/2015

Exclus~ons

Active Exclus~ons

Inactive Exclusions

Exclus~ons

Active Exclusion Records? No

SAM I System for Award Management 1.0 IBM vl.P.23.20141126-1047

W W W l

Note to al l Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times.

Page 42: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Commission Order # ~-5*i i -~

PURCHASE AGREEMENT FOR

INMATE DETENTION SUPPLIES

THIS AGREEMENT dated the 5% day of 5 is made between Boone County, Missouri, a political subdivision of the State of Missouri r ugh the Boone County Commission, herein "County" and Bob Barker Company, Inc., herein " ontractor."

IN CONSIDERATION of the parties performance of the respective obligations contained herein, the parties agree as follows:

1. Contract Documents - This agreement shall consist of this Purchase Agreement for Inmate Detention Supplies Term and Supply, County of Boone Request for Bid for Inmate Detention Supplies Term and Supply, bid number 52-13NOV14, Introduction and General Conditions of Bidding, Primary Specifications, Response Presentation and Review, Standard Terms and Conditions, as well as the Contractor's bid response dated November 10,2014 and executed by Kristen Dodds on behalf of the Contractor. All such documents shall constitute the contract documents which are attached hereto and incorporated herein by reference. Service or product data, specification and literature submitted with bid response may be permanently maintained in the County Purchasing Office bid file for this bid if not attached. In the event of conflict between any of the foregoing documents, this Purchase Agreement, the Introduction and General Conditions of Bidding, Primary Specifications, Response Presentation and Review, and Standard Terms and Conditions shall prevail and control over the Contractor's bid response.

2. Contract Duration - This agreement shall commence on the date of award and extend through December 31,2015 subject to the provisions for termination specified below. This agreement tnay be extended beyond the expiration date by order of the County for four (4) additional one-year periods subject to the pricing clauses in the Contractor's bid response and thereafter on a month to month basis in the event the County is unable to re-bid andlor award a new contract prior to the expiration date after exercising diligent efforts to do so or not.

3. Purc/zase/Service - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following items from the RFB:

Item # Item Contract Price ltem 4.7.1. Mattresses $27.86lea PJM25754 Itein 4.7.9. Toothbrushes (Shorty) #BBST25$4.971~~-ltem 4.7.12. Razors #CLRl000$46.461~~-ltem 4.7.13. Shampoo $21.86/cs- #MS2 Item 4.7.15. ID Bands #646-OR$124.901~~-ltetn 4.7.15.1 Fastening Tool $85.95/ea- #647 Item 4.7.16. Cleaning Detergent #90650$43.251~~-Item 4.7.24. Shirts $2.97/ea- #ZCTSMA ltem 4.7.25. Sweatpants $6.08lpr- SPGY

These items shall be supplied as listed in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractor's bid response, as needed and as ordered by the County.

4. Delivery - Contractor agrees to deliver items described above in compliance with the bid specifications and in accordance with the Contractor's bid within 30 days after receipt of an order.

5. Billing and Payment - All billing shall be invoiced to the Boone County Sheriffs Department and billings may only include the prices listed in the Contractor's bid response. 110 additional fees for delivery or extra services or taxes shall be included as additional charges in excess of the charges in the Contractor's bid response to the specifications. The County agrees to pay all correct monthly invoices within thii-ty days of receipt; Contractor agrees to honor any cash or prompt payment discounts offered in its bid response if county makes payment as provided therein. In the event of a billing dispute, the

An Affirmative ActionIEquaI Opportunity Institution

Page 43: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

County reserves the right to withhold payment on the disputed amount; in the event the billing dispute is resolved in favor of the Contractor, the County agrees to pay interest at a rate of 9% per annum on disputed amounts withheld commencing from the last date that payment was due.

6 . Binding Effect - This agreement shall be binding upon the parties hereto and their successors and assigns for so long as this agreement remains in full force and effect.

7. Entire Agreement - This agreement col~stitutes the entire agreement between the parties and supersedes any prior negotiations, written or verbal, and any other bid or bid specification or contractual agreement. This agreement may only be amended by a signed writing executed with the same formality as this agreement.

8. Terntination - This agreement may be terminated by the County upon thirty days advance written notice for any of the following reasons or under any of the following circumstances:

a. County may terminate this agreement due to material breach of any term or condition of this agreement, or

b. County may terminate this agreement if in the opinion of the Boolie County Commission if delivery of products are delayed or products delivered are not in conformity with bidding specifications or variances authorized by County, or

c. If appropriations are not made available and budgeted for any calendar year.

IN WITNESS WHEREOF the parties through their duly authorized representatives have executed this agreement on the day and year first above written.

BOONE COUNTY, MISSOURI

APPROVEFAAS ATTEST:TO FORM:

AUDITOR CERTIFICATION In accordance with RSMo 50.660, 1 hereby certify that a sufficient unencumbered appropriation balance exists and is available to satisfy the obligation(s) arising from this contract. (Note: Certification of this contract is not required if the terms of this contract do not result in a measurable county obligation at this time.)

1255123025,23026 TermlSupply . . .

1242123025 &3U3r__---

Date Appropriation Account

Page 44: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

(Please complete and re turn with Contract)

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.510, Participants' responsibilities. The regulations were published as Part VII of the May 26; 1988, Federal Register (pages 19160-1 92 1 1).

(BEFORE COMPLETING CERTIFICATION, READ I?STRUCTIONS FOR CERTIFICATION)

(1) The prospective recipient of Federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded kom participation in this transaction by any Federal department or agency.

(2) W-here the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Kristen Dodds , Pricing-Specialist

II/ I 0/2014 Date

I",:

Bid #52-13NOV14 Page October 31,201 4

15

Page 45: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasinn Department I . Introduction and General Conditions of Bidding

1. l . INVITATION - The County of Boone, through its Purchasing Department, invites responses which offer to provide the goods andfor services identified on the title page, and described in greater detail in Primary Specifications. DEFINITIONS County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a pronoun for various subsets of the County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. Department(s) or OfJice(s) - The County Department(s) or Office(s) for which this Bid is prepared, and which will be the end user(s) of the goods andlor services sought. Designee - The County employee(s) assigned as your primary contact(s) for interaction regarding Contract performance. Bidder / Contractor / Supplier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid, but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods and/or services described in the Bid. Supplier - All business(s) entities which may provide thembject goods and'or services. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the fust page. A "Request for Bid'' is used when the need is well defined. A "Request for Proposal" is used when the County wilI consider solutions: which may vary significantly from each other or from the County's initial expectations. Response - The written, sealed document submitted according to the Bid instructions. BID CLARIFICATION - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the Purchasing Department. Answers, citing the question asked but not identifying the questioner, will be distributed simultaneously to all k n o w prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [forty eight] hours in advance of the bid deadline. Bids: addenda, bid tabulations and bid awards are posted on our web site at: www.shoumeboone.coni Note: written requirements in the Bid and its Addenda are binding, but any oral communications between County and Bidder are not. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding this Bid. By submitting a Response, Bidder is presumed to concur with all terms, conditions and specifications of this Bid. Bid Amendment - If it becomes evident that this Bid must be amended, the Purchasing Department will issue a fonna! written -4ddendum to a!! k n o w prospecfive Bidders. If necess~ry,a new due d2ts wi!l be established. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest value to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest of the County. CONTRACT EXECUTION - This Bid and the successful bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: I ) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response. COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

2

Page 46: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasing Department 2 . Primaty Specifications

2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to contract with an individual(s) or organization(s), hereinafter referred to as "Contractor" for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein.

2.1.1. Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a minimum volume for under a prospective contract. The estimates provided on the Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary.

2.2. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods following expiration of the first contract period.

2.2.1. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form.

2.2.2. If renewal percentages are not provided, then prices during any renewal period shall be the same as during the original contract period.

2.3. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for a maximum of six (6) months from the date of termination or expiration if it is deemed to be in the best interest of Boone County.

2.4. CONTRACT DOCUMENTS - The successful bidder(s) shall be obligated to enter into a written contract with the County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their own written agreement, any such proposed agreement shall be submitted in blank with their bid. County reserves the right to modify any proposed form agreement or withdraw its aw-ard to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel.

2.5. GENERAL SPECIFICATIONS 2.5.1. Mattresses -Size: 25" x 75" x 4" - Should be flame resistant, tear resistant, waterproof. Should

have vinyl cover. 2.5.2. Wool Blankets - Size: 66" x 90" - Should be fire resistant, whip-stitched ends and made from at

least 50% wool. Must be able to machine wash and dry. Color: Gray. 2.5.3. Poly Cotton Blankets -Size: 66" x 90" - Should be a polyester and cotton blend. Color: Gray. 2.5.4. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below:

2.5.4.1. Sandal 1: Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable.

2.5.4.2. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL. -

2.5.4.3. Sandal 3: Black, defined outsole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof. sizes S-3XL.

2.5.5. Toothpaste -Fluoride toothpaste in 1.5 oz. plastic tube. 2.5.6. Toothbrush -Bidders must bid both kinds of toothbrushes specified below:

2.5.6.1. 30-tuft soft wrapped toothbrushes. 2.5.6.2. 3 'A7'Super Shorty wrapped Flexible.

2.5.7. Soap -Bidders must bid both kinds of soap specified below-: 2.5.7.1. 1.5 oz. wrapped or unwrapped face and body bars. 2.5.7.2. .5 oz. unwrapped face and body bars.

2.5.8. Razors -Single blade with removable safety cap. 2.5.9. Shampoo - 2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo

bottle must be individual sized approximately 20z.. 2.5.10. Combs -5-inch plastic comb.

Bid #52-13NOV14 Page October 31,2014

Page 47: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.5.1 1. ID bands -Orange plastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool. -

2.5.12. Cleaning Detergent -Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses.

2.5.13. Bath Towels -White and Brown. Size 20" x 40" 100% Cotton dense looped terry. 5.5 lbs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. Wash Cloths -Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen. Latex Gloves - Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 11.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MUST BE SENT WITH BID Sanitary Napkins -250 per case, individually boxed, beltless, powder free, adhesive strips. Tampons - Individually wrapped, regular size, 500 per case. Women's Underwear -Sizes 5-20, cotton/poly blend, brief style. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom hem and sleeves, sizes S-3XL. Sweatpants -Grey, track style, no drawstring, elastic waist and cuffs, sizes S-3XL. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal loopholes, non-skid, non-marking soles. Sizes 5 - 13. Pen - Clear Flexible Pen. Black ink. DESCIUPTIVE LITERATURE -Bidders must submit complete descriptive literature for each product bid. Bids received without descriptive literature are subject to rejection. PRICING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest: penalties, termination payments, attorney fees, liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built into the unit cost of the item. The County shall not pay freight. etc. in addition to the price of the item. REPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any item received in damaged condition at no cost to the County. This includes all shipping costs for returning non-functional items to the contractor for replacement. MINIMUM ORDER QUANTITY -The contractor shali not impose a minimum order quantity for any item listed in the contract or otherwise available to the County. PRODUCT AVAILABILITY AND LIMITATIONS -The contractor shall agree to provide inmate detention supplies on an 'as needed' basis as ordered. The contractor shall agree that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item. The contractor must communicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identify and implement alternative options that shall maintain or reduce costs associated with the replacements w-hile maintaining established quality levels.

2.1 1. BILLING AND PAYMENT - Invoices shall be submitted to the Boone County Sheriffs Department at the following address: 2121 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement.

2.12. RETURN OF GOODS -County may cancel any purchase at any time for a full credit.

Bid #52-13NOV14 Page October 31,2014

Page 48: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be hrnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIVERY TERMS -FOB Destination at Boone County Sheriffs Department 2121 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Department, 2 12 1 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLARIFICATION - Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 6 13 E. Ash St, Room 1 1 1, Columbia, Missouri 65201 no later than 5 0 0 pm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-4390, E-mail: Isanders@,boonecountymo.org

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 319.075 to 319.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notify any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within ten feet of any high voltage overhead line. To the fullest extent permitted by law, Contractor shall indemnify, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees) arising by reason of any act or failure to act, negligent or otherwise, of Contractor, of any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any action for Contribution against the County on behalf of the Contractor, any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 49: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasinz Department 3. Response Presentation and Review

3.1. RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain "NIA" or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response.

3.2. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier.

3.2.1. Submittal Package - Submit, to the location specified on the title page, three (3) complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time.

3.2.2. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at www.showmeboone.com.

3.3. BID OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud.

3.3.1. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects not to submit a Response and fails to reply in writing stating reasons for not bidding, that Bidder's name may be removed from our database. Other reasons for removal include unwillingness or inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet delivery requirements.

3.4. RESPONSE CLARIFICATION - County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses.

3.4.1. Rejection or Correction of Responses - County reserves the right to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or inconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest.

3.5. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or weighted point score does not imply that one Bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost.

3.5.1. Method of Evaluation - County will evaluate submitted responses in relation to all aspects of the Bid. 3.5.2. Acceptability - County reserves the sole right to determine whether goods and/or services offered are

acceptable for its use. County also reserves the right to request sampies of any andior all equivalent products bid in order to ensure comparative quality between those items and the name brand items specified.

3.5.3. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

3.5.4. Endurance of Pricing -Bidder's pricing shall be held firm until contract execution or 60 days, whichever comes first.

Bid #52-13NOV14 Page October 31,2014

6

Page 50: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

134 N Main St PO Box 429 Fuquay-Varina, NC 27526 (800) 334-9880 (800) 322-7537 fax

Satisfaction Guaranteed

If, for any reason, you are not fully satisfied with a purchase from us, simply return the merchanhse, in its original condition and with freight prepaid, w i t h n 30 days for a n exchange, refund, or credit. Restocking charges may apply to some items. Custom-made and silkscreen items may not be returned.

Bob Barker Flame-Chek Mattresses

Bob Barker Co., Inc, warrants to the original institutional purchaser a 1-year warranty against manufacturing defects in our Flame-Chek Matt,resses under normal wear, tear, and care conditions.

To ensure proper credit, call 1-800-527-6011 before returning merchandise.

Page 51: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

P.O. Box 429 Fuquay-Variua, NC 27526 PH: 1-800-334-9880 Fax: 1-800-322-7537 www.boI)barker.com

Polyester Mattress

Genera11Specs General Description: lame-chek" Mattress, 5 inches compressed into a 4 inch thickness, has ample firmness as well as adequate suppleness to provide superior comfort. Color: Dark Green- Permanent, non-fading, non-bleeding Size: 25" W x 75" L x 4" H Weight: 14 Ibs. Stitching: Double-needle, lock-stitch-sewn seams that won't unravel Clea~nsing:Wipes clean with soap and water, or properly diluted disinfectant-do not launder. Flammability: Cover and Batting meet or exceed flame resistance standards including DOC Federal

Flammability (FF-4-72) and California Technical Bulletin 129 and 603. Durability: Resistant to delaminating from flexing action. Stitching: Sewn with double locking stitch. Thread: 100°/~bonded nylon for added strength and durability. Construction: Constructed with a single piece of vinyl. Two sides are closed with a double-needle locking-

stitch. The open is closed with two rows of single-needle locking-stitch.

Core Specs Fiiaterial: 100% Polyester Pad General Description: Made of thermally bonded polyester fiber. No chemicals or additional

ingredients are added during the processing of this product. Composition: A unique mixture of polyester fibers, low melt fibers, and virgin fibers to give great

resilience.

Cover Specs General Description: PVC Vinyl with non-cracking properties. Envelope style cover. Color: Sherwood Green Material: Vinyl Thickness: 17 - 20 mil Weight: 12 oz. per sq yard Flammability: Flame Resistant, Passes Cigarette Ignition Std. Passes NFPA-701 Large Scale. Strength: 3-ply vinyl-laminate cover (two layers of vinyl bonded to a tough synthetic scrim) Water Resistant: Constructed with non-penetrable surfaces. Liquid, body waste and hospital

medications cannot penetrate. Tear Strength: Excellent tear strength, Punctures will not produce running rips.

o Warp* - 124 Ibs. o Fill** - 99 Ibs.

i3reaking Strength: Co~istructiondesigned for ticking fabrics (vinyl fabrics). o Warp* - 236 Ibs./in. o Fill** - 219 Ibs. /in.

*Warp is the scrim running length of the fabric. **Fill is the scrim running the width of the fabric.

Page 1 of I

Page 52: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Bid Department: 1-800-235-8586 or FAX 1-888-866-3331

Super Shorty Wrapped Toothbrush

3 114" Long Ivory Color

144 Each Per Case

Super Shorty Wrapped Toothbrush

Maximum Security Shampoo, 2 oz.

The clear choice in safety

As with all of our Maximum Security, this name brand quality shampoo comes in a clear formula and plastic container for easy contraband inspection.

See-through bottles. Product is also see-through. Animal fat free. 96 per case.

1 Item Number j Description

aximum Security Shampoo, 2 oz.

Page 53: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Maximum Security Single Blade Razor, Clear

Construction: One Piece construction design features an open back and closed end to prevent hiding contraband, clear reniovable safety cap

Blade: Stainless steel single blade, adopted electrostatic spray and sputter coating processing on blade edge

Handle: Plastic l~andle is constructed of High Iinpact Polystyrene(H1PS)

Clarity: Clear color offers a safe convenient way to identify contraband

Paclta~ing: 10 razors per bag, 100 bags per case

Bob Barker Company, Inc. PI-I: 1-800-334-9880 PO Box 429 FAX: 1-800-322-7537 Fuquay Varina, NC 27526 www. bobbarker.com

O

America's Leading Detention Supplier

Page 54: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Bid Department: 1-800-235-8586 or FAX 1-888-866-3331

CLINCHER II ID Wristbands wl Metal Fasteners

...-..---..-. .--. . . . . . . . . . . . . . . . . . . . . . . . .. , .-. - ,!=LL.+;: ..,:=.:..zc 7..-:7L L.;~; Write-on Laminate.

......................--..-.---..--.---.--.-A .........................

CLINCHER Inmate Identification Wristbands assure that the process of identifying and classifying inmates is accurate and efficient, eliminating errors and unnecessary confusion. These high-tension plastic wristbands are easy to apply. Dual-grip fasteners hold wristbands firmly in place. Each box includes 500 bands and 525 fasteners. ltem #647 fastener tool sold separately.

Made of durable polyethylene, CLINCHER II offers increased stretch resistance over standard vinyl wristbands. Data may be written or typed on the bracelet. Fasteners are metal.

Plastic fasteners are also available. Call for pricing and information.

Fastening Tool For CLINCHER

Easy t o use Fastening Tool

For use with metal snap fasteners. Tool is not required for plastic snap fasteners.

- ..................... -..1 Item Number 1 Description

Page 55: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Bid Department: 1-800-235-8586 or FAX 1-888-866-3331

Detergent Disinfectant

Specially formulated for cleaning, disinfecting and deodorizing in institutional settings. Use on inanimate, hard surfaces to fight mildew, bacteria and viruses.

9 - UiPd61~,~. l t (ql*,f~~laan 'h" g *w ,tl(- * X I --- Kills HIV-1 on pre-cleaned

> :$-==.& xslrm *a+ *+a" environmental surfaceslobjects ._. . * - 1

, < = 1 previously solled with t bloodlbody fluids. i. 0 t .., Easy to use One packet into

one bucket. No guess work or waste. Dissolves qu~cklyIn water. Each packet makes up to 1 gallon of clean~ngsolution. Packed. 180 packets In two resealable, recyclable plastic tubs. (90ltub)

180 Each Per Case

Page 56: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Bid Department: 1-800-235-8586 or FAX 1-888-866-3331

Medium Weight T-shirt, Maroon

Medium weight T-shirts in a variety of colors

These Medium Weight T-shirts come in a variety of colors make color-coding populations easy and affordable.

5-Ounce Double-needle coverstitched front neck Seamless ribbed collar with shoulder-to-shoulder tape Double-needle stitched bottom hem and sleeves 100% Cotton (except: Ash 98% Cotton 2% ~ o i y ;Athletic Heather 90% Cotton 10% Po~Y)

. . -- --..

I i X ~ S M A - X L 1 Medium Weight T-shirt, Maroon Size X-Large ..I

........................ ....-........................I--..-........... . ..................1 ZCTSMA-2XL Medium Weight T-shirt, Maroon Size 2X-Large . ............. .......................-......... - ..........-...... .....

Page 57: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

, I .

~. 1 Track Style'.O. Box 429

' 4

. Sweatpants, Ash 2uquay-Varina, NC 27526 GrayI ) i

Item Number:

Description:

Weight:

Fabric:

Construction:

Sizes:

Color:

Washing:

Selling UOM:

Ash Gray, Track Style Sweatpants

7.75 oz per square yard

50% Cotton/50% Polyester

First quality fabric, long pants, elastic waist and cuffs. No pocltets or drawstrings.

S-1OXL

Ash Gray

Machine Wash in Warm Water and Tumble Dry. No bleach.

Each Sizes S to XI,-Master Carton of 36 each Sizes 2x1to 6XL-Master Carton of 24 each Sizes 8XL to 1OXL-Master Carton of 12 each

Page 58: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasing Department 4 . Response Form

4.1. Company Name: Bob Barker Company, Inc

4.2. Address: 134 N. Main Street

4.3. CityIZip: Fuquav-Varina, NC 27526

4.4. Phone Number: 800-334-9880

4.5. Fax Number: 800-322-7537

4.6. Federal Tax ID: 56-1558062

4.6.1. (x) Corporation ( ) Partnership - Name ( ) Individual/Proprietorship - Individual Name (If Individual, Bidder must complete Certification of lawful presence in U.S. on attached form). ( ) Other (Specify)

i- 1 PRICING ---

4.7. / INMATE DETENTION SUPPLIES

I / !

NOTE: SAlWPLE OF LATEX GLOVES --

[ Item # 1 Product Description i I Mattresses Per Section 2.5.1. ; 4.7.1.1 & Item # PJM25754

1 W O O ~~ i i n k e t sP&1 4.7.2. I I Item # WsB6690

---

i i

i 4'7'3. jj

Poly cotton Blankets Per Section 2.5.3. Item # CZ6690GY

1 I i i

1 i

1 I

!/1

/ Slip-on PVC Sandals Per Section 2.5.4.1. 4.7'4' ! Item # 80302

/ Slip-on PVC Sandals Per Section 2.5.4.2. 4.7.5.

j Item # 6061 Szzdals, black, dzfified G L ~ ~ S G I Bridge, per Section

4.7.6. 1 2.5.4.3. Item # SEVA-BKI

j Toothpaste Per Section 2.5.5. 4.7.7. j ~ t yPer Case ~ 1 4 4

/ ~terr,it M S T I ~

-- ii

i

$2.97

$34.71

lpr

/CS 35 cases !

--

$7,19385

I1 i

i Ii I i

;1

I j I

i i1

1 Item # TUl5 -

/ Soap Per Section 2.5.7.2.

4.7.8.

4.7.1 1. / Qty Per Case C1OOO

j Item # u l P -

Toothbrushes Per Section 2.5.6.1. Qty Per Case a 4 4

Item # BB28 -I Toothbrushes Per Section 2.5.6.2. 4.7.9. , Qty Per Case a 4 4

1 Item # BBST25

1 Soap Per Section 2.5.7.1. 4.7.10. 1QtyPerCaseC500

-

!I

iI 1j

I 1I 1 I

/ -

$5.31 '

$4.97

$76.15

/CS -

/cs

/CS

5 cases

4 cases

75 cases

I I i

j

: i I:

$2485

$304.60

$ 2,aA400

Bid #52-13NOV14 Page October 31,2014

:;aM@'r$@xpgr<:; 7

Page 59: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

--

--

----

--

I

I I j 4.7.20.j1 I { II i i 1 4.7.21.1 1 I / 4.7.22. C 1

i ii 4.7.26.1i 1I / j1

L 4.7.27.I

I !

Razors Per Section 2.5.8. Qty Per Case clooo Item # CLRI 000

Shampoo Per Section 2.5.9. Qty Per Case c96

Item # MS2 -

Combs Per section 2.5.10. Qty Per Case C144

Item # C-5

ID Bands Per Section 2.5.1.1.Includes fasteners Qty Per Case Bsoo

Item # 646-OR

Fastening Tool Item # 647 Cleaning Detergent Per Section 2.5.12. Qty Per Case C180

Item # 90650

White Bath Towels Per Section 2.5.13. Qty Per Bale 1 dozen

Item # 41400

Brown Bath Tow-els Per Section 2.5.13. Item # BTZ040BR

Wash Cloths, Brown, Per Section 2.5.13.

j Latex Gloves Per Section 2.5.14. Qty Per Box B50 Item # 4436

NOTE: SAMPLE OF LATEX GLOVES MUST BE SEXT WITH BID* Sanitary Napkins Per Item # s,,.c Tampons Per Section Item #TpXsoo

Women's Underwear Per Section 2.5.17. Item # *"*+ SIZES 5-16

Shirts Per Section 2.5.18. Itern #/ZCTSMA

. - .

sweatpantsper section 2.5.19. Item # SPGY

Shoes Per Section 2.5.20. Item # 13854 Pen, per Section 2.5.21.

Item # MSBP *sold in ulm C144, $17.28 per case

GRAND TOTAL of extended prices

! j

i $46.46 lcS 50 cases I $2323.00 Ij I

1 $21.86 Ics 100 cases 1 $2,186 00

i

I $3.38 25 cases / $84.50i lcS

I j

/ i $124.90 lcs 75 cases : $9,367 50

I

j $ 85.95 lea

I I

$43 25 ICS : 60 cases $2,59500

$15 44 /bale 10 bales $154 40

! $18.05 IdZ j 1 $ 90.25 i 5 dozen 1

I

20 dozen $60 20

! $ 10.'9 /bx 100 boxes $1-019.00 1

i

, $6.10 Ipr / 20 pr $122.00

! (104 cases)* 1 $0.'2 lea ' : l5Ooo 1 $ 1,797.12

- ; - each i

jj

4.8. Minimum discount for all product lines introduced after inception of the contract, and all existing lines not specified herein: 3 % off list price.

4.9. Quote expected delivery turnaround from receipt of order: 3-30 DAYS

Bid #52-13NOV14 Page October 31,2014

8

Page 60: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

o % I" Renewal Period o % 2ndRenewal Period 5 % 3rdRenewal Period 7 % 4" Renewal Period

4.11. Will you honor the submitted prices in this bid for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County, Missouri? (A negative response will not affect evaluation of this bid for Boone County purposes). x YES NO

The Undersigned offers to furnish and deliver the articles o r services as specified at the prices and terms stated and in strict accordance with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 34.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Act") of the Revised Statutes of Missouri.

J \JType or Print Signed IVarne:

KRISTEN DODDS. PRICING SPECIALIST

Date of Signature: /2~,/&

Bid #52-13NOV14 Page October 31,2014

9

Page 61: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Standard Terms and Conditions Boone County Purchasing 613 E. Ash St, Room 1 1 1

Columbia, MO 6520 1 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573) 886-4393 - Fax: (573) 886-4390

Responses shall include all charges for packing, delivery, installation, etc., (unless othetw-ise specified) to the Boone County Department identified in the Request for Eid and/or Proposal.

The Boone County Commission has the right to accept or reject any part or parts of all bids, to w-aive technicalities, and to accept the offer the County Commission considers the most advantageous to the County.

Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid, give the unit price, extended totals, and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications andlor establish further competition for the commodity or service required. The one (1) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid closing.

When products or materials of any particular producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

Do not include Federal Excise Tax or SaIes and Use Taxes in bid process, as law exempts the County from them.

The delivery date shall be stated in definite terms, as it will be taken into consideration in awarding the bid.

r he L ~ U I I L Y L ~ . .

~ L b 3 G 1 V L 3 ~ ~ ~ ~ ~ I ~ ~ ~ r P -.=-. L ~ P- -.--.--.

I ,L.-ill^ A A+ i~czzcei all oi a;ty-part of crders if delivey is n G t made

or work is not started as guaranteed. In case of delay, the Contractor must notify the Purchasing Department.

In case of default by the Contractor, the County of Boone will procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

Failure to deliver as guaranteed shall disqualify Bidder from future bidding.

Prices must be as stated in units of quantity specified; and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

No bid transmitted by fax machine will be accepted.

Bid #52-43NOV14 Page October 34,2044

13

Page 62: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

The County o f Boone, Missouri expressly denies responsibility for, or ownership of any item purchased until same is delivered to the County and is accepted by the County.

The County reserves the right to award to one or multiple respondents. The County also reserves the right to not award any item or group o f items if the services can be obtained from a state or other governmental entity contract under more favorable tenns.

The County, from time to time, uses federal grant funds for the procurement of goods and services. Accordingly, the provider of goods and/or services shall comply with federal laws, rules and regulations applicable to the fimds used by the County for said procurement, and contract clauses required by the federal government in such circumstances are incorporated herein by reference. These clauses can generally be found in the Federal Transit Administration's Best Practices Procurement Manual -Appendix A. Any questions regarding the applicability of federal clauses to a particular bid should be directed to the Purchasing Department prior to bid opening.

In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

Should an audit of Contractor's invoices during the term of the Agreement, and any renewals thereof, indicate that the County has remitted payment on invoices that constitute an over-charging to the County above the pricing terms agreed to herein, the Contractor shall issue a refund check to the County for any over-charges within 30-days of being notified of the same.

For all titled vehicles and equipment the dealer must use the actual delivery date to the County on all transfer documents including the Certificate of Origin (COO,) Manufacturer's Statement of Origin (MSO,) Bill of Sale (BOS,) and Application for Title.

Equipment and serial and mode1 numbers - The contractor is strongly encouraged to include equipment serial and model numbers for all amounts invoiced to the County. If equipment serial and model numbers are not provided on the face of the invoice, such information may be required by the County before issuing payment.

Contractor shall comply with all applicable federal, state, and local laws and failure to do so, at County's sole Discretion, shall give County the right to terminate this Contract.

Bid #52-13NOV14 Page October 31,2014

14

Page 63: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Boone County Purchasing 613 E. Ash, Room 11 1 Columbia, MO 65201

Requestfor Bid (RFB)

Bid Data Bid Number: 52-13WOV14

Commodity Title: Inmate Detention SuppIies- ?'ern1 dk Supply

DIRECT BID FORMAT OR SUBMISSION OUESTIONS TO THE PURCHASING DEPARTMENT

BM Sscbmissioa Address aad Deadliae -Bid Closiag Day / Date: Thursday, November 13,2014

Time: 2:08 pm (Bids received after this time will be returned unopened)

Location / Mail Address: Boone County Purchasing Department Boone County Purchasing Office 6 13 E. Ash, Room 1 1 1 Columbia, MO 65201

Directions: The Purchasing Office is located on the Northeast corner at 7'" and Ash Street. Enter the building from the South Side. Wheel chair accessible entrance is available.

BM Cqpeaiag Day / Date: Thursday, November 13,2014

Time: 2:00 pm, Central Time Location / Address: Boone County P~~rchasing Department

Boone County Purchasing Office 613 E. Ash, Room 111 Columbia, MO 65201

Bid Contents 1 .O: Introduction & General Conditions of Bidding 2.0: Primary Specifications 3.0: Response Presentation and Review 4.0: Response Form

"NO BID" Response Form Statement of Bidder's Qualifications Standard Terms and Conditions Debarment Certification

Bid #52-13NOV14 Page October 3% 22014

1

Page 64: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Introduction and General Conditions of Bidding INVITATION - The County of Boone, through its. Purchasing' Department, invites responses which offer to provide the goods andlor services identified on the title page, and described in greater detail in Primary Specifications. DEFINITIONS County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a pronoun for various subsets of the County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. Department(s) or OfJce(s) - The County Department(s) or Office(s) for which this Bid is prepared, and which will be the end user(s) of the goods and/or services sought. Designee - The County employee(s) assigned as your primary contact(s) for interaction regarding Contract performance. Bidder / Contractor / Supplier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid, but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods and/or services described in the Bid. Supplier - All business(s) entities which may provide the subject goods and/or services. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the first page. A "Request for Bid" is used when the need is well defined. A "Request for Proposal" is used when the County will consider solutions, which may vary significantly from each other or from the County's initial expectations. Response - The written, sealed document submitted according to the Bid instructions. BID CLARIFICATION - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the Purchasing Department. Answers, citing the question asked but not identifLing the questioner, will be distributed simultaneously to all known prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [forty eight1 hours in advance of the bid deadline. Bids, addenda, bid tabulations and bid awards are posted on our web site at: \~ww.show~neboone.coni Note: written requirements in the Bid and its Addenda are binding, but any oral communications between

County and Bidder are not. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding this Bid. By submitting a Response, Bidder is presumed to concur with all terms, conditions and specifications of this Bid. Bid Amendment - If it becomes evident that this Bid must be amended, the Purchasing Department will issue a formal written Addendum to all known prospective Bidders. If necessary, a new due date will be established. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest vaiue to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest of the County. CONTRACT EXECUTION - This Bid and the successfkl bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: 1) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response. COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

2

Page 65: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Coranty ofBoone Purchasing Department 2 . Primary Specifications

2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to contract with an individual(s) or organization(s), hereinafter referred to as "Contractor" for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein.

2.1.1. Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a minimum volume for purchases under a prospective contract. The estimates provided on the ,, , Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary.

2.2. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods following expiration of the first contract period.

2.2.1. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form.

2.2.2. If renewal percentages are not provided, then prices during any renewal period shall be the same as during the original contract period.

2.3. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for a maximum of six (6) months from the date of termination or expiration if it is deemed to be in the best interest of Boone County.

2.4. CONTRACT DOCUMENTS - The successful bidder(s) shall be obligated to enter into a written contract with the County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their own written agreement, any such proposed agreement shall be submitted in blank with their bid. County reserves the right to modifL any proposed form agreement or withdraw its award to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel.

2.5. GENERAL SPECIFICATIONS 2.5.1. Mattresses - Size: 25" x 75" x 4" - Should be flame resistant, tear resistant, waterproof. Should

have vinyl cover. 2.5.2. Wool Blankets - Size: 66" x 90" - Should be fire resistant, whip-stitched ends and made from at

least 50% wool. Must be able to machine wash and dry. Color: Gray. 2.5.3. Poly Cotton Blankets -Size: 66" x 90" - Should be a polyester and cotton blend. Color: Gray. 2.5.4. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below:

2.5.4.1. Sandal 1 : Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable.

2.5.4.2. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL.

2.5.4.3. Sandal 3: Black, defined outsole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof, sizes S-3XL.

2.5.5. Toothpaste -Fluoride toothpaste in 1.5 oz. plastic tube. 2.5.6. Toothbrush -Bidders must bid both kinds of toothbrushes specified below:

2.5.6.1. 30-tuft soft wrapped toothbrushes. 2.5.6.2. 3 %" Super Shorty wrapped Flexible.

2.5.7. Soap -Bidders must bid both kinds of soap specified below: 2.5.7.1. 1.5 oz. wrapped or unwrapped face and body bars. 2.5.7.2. .5 oz. unwrapped face and body bars.

2.5.8. Razors - Single blade with removable safety cap. 2.5.9. Shampoo -2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo

bottle must be individual sized approximately 202.. 2.5.10. Combs - 5-inch vlastic comb.

Bid #52-13NOV14 Page October 31,2014

3

Page 66: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

LD bands -Orange plastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool. Cleaning Detergent -Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses. Bath Towels -White and Brown. Size 20" x 40" 100% Cotton dense looped terry. 5.5 lbs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. . $ I

Wash Cloths -Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen. Latex Gloves -Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 1 1.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MUST BE SENT WITH BID Sanitary Napkins - 250 per case, individually boxed, beltless, powder free, adhesive strips. Tampons - Individually wrapped, regular size, 500 per case. Women's Underwear - Sizes 5-20, cotton/poly blend, brief style. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom hem and sleeves, sizes S-3XL. Sweatpants -Grey, track style, no drawstring, elastic waist and cuffs, sizes S-3XL. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal loopholes, non-skid, non-marking soles. Sizes 5 - 13. Pen - Clear Flexible Pen. Black ink. DESCRIPTIVE LITERATURE -Bidders must submit complete descriptive literature for each product bid. Bids received without descriptive literature are subiect to reiection. PRICING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest, penalties, termination payments, attorney fees, liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built inio the unit cost of the item. The County shall not pay freight, etc. in addition to the price ofthe item. REPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any item received in damaged condition at no cost to the County. This includes all shipping costs for retunning non-functional items to the contractor for replacement. MINIMUM ORDER QUANTITY -The contractor shall not innpose a minimum order quantity for any item listed in the contract or othenvisc available to the County. PRODUCT AVA,HLABILITY AN0 LIMITATIONS-The contractor shall agree to providz inmate detention supplies on an 'as needed' basis as ordered. The contractor shall agree that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item. The contractor must communicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identify and implement alternative options that shall maintain or reduce costs associated with the replacements while maintaining established quality levels. BILLING AND PAYMENT - Invoices shall be submitted to the Boone County Sheriffs Department at the following address: 2121 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement. RETURN OF GOODS -County may cancel any purchase at any time for a full credit.

Bid #52-13NOV14 Page October 31,2014

Page 67: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be hrnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIVERY TERMS -FOB Destination at Boone County Sheriffs Department 212 1 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Department, 2121 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLARIFICATION - Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 613 E. Ash St, Room 1 11, Columbia, Missouri 65201 no later than 5:00 pm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-4390, E-mail: Isanderso,boonecountvmo.ora

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 3 19.075 to 3 19.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notifl any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within tell feet of any high voltage overhead line. To the hllest extent permitted by law, Contractor shall indemnifl, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees) arising by reason of any act or failure to act, negligent or otherwise, of Contractor, of any subcontractor (meaning anyone, including but not limited to coasultants having a contract with contractor or a subcontract for part of the services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any action for Contribution against the County on behalf of the Contractor, any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any subcontractor, or of apyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 68: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasing Department 3. Response Presentation and Review

3.1. RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain "NIA" or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response.

3.2. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier.

3.2.1. Submittal Package - Submit, to the location specified on the title page, three (3)complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time.

3.2.2. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at www.showmeboone.com.

3.3. BIH) OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud.

3.3.1. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects not to submit a Response and fails to reply in writing stating reasons for not bidding, that Bidder's name may be removed from our database. Other reasons for removal include unwillingness or -

inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet delivery requirements.

3.4. RESPONSE CLARIFICATION - County reserves the right to request additional written or oral information from Bidders in order to obtain clarificzttion of their Responses.

3.4.1. Rejection or Correction of Responses - County reserves the sight to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or inconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest.

3.5. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or weighted point score does not imply that one Bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost.

3.5.1. Method of Evaluation - County will evaluate submitted responses in relation to all aspects of the Bid. 3.5.2. Acceptability - Cwtnty reserves the sole right to determine whether goods andlor services offered are

acceptable for its use. County also reserves the right to request samples of any andlor all equivalent products bid in order to ensure comparative quality between those items and the name brand items specified.

3.5.3. the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

3.5.4. Endurance of Pricing -Bidder's pricing shall be held firm until contract execution or 60 days, whichever comes first.

Bid #52-13NOV14 Page October 31,2014

6

Page 69: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Counh, of Boone Purchasinp Department 4. Response Form

4.1. Company Name:

4.2. Address:

4.4. Phone Number:

4.5. Fax Number:

4.6. Federal Tax ID:

4.6.1. ( ) Corporation ( ) Partnership - Name ( ) Individual/Proprietorship- Individual Name (If Individual, Bidder must complete Certification of lawful presence in U.S. on attached form). ( ) Other (Specify)

i ; PRICING L I ....- ........--..-...... i

I1 4.7.1.

Mattresses Per Section 2.5.1. Item # Wool Blankets Per Section 2.5.2.

j 4.7.5. Slip-sri PVC Sandals Per Section 2.5.4.2. Item #

1 Sanaals, black, defined outsole ridge, per Section i 4.7.6. $ !pr 20 pr ( sI 2.5.4.3.

Toothpaste Per Section 2.5.5. 4.7.7. ! Qty Per Case-.

! Item W 1 ! Toothbrushes Per Section 2.5.6.1. 1 4.7.8. Qty Per Case $ /CS I 35 cases $ - .

Item # & ----

Toothbrushes Per Section 2.5.6.2. / 4.7.9. I Qty Per Case

.................

p Per Section 2.5.7.1.

/ I

4.7.11. 'QtyPerCase- i Item #

/CS i 75 cases

Bid #52-13NOV14 Page October 31,2014

7

Page 70: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

----

!---.--.---_--___I__ ----

j Razors Per Section 2.5.8. !

4.7.12. Qty Per Case I $ /CS 1 50 cases iI Item # i.---

1 ' iII 1

I Shampoo Per Section 2.5.9. 4.7.13. 1 QtyPerCase

i Item # -.--

I Combs Per Section 2.5.10. 4.7.14. : Qty Per Case

~tem# /-

--

i iI $-; ; $I

I

! /cs

/CS / .

-- 100 cases

25 cases

ID Bands Per Section 2.5.1 1. Includes fasteners Qty Per Case I $ Item #. jt

Fastening Tool -. -. -.-. .-

iI $

Cleaning Detergent Per Section 2.5.12. Qty Per Case ; $

1 1

( Brown Bath Towels Per Section 2.5.1 3.

4.7.18. , i Item #*-i Wash Cloths, ~ r 0 h x ~ z f 5 . 1 3 .

4.7.19. , Item #-

Item # -White Bath ~ b w e l s Per Section 2.5.13. Qty Per Bale Item #

--

1 $

; $

. i

j $

----

1dz

/dz

/bale

I /

1

5 dozen

20 dozen

10 bales I $

$

t $

I I 1

:

Latex Cloves Per section 2.5.14. j

i Qty Per Box 1 4.7.20. ' ~tem# I $ /bx / 100 boxes I , NO'l-l<:S!13;11'1 , I < 01: l,!\'l.f~X ( i l .OVl3 VII~S'I'l3t: SI2N1. i

anitary Napkins Per Section 2.5.1 5. 250/case- /CS 1 25 cases -

ns Per Section 2.5.16. 500/case---.---. .- -..

Z ~ e n ' s Underwear Per Section 2.5.17.

- .-pi--------j

Shirts Per Section 2.5.18. I $ lea ' 20 each 4.7.24.,1+em#

/ I 4.7.25. 1 Sweatpants Per Section 2.5.19. $ lea 20 each

; Item # Shoes Per Section 2.5.20. i $ p r 0 p r $

- :-I .------..--.--a

15000 $1 $ lea / each . . i i - - - - .."

I

/ 4.7.28. ; GRAND TOTAL of extended prices

4.8. Minimum discount for all product lines introduced after inception of the contract, and all existing lines not specified herein: % off list price.

4.9. Quote expected delivery turnaround from receipt of order: DAYS

Bid #52-I 3NOV14 Page October 31,2014

8

Page 71: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

% lStRenewal Period % 2ndRenewal Period % 3rdRenewal Period % 4' Renewal Period

4.11. Will you honor the submitted prices in this bid for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County, Missouri? (A negative response will not affect evaluation of this bid for Boone County purposes). YES ~b

The Undersigned offers to furnish and deliver the articles or services as specified at the prices and terms stated and in strict accordance with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 34.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Act") of the Revised Statutes of Missouri.

Authorized Representative (Sign by Hand):

Type or Print Signed Name:

Date of Signature:

Bid #52-13NOV14 Page October 31,2014

9

Page 72: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Boone County Purehasing 613 E. Ash, Room 11 1 Columbia, MO 65201

"NoBid" Response Form Elizabeth Sanders, Senior Buyer

(573) 886-4393 -Fax: (573) 886-4390

""NOBID WESPONSE FO

NOTE: COMPLETE AND WETURN THIS FORM ONLY IF YOU DO NOT WANT TO SUBMIT A BID

If you do not wish to respond to this bid request, but would like to remain on the Boone County vendor list for this service/commoditv, please remove form and return to the Purchasing Department by mail or fax.

If you would like to FAX this "No Bid" Response Form to our office, .the FAX number is (573) 886-4390.

Bid: 52-13NOV84 - Inmate Detentiosn Supplies Term & Supply

Business Name:

Address:

Telephone:

Contact:

Date:

Reason(s) for not bidding:

Bid #52-13bQQV'BLg Page October 31,2014

10

Page 73: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Each bidder for the work included in the specifications and plans and the Contract Documents shall submit with their bid the data requested in the following schedule of information. This data must be included in and made a part of each bid document and be contained in the sealed envelope. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal.

1. Name of Bidder:

2. Business Address:

3. When Organized:

4. When Incorporated: 5. List federal tax identification number: If not incorporated, state type of business (sole proprietor, partnership, or other)

6 . Number of years engaged in business under present firm name:

7. If you have done business under a different name, please give name and business location under that name:

8. Percent of work done by own staff:

9. Have you ever failed to complete any work awarded to your company? If so, where and why?

10. Have you ever defaulted on a contract? If so, give details:

11. List general type of products sold and manufactured:

12. List of contracts on hand: (include contact names/phone/emails), type of items supplied, percentage of contract completed). Use additional sheets if needed.

13. List of previous contracts completed within last (3) years, including contact information. See following page-

* Attach additional sheets as necessary *

Bid #52-13NOV14 Page October 31,2014

11

Page 74: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

STATEMENT OF BIDDER'S QUALIFICATIONS PRIOR EXPERIENCE

(References of similar services for governmental agencies are preferred)

1. Prior Services Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Services (include dates):

2. Prior Services Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Services (include dates):

3. Prior Services Performed for:

Company Name : Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Services (include dates):

Bid #52-13NOV14 Page October 31,2014

12

Page 75: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Standard Terms and Conditions Boone County Purchasing 6 13 E. Ash St, Room 1 1 1

Columbia, MO 65201 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573) 886-4393 - Fax: (573) 886-4390

Responses shall include all charges for packing, delivery, installation, etc., (unless otherwise specified) to the Boone County Department identified in the Request for Bid and/or Proposal.

The Boone County Commission has the right to accept or reject any part or parts of all bids, to waive technicalities, and to accept the offer the County Commission considers the most advantageous to the County.

Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid, give the unit price, extended totals, and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications and/or establish further competition for the commodity or service required. The one (1) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid closing.

When products or materials of any particular producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

Do not include Federal Excise Tax or Sales and Use Taxes in bid process, as law exempts the County from them.

The delivery date shall be stated in definite terms, as it will be taken into consideration in awarding the bid.

The County Commission reservzs the right to cancel all or any part of orders if delivery is zct nade or work is not started as guaranteed. In case of delay, the Contractor must notify the Purchasing Department.

In case of default by the Contractor, the County of Boone will procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

Failure to deliver as guaranteed shall disqualify Bidder from future bidding.

Prices must be as stated in units of quantity specified, and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

No bid transmitted by fax machine will be accepted.

Bid #52-13N0V14 Page October 31,2014

Page 76: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

12. The County of Boone, Missouri expressly denies responsibility for, or ownership of any item purchased until same is delivered to the County and is accepted by the County.

13. The County reserves the right to award to one or multiple respondents. The County also reserves the right to not award any item or group of items if the services can be obtained from a state or other governmental entity contract under more favorable terms.

11d4. The County, from time to time, uses federal grant funds for the procurement of goods and services. Accordingly, the provider of goods andlor services shall comply with federal laws, rules and regulations applicable to the funds used by the County for said procurement, and contract clauses required by the federal government in such circumstances are incorporated herein by reference. These clauses can generally be found in the Federal Transit Administration's Best Practices Procurement Manual -Appendix A. Any questions regarding the applicability of federal clauses to a particular bid should be directed to the Purchasing Department prior to bid opening.

In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

16. Should an audit of Contractor's invoices during the term of the Agreement, and any renewals thereof, indicate that the County has remitted payment on invoices that constitute an over-charging to the County above the pricing terms agreed to herein, the Contractor shall issue a refund check to the County for any over-charges within 30-days of being notified of the same.

17. For all titled vehicles and equipment the dealer must use the actual delivery date to the County on all transfer documents including the Certificate of Origin (COO,) Manufacturer's Statement of Origin (MSO,) Bill of Sale (BOS,) and Application for Title.

18. Equipment and serial and model numbers - The contractor is strongly encouraged to include equipment serial and model numbers for all amounts invoiced to the County. If equipment serial and model numbers are not provided on the face of the invoice, such information may be required by the County before issuing payment.

19. Contractor shall comply with all applicable federal, state, and local laws and failure to do so, at County's sole Discretion, shall give County the right to terminate this Contract.

Bid #52-13NOV14 Page October 31,2014

Page 77: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

(Please complete and return with Contract)

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19 160-1 92 1 1).

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS FOR CERTIFICATION)

(1) The prospective recipient of Federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for d.ebarment, declared ineligible, or voluntarily excluded fiom participation in this transaction by any Federal department or agency.

(2) Where the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Name and Title of Authorized Representative

-Signature Date

Bid #52-13NOV14 Page October 31,2014

15

Page 78: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

' ysaem Ior Award Management rage I or I

View assistance for Search Results

Search Results

E u r r e n t Search Terms: Bob* barker* company* Inc.*

four search for "Bob* Barker* Company* Inc.*" returned the following results ... Glossary

Notice: This printed document represents only the first page of your SAM search resulb More results may be ava~lable To mnt your complete search results, you can download the PDF and prlnt it

Search Entity ] Bob Barker Company, Inc. Status: Active l ' Results

DUNS: 058525536 CAGE Code: OM861 View Details I Entity

Has Active Exclusion?: No DoDMC: Exclus~on

Expiration Date: 08/27/2015 Delinquent Federal Debt? No Search

Purpose of Registration: All Awards Filters By Record Status

BY Functional Area - Entity Management

BY Functional Area -Performance Information

SAM I Systemfor Award Management 1.0 IBM vl.P.24.20150116-1831

Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times.

Page 79: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

North Carolina

tlaine k Marshall DEPARTMCNYw - r r i ~ Secretary SECRETARYo~STATE

Click Here To:

PU BOX 2 9 ~ 2 2HaklPR, NL: 2?BZ~~-UBZZ(91Y t t r ~~-ZBIUU Account Login Register

View Document Filings File an Annual Report Amend a Previous Annual Report

Print a Pre-Populated Annual Report form

Corporate Names

Legal: Bob Barker Company, Inc.

Business Corporation Information

Sosld: Status: Annual Report Status: Citizenship: Date Formed: Fiscal Month: State of Incorporation: Registered Agent:

0206758 Current-Active Current Domestic 411 311 987

December NC Barker, Robert J, Jr

Corporate Addresses

Mailing:

Principal Office:

Reg Office:

Reg Mailing:

134 N. Main St. Fuquay-varina, NC 27526-1934 134 N. Main St. Fuquay-varina, NC 27526-1 934 134 N. Main St. Fuquay-varina, NC 27526-1 934 134 N. Main St. Fuquay-varina, NC 27526-1934

Officers

President:

Vice President:

Robert J Barker Sr 134 N. Main Street Fuquay-varina NC 27526 Patricia M Barker 134 N. Main Street Fuquay-varina NC 27526

Stock

Class: Shares: Par Value: Class: Shares: Par Value:

COMMON I0000 1 PREFERRED 90000 1

Page 80: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Commission Order # 55.20r 2

PURCHASE AGREEMENT FOR

INMATE DETENTION SUPPLIES

THIS AGREEMENT dated the Boone County, Missouri, a political Commission, herein "County" and "Contractor."

IN CONSIDERATION of the parties performance of the respective obligations contained herein, the parties agree as follows:

1. Contract Documents - This agreement shall consist of this Purchase Agreement for Inmate Detention Supplies Term and Supply, County of Boone Request for Bid for Inrnate Detention Supplies Term and Supply, bid number 52-13NOV14, Introduction and General Conditions of Bidding, Primary Specifications, Response Presentation and Review, Standard Terms and Conditions, as well as the Contractor's bid response dated November 11,2014 and executed by Julie Siege1 on behalf of the Contractor. All such documents shall constitute the contract docu~nents which are attached hereto and incorporated herein by reference. Service or product data, specification and literature submitted with bid response may be permanently maintained in the County Purchasing Office bid file for this bid if not attached. In the event of conflict between any of the foregoing documents, this Purchase Agreement, the Introduction and General Conditions of Bidding, Prima~y Specifications, Response Presentation and Review, and Standard 'I'erms and Conditions shall prevail and control over the Contractor's bid response.

2. Contract Duration - This agreement shall commence on the date of award and extend through December 31,2015 subject to the provisions for termination specified below. This agreement may be extended beyond the expiration date by order of the County for four (4) additional one-year periods subject to the pricing clauses in the Contractor's bid response and thereafter on a month to month basis in the event the County is unable to re-bid and/or award a new contract prior to the expiration date after exercising diligent efforts to do so or not.

3. Purc/zase/Service - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following items from the RFB: Item 4.7.11. Soap-Section 2.5.7.2 of Primary Specifications- $39 .951~~ (20001~s)- #S-112-UN Item 4.7.21. Sanitary Napkins-Section 2.5.15 of Primary Specifications- $ 1 6 . 2 5 1 ~ ~ (2501~s)- #AF-250 These items shall be provided to Boone County at the prices quoted in response to the RFB's specifications and in conformity with the contract documents for the price set forth in the Contractor's bid response, as needed and as ordered by County.

4. Delivery - Contractor agrees to deliver items described above in compliance with the bid specifications and in accordance with the Contractor's bid within 7 days after receipt of an order.

5. Billing anrlPayment - All billing shall be invoiced to the Boone County Sheriffs Department and billings may only include the prices listed in the Contractor's bid response. No additional fees for delivery or extra services or taxes shall be included as additional charges in excess of the charges in the Contractor's bid response to the specifications. The County agrees to pay all correct monthly invoices within thirty days of receipt; Contractor agrees to honor any cash or prompt payment discounts offered in its bid response if county makes payment as provided therein. In the event of a billing dispute, the County reserves the right to withhold payment on the disputed amount; in the event the billing dispute is resolved in favor of the Contractor, the County agrees to pay interest at a rate of 9% per annuln on disputed amounts withheld commencing from the last date that payment was due.

6. Binding EJfect - This agreement shall be binding upon the parties hereto and their successors and assigns for so long as this agreement remains in full force and effect.

7. Entire Agreement - This agreement constitutes the entire agreement between the parties and supersedes any prior negotiations, written or verbal, and any other bid or bid specification or contractual

An Affirmative ActionIEqual Opportunity Institution

Page 81: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

agreement. This agreement may only be amended by a signed writing executed with the same formality as this agreement.

8. Terminntion - This agreement may be terminated by the County upon thirty days advance written notice for any of the following reasons or under any of the following circumstances:

a. County may terminate this agreement due to material breach of any term or condition of this agreement, or

b. County may terminate this agreement if in the opinion of the Boone County Commission if delivery of products are delayed or products delivered are not in conformity with bidding specifications or variances authorized by County, or

c. If appropriations are not made available and budgeted for any calendar year.

IN WITNESS WHEREOF the parties through their duly authorized representatives have executed this agreement on the day and year first above written.

PHOENIX TRADING, INC. BOONE COUNTY, MISSOURI d/b/a AMERCARE PRODUCTS, INC.

APPROVED AS TO FORM: ATTEST: 1

AUDITOR CERTIFICATION In accordance with RSMo 50.660, I hereby certify that a sufficient unencumbered appropriation balance exists and is available to satisfy the obligation(s) arising from this contract. (Note: Certification of this contract is not required if the terns of this contract do not result in a measurable county obligation at this time.)

1255123025, 23026 Tern~lSupply 1242123025

Appropriation Account

Page 82: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

(Please complete and return with Contract)

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.5 10, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19160-1 921 1).

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS FOR CERTIFICATION)

(1) The prospective recipient of Federal assistance hnds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective recipient of Federal assistance hnds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

.dm- ,

j"+ : . , - , - l , - - ~ f , \ , i

[..'/,,,;f.;![,,I,f j \ , ; ~ p l ~ b&\i;{[:\.(:i[v/+-

Name and Title of ~uthzrized ~e~resenta t ive

Bid #52-13NOV14 Page October 31,2014

Page 83: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Counh, of Boone Purchasinp Department 1 . Introduction and General Conditions of Bidding

1.1. INVITATION - The County of Boone, through its Purchasing Department, invites responses which offer to provide the goods and/or services identified on the title page, and described in greater detail in Primary Specifications.

1.2. DEFINITIONS 1.2.1. County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a

pronoun for various subsets of the County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. Department(s) or Office($ - The County Department(s) or Office(s) for which this Bid is prepared, and which will be the end user(s) of the goods andlor services sought. Designee - The County employee(s) assigned as your primary contact(s) for interaction regarding Contract performance.

1.2.2. Bidder / Contractor / Supplier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid, but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods and/or services described in the Bid. Supplier - All business(s) entities which may provide the subject goods andlor services.

1.2.3. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the first page. A "Request for Bid" is used when the need is well defined. A "Request for Proposal" is used when the County will consider solutions. which may vary significantly from each other or from the County's initial expectations.

1.2.4. Response - The written, sealed document submitted according to the Bid instructions. 1.3. BID CLARIFICATION - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the

Purchasing Department. Answers, citing the question asked but not identifying the questioner, will be distributed simultaneously to all known prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [forty eight] hours in advance of the bid deadline. Bids, addenda, bid tabulations and bid awards are posted on our web site at: www.showmeboone.con~ Note: written requirements in the Bid and its Addenda are binding, but any oral communications between County and Bidder are not.

1.3.1. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding this Bid. By submitting a Response, Bidder is presumed to concur with all terms, conditions and specifications of this Bid.

1.3.2. Bid Amendment - If it becomes evident that this Bid must be amended, the Purchasing Department will issue a formal written Addendum to a!! known prospective Bidders. If necessary, a new due date will be established.

1.4. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest value to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest ofthe County.

1.5. CONTRACT EXECUTION - This Bid and the successful bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim.

1.5.1. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: 1 ) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response.

1.6. COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

2

Page 84: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

- -

Countv of Boone Purchasin~Department 2 . Primary Specifications

2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to contract with an individual(s) or organizationis), hereinafter referred to as "Contractor" for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein.

2.1.1. Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a minimum volume for purchases under a prospective contract. The estimates provided on the Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary.

2.2. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods following expiration of the first contract period.

2.2.1. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form.

2.2.2. If renewal percentages are not provided, then prices during any renewal period shall be the same as during the original contract period.

2.3. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for a maximum of six (6) months from the date of termination or expiration if it is deemed to be in the best interest of Boone County.

2.4. CONTRACT DOCUMENTS - The successful bidder(s) shall be obligated to enter into a written contract with the County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their own written agreement, any such proposed agreement shall be submitted in blank with their bid. County reserves the right to modify any proposed form agreement or withdraw its award to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel.

2.5. GENERAL SPECIFICATIONS 2.5.1. Mattresses - Size: 25" x 75" x 4" - Should be flame resistant, tear resistant, waterproof. Should

have vinyl cover. 2.5.2. Wool Blankets - Size: 66" x 90" - Should be fire resistant, whip-stitched ends and made from at

least 50% wool. Must be able to machine wash and dry. Color: Gray. 2.5.3. Poly Cotton Blankets -Size: 66" x 90" - Should be a polyester and cotton blend. Color: Gray. 2.5.4. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below:

2.5.4.1. Sandal 1: Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable.

2.5.4.2. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL.

2.5.4.3. Sandal 3: Black, defined outsole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof, sizes S-3XL.

2.5.5. Toothpaste - Fluoride toothpaste in 1.5 oz. plastic tube. 2.5.6. Toothbrush -Bidders must bid both kinds of toothbrushes specified below:

2.5.6.1. 30-tuft soft wrapped toothbrushes. 2.5.6.2. 3 %" Super Shorty wrapped Flexible.

2.5.7. Soap -Bidders must bid both kinds of soap specified below: 2.5.7.1. 1.5 oz. wrapped or unwrapped face and body bars. 2.5.7.2. .5 oz. unwrapped face and body bars.

2.5.8. Razors - Single blade with removable safety cap. 2.5.9. Shampoo - 2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo

bottle must be individual sized approximately 202.. 2.5.10. Combs - 5-inch plastic comb.

Bid #52-13NOV14 Page October 31,2014

Page 85: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ID bands -Orange plastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool. Cleaning Detergent -Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses. Bath Towels -White and Brown. Size 20" x 40" 100% Cotton dense looped terry. 5.5 Ibs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. Wash Cloths -Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen. Latex Gloves - Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 1 1.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MTST BE SENT WITH BID Sanitary Napkins -250 per case, individually boxed, beltless, powder free, adhesive strips. Tampons - Individually wrapped, regular size, 500 per case. Women's Underwear -Sizes 5-20, cottonlpoly blend, brief style. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom hem and sleeves, sizes S-3XL. Sweatpants -Grey, track style, no drawstring, elastic waist and cuffs, sizes S-3XL. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal loopholes, non-skid, non-marking soles. Sizes 5 - 13. Pen - Clear Flexible Pen. Black ink. DESCRIPTIVE LITERATURE -Bidders must submit complete descriptive literature for each product bid. Bids received without descriptive literature are subiect to rejection. PRICING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest, penalties, termination payments, attorney fees, liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built into the unit cost of the item. The County shall not pay freight, etc. in addition to the price of the item. REPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any item received in damaged condition at no cost to the County. This includes all shipping costs for returning non-functional items to the contractor for replacement. MINIMUM ORDER QUANTITY -The contractor shall not impose a minimum order quantity for any item listed in the contract or otherwise available to the County. PRODUCT AVAILABILITY AND LIMITATIONS -The contractor shall agree to provide inmate detention supplies on an 'as needed' basis as ordered. The contractor shall agree that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item. The contractor must communicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identify and implement alternative options that shall maintain or reduce costs associated with the replacements while maintaining established quality levels. BILLING AND PAYMENT - Invoices shall be submitted to the Boone County Sheriffs Department at the following address: 2121 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement. RETURN OF GOODS -County may cancel any purchase at any time for a full credit.

Bid #52-13NOV14 Page October 31,2014

Page 86: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be furnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIVERY TERMS -FOB Destination at Boone County Sheriffs Department 2 12 1 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Department, 2121 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLARIFICATION - Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 613 E. Ash St, Room 1 1 1, Columbia, Missouri 65201 no later than 5 0 0 pm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-43 90, E-mail: lsanders~,boonecountymo.org

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 3 19.075 to 3 19.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notify any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within ten feet of any high voltage overhead line. To the fullest extent permitted by law, Contractor shall indemnify, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees) arising by reason of any act or failure to act, negligent or otherwise, of Contractor, of any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any action for Contribution against the County on behalf of the Contractor, any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 87: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasing Department 3. Response Presentation and Review

3.1. RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain "NIA" or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response.

3.2. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier.

3.2.1. Submittal Package - Submit, to the location specified on the title page, three (3) complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time.

3.2.2. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at www.showmeboone.com.

3.3. BID OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud.

3.3.1. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects not to submit a Response and fails to reply in writing stating reasons for not bidding, that Bidder's name may be removed from our database. Other reasons for removal include unwillingness or -

inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet delivery requirements.

3.4. RESPONSE CLARIFICATION - County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses.

3.4.1. Rejection or Correction of Responses - County reserves the right to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or inconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest.

3.5. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or weighted point score does not imply that one Bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost.

3.5.1. Method of Evaluation - County will evaluate submitted responses in relation to all aspects of the Bid. 3.5.2. Acceptability - County reserves the sole right to determine whether goods and/or services offered are

acceptable for its use. County also reserves the right to request samples of any and/or all equivalent products bid in order to ensure comparative quality between those items and the name brand items specified.

3.5.3. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

3.5.4. Endurance of Pricing -Bidder's pricing shall be held firm until contract execution or 60 days, whichever comes first.

Bid #52-13NOV14 Page October 31,2014

6

Page 88: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

AMERCARE PRODUCTS, INC.

17661 128TH PLACE NE

WOODINVILLE, WA 98072

PHONE: (800) 556-6322

FAX: (800) 525-4042

[email protected]

AMERFRESH SANITARY NAPKINS

ITEM # AF-2 50

Dryness and Cleanness Series

Amerfresh Sanitary Napkins are designed to provide the most efficient maxi-pad protection while providing maximum comfort. A multi-layer soft non-woven cover draws fluid away from the body for ultimate freshness, while the super- absorbent, 100% cotton polymer core provides excellent protection. The Amerfresh brand was developed based on consumer research citing unmet product need. Amerfresh is the ultimate in Personal Feminine Hygiene Products.

A multi-layer soft cover draws away fluid, giving skin a fresh feeling. Amerfresh offers excellent absorbency by using super absorbent powder. Channels on both sides of the pad provide extra protection from side-leakage.

Amerfresh maxi-pads adhere easily to undergarments with their extra wide adhesive strip a woman feels comfortable

all day long. Amerfresh fully protects against leaks and secures the napkin safely in place. Special super absorbent fibers make this sanitary napkin extra absorbent. Amerfresh maxi-pads are individually wrapped for easy and sanitary distribution.

PRODUCT SPECIFICATIONS

Item # AF-250 Regular absorbency for both day and nighttime use. For medium to heavy flow. Packed 250 per case.

Regular Absorbency Straight Style Pad Pad Weight: 1 1 grams Coverstock: Polypropylene Total Absorbency: Approximately 134 grams Rewet: 042 grams Length: 8.5 inches, Width: 2.75 inches

Adhesive Strip on Back of Pad Plastic Lining Between Back Side of Pad (Side Worn Away From the Body)

Unscented

RAW MATERIAL DESCRIPTION QUANTIN PER PAD (GRAMS)

Fluff Pulp 11.2

Carrier Tissue 0.8

Nonwoven Philic (PP) 60.75 SQI

Barrier Film 0.40

Page 89: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

AMERCARE PRODUCTS, INC.

1 7661 128th Place NE

Woodinville, WA 98072

Phone: (800) 556-6322

Fax: (800) 525-4042

admin@amercarer,roducts.net

AMERFRESH BAR SOAP

ITEM # 5-1 12

0.5 oz. wrapped bar soap

1,000 bars per case

White to off-white color

Lightly scented

Formula i s created to gently kill germs and clean the

skin

Product guaranteed to arrive in good condition. All

product noted as damaged on the freight carrier's

paperwork will be replaced at no cost.

Product made in China.

Page 90: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Material Safety Data Sheet U.S Department of Labor May be used to comply with Occupational Safety and Health Administration OSHA's Hazard Communication Standard (Non-Mandatory Form) 29 CFR 1910.1200. Standard must be Form approved comsulted for specific requirements. OMB-NO. 121 8-0072

IDENTITY (As used on Label and List) [Vote: Blank spaces are not permitted. If any item is AMERFRESH BAR SOAP not applicable, or no inforamtion is available, the

space must be marked to indicate that.

Section I Manufacturer's Name Amercare Products, Inc. Street Address 17661 128th Place NE City, State anmd ZIP Code Woodinvil le, WA 98072 Telephone Number (425) 489-9575

Section 11 - Hazardous IngredientsAdentify Information Other Limits Hazardous Components (Specific Chemical Identify; Common Name/s) OSHA PEL ACGiH TLV Recommended % (optional) NONE

Section III - Physical/Chemical Characteristics Boiling Point N/A Specific Gravity 1.06 Vapor Pressure (mm Hg) N/A Melting Point 150-1 80" F Vapor Density (Air=l) N/A Evaporation Rate (Butyl Acetate =I ) < 1 Solubility in Water 100% Appearance and Odor Solid bar with

at 75" F pleasant scent.

Section N - Fire and Explosion Hazard Data Flash Point (Method Used) Flammable Limits LEL U EL None N/A N/A N/A Extinguishing Media None Special Firefighting Procedures None Unusual Fire and Expolosion Hazards None

Section V - Reactivity Data Stability Stable Conditions to Avoid: None Incompatibility (materials to avoid) None Hazardous Decompostition or Byproducts None Known Hazardous Polymerization Will not occur Conditions to Avoid: None Section VI - Health Hazard Data Routes of Entry I~nhalation? No Skin? Yes I1ngestion? Not under normal use Health Hazards (Acute and Chronic) Inhalation: Coughing, soreness in respiratory tract, difficulty

breathing, chest tightess

Page 91: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Skin: Skin dryness, scaling, cracking, dermatitis Ingestion: Irritation, nausea, vomiting Eye: Tearing, stinging, redness

Carcinogenicity NTP? No (IARC Monographs? No (OSHA Regulated? No Signs and Symptoms of Exposure See health hazards Medical conditions generally aggrivated by exposure o one Emergency and First Aid Procedures Inhalation: Remove to fresh air. Contact physcian if condition

persists. Skin: Discontinue exposure. Rinse affected area with water. Contact physcian if condition persists. Ingestion: If patient is conscious, give water for dilusion purposes. Do NOT induce vomiting. Contact a physcianor local poison control center. Never give anything by mouth if victim is unconscious or convulsing. Eye: Flush with potable water or sterile eye buffer for 15 minutes. Hold eyelids open to assure somplete flushing. Contact physcian if condition persists.

Section VII - Precaustions for Safe Handling and Use Steps to be taken in case material released of spilled: Soap is generally used for personal hygiene and general household purposes. Release to sanitary sewer in small amounts is inherent in end use. Small amounts may be dissolved in water and flushed into sanitary sewer. Larger quantities should be transferred to containers. In the event of molten soap, sontain the spill using a barrier of inert material such as sand or by diking the area. Let the material cool and ahrden, then physcially remove to conainers. Waste dispoal method: Soap is a non-hazardous biodegradable material. Small amounts can be dissolved in water and flused to sanitary sewer. Larger amounts should be disposed of in accordance with local, state and federal regulations. Precautions to be taken in handling and storgae None Other precautions Store in dry area NOTE: Under normal circumstances, this material is not considered a hazardous material as defined by the OSHA hazardous communications standard.

Section VIII - Control Measures Respiratory protection (specify type) None required Ventilation: Local exhaust Mechanical Special Other Normal room ventilation N/A N/A IU/A N/A Protective gloves None required under normal use Eye protection None required under normal use Other protective clothing or equipment IUone required under normal use Work/hygienic practives IVormal

Section VIIII - Ingredients Active Ingredient: None Inactive Ingredients: Sodium Palmitate, Palm Kemelate, Fragrance

Prepared by: Julie Siegel Amercare Products, Inc.

Date: 7/12/2012

Page 92: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasinp Department 4. Response Form

4.2. Address:'""l$"1".1\ ' i . 'L ;'i;;'-tka pl [>,*,:-"Ik. .'-5 &. f ; Ed

$-.,>-.)---. ".-,[L..

4.3. CityIZip: ..

~,~r!~<,r\\bf~3j;~i~,.eit.,,< yhJYC.1,1..-,. .

4.4. Phone Number:.-. , - - < . .i7 -:5 [-,>e,-L-.j~- i$>""7 -,-.ic, CJ

4.5. Fax Number: 9p;f. * I -

t ,--If:; ,c.e-yJ"~;,L ...,,L '-... ....1 -L

4.6. Federal Tax ID: ;-$ <,">-7f . .. ,: i $ !ZLI.. .--?, '. ., ./! <L. .3'-i .--...

( ) Partnership - Name ( ) Individual/Proprietorship- Individual Name (If Individual, Bidder must complete Certification of lawful presence in U.S. on attached form). ( ) Other (Specify)

! i PRICINGp---.-p..pp-.- ..

/ INMATE DETENTION SU4.7. -.......- ........................ .............. h

WITH BID *i NOTE: SAMPLE OF LATEX GLOVES MUST .... ................ BE SUBMITTED .................. --..- .--.-. ........... ...........

Estimated i

.. .

lea 300 ea $

lea ' 100ea : $

lpr 20 pr $

I Tooth~aste Per Section 2.5.5. ! a 4.7.7. Qty Per Case i Li-'-t 35 cases i __ .>...1 Item# !,.-". \ 5

-. ......... .. .......... --

i Toothbrushes Per Section 2.5.6.1. 35 cases

1 Toothbrushes Per Section 2.5.6.2. i 4.7.9. Qty per Case i q'-,+i O

I 1 Soap Per Section 2.5.7.1. / 4.7.10. / Qty Per Case !x?: I

.........................................

! Soap Per Section 2.5.7.2. 1 .

(

*L ! ! : : " j ' . . i

?, :,.. ; 4.7.1 1. Qty Per Case p,

I1- Item # i, --:f B- i~dL. F.1

.......

Bid #52-13NOV14 Page October 31,2014

7

Page 93: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

---

- - -- --

I

/ Razors Per Section 2.5.8.

..-4.7.13. ~ t y ~ k r ~ a s e'-216

Item# ....... 6 ' H - 2 ................ ........... . . ....-/ Combs Per Section 2.5.10.

4.7.14. ! Qty Per Case '9-lk242 1 Item # C-5

~ ~-

/ ID Bands Per Section 2.5.1 1. Includes fasteners 4.7.15. 1 Qty Per Case

Latex Gloves Per Section 2.5.14. I Qty Per Box

4.7.20.;1tem# Ibx 100 boxes $ $ 4:

i %CITE:~ , ~ I P L E L I U ~ T01: L.~L-~E-,..r;Ln;;r,5 9%C ; ~ ~ - rI

! \+ITfi BID,:i .

Sanitary Napkins Per Section 2.5.15. 250/case-:: i---~..? ,-

,,'rf{......

25 cases~

Item # :,. .;.-. .

Tampons Per Section 2.5.16. 500/case- 25 cases Item # f t I .\I;\--1 "qL;:-- -.---

Women's Underwear Per Section 2.5.17. 4.7.23. Item # $ dz 25 dozen $

Shirts Per Section 2.5.18. 4.7.24. : Item # $ lea 20 each $

--------.------...".A -

i 4.7.25. i: Sweatpants Per Section 2.5.19. : $ lea 20 each $

Item #i ..- .. . ... . ... -~ ....... .....

i 4.7.26. / Shoes Per Section 2.5.20. ; $ lpr i 20 pr $ r~--i---.-._i : Item # ...-... ........... ....................... -.L . .... ..4 -~

i / Pen, per Section 2.5.21. *--4.7.27- 1 item -. i $ r>,j2$lea 15000 ! $,7--.3,>t;:>,7,;,,;;2

I i.,iizN-LI-E,.& : each : .... -----------.---pp-...-....-.p---.. ...................... ........ .................... -..-..... -

; 4.7.28. GRAND TOTAL of extended prices .................................................

4.8. Minimum discount for all product lines introduced after inception of the contract, and all existing lines not specified herein: t; % off list price.

..*s.~l

4.9. Quote expected delivery turnaround from receipt of order: 1 DAYS

Bid #52-13NOV14 Page October 31, 2014

8

Page 94: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

"..,7 % 1" Renewal Period i..*

L-L % 2ndRenewal Period %,-. ,-..I . % 3'd Renewal Period

\ <-.,

,,16 % 4th Renewal Period

4.1 1. Will you honor the submitted prices in this bid for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County, Missouri? (A negative response will not affect evaluation of this bid for Boone County purposes). i;"" YES NO

The Undersigned offers to furnish and deliver the articles or services as specified a t the prices and terms stated and in strict accordance with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 34.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Act") of the Revised Statutes of Missouri.

Authorized Representative (Sign by Hand):

Bid #52-13NOV14 Page October 31,2014

9

Page 95: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Standard Terms and Conditions Boone County Purchasing 613 E.AshSt,Room 111

Columbia, MO 65201 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573) 886-4393 -Fax: (573) 886-4390

Responses shall include all charges for packing, delivery, installation, etc., (unless otherwise specified) to the Boone County Department identified in the Request for Bid and/or Proposal.

The Boone County Commission has the right to accept or reject any part or parts of all bids, to waive technicalities, and to accept the offer the County Commission considers the most advantageous to the County.

Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid, give the unit price, extended totals, and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications and/or establish further competition for the commodity or service required. The one (1) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid closing.

When products or materials of any particular producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

Do not include Federal Excise Tax or Sales and Use Taxes in bid process, as law exempts the County from them.

The delivery date shall be stated in definite terms, as it will be taken into consideration in awarding the bid.

The County Commission reserves the right to cancel all or any part of orders if delivery is nst made or work is not started as guaranteed. In case of delay, the Contractor must notify the Purchasing Department.

In case of default by the Contractor, the County of Boone will procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

Failure to deliver as guaranteed shall disqualify Bidder from future bidding.

Prices must be as stated in units of quantity specified, and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

No bid transmitted by fax machine will be accepted.

Bid #52-13NOV14 Page October 31,2014

13

Page 96: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

12. The County of Boone, Missouri expressly denies responsibility for, or ownership of any item purchased until same is delivered to the County and is accepted by the County.

13. The County reserves the right to award to one or multiple respondents. The County also reserves the right to not award any item or group of items if the services can be obtained from a state or other governmental entity contract under more favorable terms.

14. The County, from time to time, uses federal grant funds for the procurement of goods and services. Accordingly, the provider of goods andlor services shall comply with federal laws, rules and regulations applicable to the hnds used by the County for said procurement, and contract clauses required by the federal government in such circumstances are incorporated herein by reference. These clauses can generally be found in the Federal Transit Administration's Best Practices Procurement Manual -Appendix A. Any questions regarding the applicability of federal clauses to a particular bid should be directed to the Purchasing Department prior to bid opening.

5 . In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

16. Should an audit of Contractor's invoices during the term of the Agreement, and any renewals thereof, indicate that the County has remitted payment on invoices that constitute an over-charging to the County above the pricing terms agreed to herein, the Contractor shall issue a refund check to the County for any over-charges within 30-days of being notified of the same.

17. For all titled vehicles and equipment the dealer must use the actual delivery date to the County on all transfer documents including the Certificate of Origin (COO,) Manufacturer's Statement of Origin (MSO,) Bill of Sale (BOS,) and Application for Title.

18. Equipment and serial and model numbers - The contractor is strongly encouraged to include equipment serial and model numbers for all amounts invoiced to the County. If equipment serial and model numbers are not provided on the face of the invoice, such information may be required by the County before issuing payment.

19. Contractor shall comply with all applicable federal, state, and local laws and failure to do so, at County's sole Discretion, shall give County the right to terminate this Contract.

Bid #52-13NOV14 Page October 31,2014

14

Page 97: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Boone County Purchasing 613 E. Ash, Room 111 Columbia, MO 65201

Requestfor Bid

, , EIizabeth Sanders, Senior Buver (573) 886-4393 -Fax: (573) 886-4390 Email: [email protected]

Bid Data Bid Number: 52-13NOV14

Commodity Title: lnmate Ileltention SuppBies- 'Term & Srnppily

DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT

Bid Submission Address and Deadline -Bid Closing Day / Date: Thursday9 November 13,2014

Time: 2:00 pm (Bids received after this time will be returned unopened)

Location / Mail Address: Boone County Purchasing Department Boone County Purchasing Office 613 E. Ash, Room 11 1 Columbia, MO 6520 1

Directions: The Purchasing Office is located on the Northeast corner at 7th and Ash Street. Enter the building from the South Side. Wheel chair accessible entrance is available.

Bid Opening Day / Date: Thursday, November 13,2084

Time: 2:OO pm, Central Time Location / Address: Boone County Purchasing Department

Boone County Purchasing Office 613 E. Ash, Room 11 1 Columbia, MO 6520'1

Bid Contents 1 .O: Introduction $r. General Conditions of Bidding 2.0: Primary Specifications 3.0: Response Presentation and Review 4.0: Response Form

"NO BID" Response Form Statement of Bidder's Qualifications Standard Terms and Conditions Debarment Certification

Bid #52-4 3NOV14 Page October 3%2044

1

Page 98: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Purchasin~ Department 1 . Introduction and General Conditions of Bidding

1.1 . INVITATION - The County of Boone, through its Purchasing Department, invites responses which offer to provide the goods and/or services identified on the title page, and described in greater detail in Primary Specifications.

1.2. DEFINITIONS 1.2.1. County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a

pronoun for various subsets ofthe County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. Department(s) or OfJice(s) - The County Department(s) or Office(s) for which this Bid is prepared, and which will be the end user(s) of the goods and/or services sought. Designee - The County employee(s) assigned as your primary contact@) for interaction regarding Contract performance.

1.2.2. Bidder /Contractor / Supplier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid, but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods and/or services described in the Bid. Supplier - All business(s) entities which may provide the subject goods and/or services.

1.2.3. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the first page. A "Request for Bid" is used when the need is well defined. A "Request for Proposal" is used when the County will consider solutions, which may vary significantly from each other or from the County's initial expectations.

1.2.4. Response - TFc written, sealed document submitted according to the Bid instructions. 1.3. BID CLARIIFICATION - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the

Purchasing Department. Answers, citing the question asked but not identifiing the questioner, will be distributed simultaneously to all known prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [forty eight] hours in advance of the bid deadline. Bids, addenda, bid tabulations and bid awards are posted on our web site at: www.showrneboone.com Note: written requirements in the Bid and its Addenda are binding, but any oral communications between County and Bidder are not.

1.3.1. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding this Bid. By submitting a Response, Bidder is presumed to concur with all terns, conditions and specifications of this Bid.

1.3.2. Bid Amendment - If it becomes evident that this Bid must be amended, the Purchasing Department will issue a formal written Addendum to all known prospective Bidders. If necessary, a new due date will be established.

1.4. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest value to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest of the County.

1.5. CONTRACT EXECUTION - This Bid and the successful bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim.

1.5.1. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: 1) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response.

1.6. COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

Page 99: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Pui*chasing Department 2. Primary Specifications

2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to contract with an individual(s) or organization(s), hereinafter referred to as "Contractor" for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein. Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a minimum volume for purchases under a prospective contract. The estimates provided on the Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods following expiration of the first contract period. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form. If renewal percentages are not provided, then prices during any renewal period shall be the same as during the original contract period. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for a maximum of six (6) months from the date of termination or expiration if it is deemed to be in the best interest of Boone County. CONTRACT DOCUMENTS - The successful bidder(s) shall be obligated to enter into a written contract with ihe County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their own written agreement, any such proposed agreement shall be submitted in blank with their bid. County reserves the right to modify any proposed form agreement or withdraw its award to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel. GENERAL SPECIFICATIONS Mattresses - Size: 25" x 75" x 4" - Shoilld be flame resistant, tear resistant, waterproof. Should have vinyl cover. Wool Blankets - Size: 66" x 90" - Should be fire resistant, whip-stitched ends and made from at least 50% wool. Must be able to machine wash and dry. Color: Gray. Poly C o t t s ~ Blankets -Size: 66" x 90" - Should be a polyester and cotton blend. Color: Gray. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below: Sandal 1: Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL. Sandal 3: Black, defined outsole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof, sizes S-3XL. Toothpaste - Fluoride toothpaste in 1.5 oz. plastic tube. Toothbrush -Bidders must bid both kinds of toothbrushes specified below: 30-tuft soft wrapped toothbrushes. 3 W' Super Shorty wrapped Flexible. Soap -Bidders must bid both kinds of soap specified below: 1.5 oz. wrapped or unwrapped face and body bars. .5 oz. unwrapped face and body bars. Razors -Single blade with removable safety cap. Shampoo -2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo bottle must be individual sized approximately 202.. Combs - 5-inch ulastic comb.

Bid #52-13NOVl4 Page October 31,2014

3

Page 100: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ID bands -Orange plastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool. Cleaning Detergent - Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses. Bath Towels -White and Brown. Size 20" x 40" 100% Cotton dense looped terry. 5.5 Ibs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. Wash Cloths -Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen. Latex Gloves -Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 1 1.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MUST BE SENT WITH BID Sanitary Napkins -250 per case, individually boxed, beltless, powder free, adhesive strips. Tampons - Individually wrapped, regular size, 500 per case. Women's Underwear - Sizes 5-20, cottonlpoly blend, brief style. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom hem and sleeves, sizes S-3XL. Sweatpants -Grey, track style, no drawstring, elastic waist and cuffs, sizes S-3XL. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal loopholes, non-skid, non-marking soles. Sizes 5 -- 13. Pen - Clear- Flexible Pen. Black ink. DESCRIPTIVE T,CTERATUFtE -Bidders must submit complete descriptive literature for each product bid. Bids received without descriptive literature are sub-iect to rejection. PlUCING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest, penalties, termination payments, attorney fees, liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built into the unit cost of the item. The County shall not pay freight, etc. in addition to the price of the item. FtEPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any item received in damaged condition at no cost to the County. This includes all shipping costs for returning non-functional items to the contractor for replacement. MINIMUM OPDER QUANTITY -The contractor shall not impose a minimum order quantity for any item listed in the contract or otherwise available to the County. PRODUCT AVAILABILITY AND LIMITATIONS -The contractor shall agree to provide inmate detention supplies on an 'as needed' basis as ordered. The contractor shall agree that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item. The contractor must commu~iicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identi@ and implement alternative options that shall maintain or reduce costs associated with the replacements while maintaining established quality levels. BILLING AND PAYMENT - Invoices shall be submitted to the Bosne County Sheriffs Department at the following address: 2 12 1 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement. FtETURN OF GOODS -County may cancel any purchase at any time for a full credit.

Bid #52-13NOV14 Page October 31,2014

Page 101: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be furnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIVERY TERMS -FOB Destination at Boone County Sheriffs Department 2 12 1 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Depprtment, 2121 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLARIFICATION - Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 613 E. Ash St, Room 11 1, Columbia, Missouri 65201 no later than 5:00 pm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-4390, E-mail: [email protected]

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 3 19.075 to 3 19.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notify any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within ten feet of any high voltage overhead line. To the fullest extent permitted by law, Contractor shall indemnify, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses md expenses (including but not limited to attorney's fees) arising by reason of any act or failure to act, negligent or otherwise, of Contractor, of any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part orthe services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any action for Contribution against the County on behalf of the Contractor, any subcontractor (meaning myonc, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 102: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasing Department 3. Response Presentation and Review

3.1. RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain "NIA" or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response.

3.2. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier.

3.2.1. Submittal Package - Submit, to the location specified on the title page, three (3) complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time.

3.2.2. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at www.showmeboone.com.

3.3. BID OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud.

3.3.l. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects not to submit a Response and fails to reply in writing stating reasons for not bidding, that Bidder's name may be removed from our database. Other reasons for removal include unwillingness or inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet deiivery requirements.

3.4. RESPONSE CLARIFLC/(,IQN - County reserves the right to request additional written or oral informs.tion from Bidders in order to obtain clarification of their Responses.

3.4.1. Rejection or Correction of Responses - County reserves the right to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or illconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest.

3.5. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or weighted point score does not imply that one Bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost.

3.5.1. Method of Evaluation - County will evaluate submitted responses in relation to a11 aspects of the Bid. 3.5.2. Acceptability - County reserves the sole right to determine whether goods andlor services offered are

acceptable for its use. County also reserves the right to request samples of any andlor all equivalent products bid in order to ensure comparative quality between those items and the name brand items specified.

3.5.3. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall g0VBI-n.

3.5.4. Endurance of Pricing -Bidder's pricing shall be held firm until contract execution or 60 days, whichever comes first.

Bid #52-13NOV14 Page October 31,2014

6

Page 103: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Purchasing Department 4. Resoonse Form

4.1. Company Name:

4.2. Address:

4.4. Phone Number:

4.5. Fax Number:

4.6. Federal Tax ID:

4.6.1. ( ) Corporation ( ) Partnership - Name ( ) IndividurellProprietorship - Individual Name (If Individual, Bidder must complete Certification of lawful presence in U.S. on attached form). ( ) Other (SpecifL) ....

.............. i PRICING............................................................................................................. j 4.7. INMATE DETENTION SUPPLIES. -

................. ........... -'-i--- ...

NOTE: SAMPLE OF LATEX GLOVES IdUST BE SUBMITTED WITH I

I Estimated 1 ,.__ .Item # .... : Product................. +.. ............

Mattresses Per Section 2.5.1. Item # - ... - .......... , -- . -.

: $ l e a '

' 100ea 1 $

Wool Blankets Per Section 2.5.2. Item #..- -- - -

i $ lea 300ea I $

Poly Cotton Blankets Per Section 2.5.3. Item #

i $ lea. ' ! 00 ea I 1 . $

er Section 2.5.5.

bthbrlashes Per ~ e c t i o n . 2 r

p Per Section 2.5.7.1.

Bid #52-13NOV14 Page October 31,2014

Page 104: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

-- --

- - -

' Razors Per Section 2.5.8. / I4.7.12. {QtyPerCase $ /CS 50 cases $

1 ----- i Item # ! Shampoo Per Section 2.5.9.

*II 4.7.13. Qty Per Case i 1

$i j!L i Item #

I ! Combs Per Section 2.5.10. / 4.7.14. : Qty Per Case ,i $

Item # ID Bands Per Section 2.5.1 1. Includes fastenrrs

1 4.7.15. 1 Qty Per Case $ /cs i 75 cases I s I- : Item #

1 4.7.15.1. Fastening Tool

1 Cleaning Detergent Per Section 2.5.12. 1 4.7.16. Qty Per Case $ /CS c 60 cases I $

Item # ----t--------

White Bath Towels Per Section 2.5.13. ( $1 4.7.17. Qty Per Bale i $- /bale 10 bales I Item # & - - - - - . + _-_A I

Brown Bath Towels Per Section 2.5.13. , $ /dz i1 4.7.1 8. . Item # 5 dozen 1 $ ----.

I Wash Cloths, Drown, Per Section 2.5.13. -- , $ /dz 20 dozen $-1

1 I Latex Gloves Per Section 2.5.14. Qty Per Box I 1

i 4.7.20. Item # 100 boxes

A() I I s l\ll~J ()I I , l 1 I x (I[ ()\.I \ \ I t s I 131 sl 'dI I

Sanitary Napkins Per Section 2.5.1 5. 250/case-r 4.7.21. a $ /cs 25 cases 1I -._ Item # ----Tampons Per Section 2.5.16. 500/case-1 4.7.22.

. - --- - - . . , $ /cs 25 cases 1

i

I

I Women's Underwezr Per Section 2.5.17. / 4.7.23. Item # $ dz i 25 dozen I----- T--- .----.----

I Shirts Per Section 2.5.18. 4.7.24.1 I-..: Item #- -...-.L

! --

: ~ w e a t p a n t s ~ ~ 5 . 1 9 .! 4.7.25. i

!tem #I i._ - . -

4.7.26. Shoes Per Section 2.5.20. i $ ; Item # ------- .. . f

Section 2.5.21. j !$I i Item # L - ~ i --I

4.7.28. ! GRAND TOTAL of extended prices

4.8. Minimum discount for all product lines introduced after inception of the contract, and all existing lines not specified herein: % off list price.

4.9. Quote expected delivery turnaround from receipt of order: DAYS

Bid #52-13NOVl4 Page October 31,2014

8

Page 105: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

% 1" Renewal Period % 2ndRenewal Period % 31d Renewal Period % 4' Renewal Period

(4.11. Will you honor the submitted prices in this bid for pixchase by other entities in Boone County who participate in cooperative purchasing with Boone County, Missouri? (A negative response will not affect evaluation of this bid for Boone County purposes). YES NO

The Undersigned offers to furnish and deliver the articles or services as specified a t the prices and terms stated and in strict accordtailce with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 34.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Act") of the Revised Statutes of Missouri.

Authorized Representative (Sign by Hand):

Type or P r i ~ tSigned Name: .-

Date of Signature:

Bid #52-13NOV14 Page October 31,2014

9

Page 106: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Boone CounQ Pkarchasing 613 E. Ash, Room 11 1 Columbia, MO 65201

"NOBid9'Response Form Elizabeth Sanders, Senior Buyer

(573) 884-4393 - Fax: (573) 886-4390

""NOBID RESPONSE FO

NOTE: COMPLETE AND RETURN THIS FORELl ONLY IF YOU DO NOT WANT TO SL~BMITA BID

If you do not wish to respond to this bid request, but would like to remain on the Boone County vendor list please remove form and return to the Purchasing Department by mail or fax.

If you would like to FAX this ""No Bid" Response Form to our office, the FAX number is (5'73) 886-4390.

Bid: 52-13NOV84 - Inmate Detention Supplies Term & Supply

Business Name:

Address:

Telephone:

Contact:

Date:

Reason(s) for not bidding:

Bid ff52-13NOV14 Page October 31,2014

10

Page 107: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

STATEMENT OF BIDDER'S QUALIFICATIONS

Each bidder for the work included in the specifications and plans and the Contract Documents shall submit with their bid the data requested in the following schedule of information. This data must be included in and made a part of each bid document and be contained in the sealed envelope. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal.

1. Name of Bidder:

2. Business Address:

When Organized:

When Incorporated: 5. List federal tax identification number: If not incorporated, state type of business (sole proprietor, partnership, or other)

Number of years engaged in business under present firm name:

If you have done business under a different name, please give name and business location under that name:

Percent of work done by own staff

Have you ever failed to complete any work awarded to your company? If so, where and why?

Have you ever defaulted on a contract? If so, give details:

List general type of products sold and manufactured:

List of contracts on hand: (include contact names/phone/emails), type of items supplied, percentage of contract completed). Use additional sheets if needed.

List of previous contracts completed within last (3) years, including contact information. See following page-

* Attach additional sheets as necessary *

Bid #52-13NOV14 Page October 31,2014

11

Page 108: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

STATEMENT OF BIDDER'S QUALIFICATIONS PRIOR EXPERIENCE

(References of similar services for governmental agencies are preferred)

1. Prior Services Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Services (include dates):

2. Prior Services Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Services (include dates):

3. Prior Services Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Services (include dates):

Bid #52-13NOV14 Page October 31,2014

12

Page 109: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Standard Terms and Conditions Bsone County Purchasing 6 13 E. Ash St, Room 111

J I L I ~ Columbia, MO 65201 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573) 886-4393 - Fax: (573) 886-4390

1. Responses shall include all charges for packing, delivery, installation, etc., (unless otherwise specified) to the Boone County Department identified in the Request for Bid and/or Proposal.

2. The Boone County Commission has the right to accept or reject any part or parts of all bids, to waive technicalities, and to accept the offer the County Commission considers the most advantageous to the County.

3. Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid, give the unit price, extended totals, and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications and/or establish further competition for the commodity or service required. The one (1) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid closing.

4. When products or materials of any particular producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

5. Do not include Federal Excise Tax or Sales and Use Taxes in bid process, as law exempts the County from them.

6. The delivery date shall be stated in definite terms, as it will be taken into consideration in awarding the bid.

4 I . The Couiity Commission reserves thc right to cancel all or any part of orders if delivery is not made

or work is not started as guaranteed. In case of delay, the Contractor must not i6 the Purchasing Department.

8. In case of default by the Contractor, the County of Boone will procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

9. Failure to deliver as guaranteed shall disquali6 Bidder from future bidding.

10. Prices must be as stated in units of quantity specified, and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

1 1. No bid transmitted by fax machine will be accepted.

Bid #52-"sNQV14 Page October 3%22044

13

Page 110: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

12. The County of Boone, Missouri expressly denies responsibility for, or ownership of any item purchased until same is delivered to the County and is accepted by the County.

13. The County reserves the right to award to one or multiple respondents. The County also reserves the right to not award any item or group of items if the services can be obtained from a state or other governmental entity contract under more favorable terms.

14. The Coun@;! from time to time, uses federal grant funds for the procurement of goods and services. Accordingly, the provider of goods andlor services shall comply with federal laws, rules and regulations applicable to the hnds used by the County for said procurement, and contract clauses required by the federal govenunent in such circumstances are incorporated herein by reference. These clauses can generally be found in the Federal Transit Administration's Best Practices Procurement Manual -Appendix A. Any questions regarding the applicability of federal clauses to a particular bid should be directed to the Purchasing Department prior to bid opening.

15- In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

16. Should an audit of Contractor's invoices during the term of the Agreement, and any renewals thereof, indicate that the County has remitted payment on invoices that constitute an over-charging to the County above the pricing terms agreed to herein, the Contractor shall issue a refund check to the County for any over-charges within 30-days of being notified of the same.

17. For all titled vehicles and equipment the dealer must use the actual delivery date to the County on all transfer documents including the Certificate of Origin (COO,) Manufacturer's Statement of Origin (MSO,) Bill of Sale (BOS,) and Application for Title.

Equipment and serial and model numbers - The contractor is strongly encouraged to include equipment serial and model numbers for all amounts invoiced to the County. If equipment serial and model numbers are not provided on the face of the invoice, such information may be required by the County before issuing payment.

19. Contractor shall comply with all applicable federal, state, and local laws and failure to do so, at County's sole Discretion, shall give County the right to terminate this Contract.

Bid #52-13NOV14 Page October 31,2014

14

Page 111: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

(Please complete and return with Contract)

Certification Regarding Debarment, Suspensionv,Ineligibilityand Voluntary Exclusion

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19160-192 1 1).

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS FOR CERTIFICATION)

(1) The prospective recipient of Federal assistance fimds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded ffom participation in this transaction by any Federal department or agency.

(2) Where the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Name and Title of Authorized Representative

Signature Date

Bid #52-13NOV14 Page October 31,2014

15

Page 112: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

fstbrn for Award Maqagmant Paga ,?,of; 10,,I:,ard Mariagc~iicnt

V~ewassistance for Search Results

Search Results

EurrentSearch Terms: phoenix* trading* Inc.*

tour search for "Phoen~x* Trad~ng* Inc.*" returned the following resul ts... Glossary

2 ikt ice: This printed document represents only the first page of your SAM search results. Moreresults may be available. To xint your complete search results, you can download the PDF and print it.

-...... .... .....- Search Entity

-Phoenix Trading Inc. Status: Active I Results

................. -. . DUNS: 787857551 CAGE Code: 4LF36 -i view Deta~ls I Entity

Has Active Exclusion?: No DoDAAC: Exclus~on

Expiration Date: 11/16/2015 Delinquent Federal Debt? No Search Purpose of Registration: All Awards

.......................

PHOENIX TRADING INC. Status: Active By Record

................

DUNS: 879289254 CAGE Code: 3SKQ2 ! V~ew Deta~ls I BY Has Active Exclusion?: No DODAAC: Funct~onal

Expiration Date: 04/24/2015 Delinquent Federal Debt? No Area - Entlty Management

Purpose of Registration: All Awards BY Functional Area -Performance Information

SAM I System for Award Management 1.0 IBM vl.P.24.20150116-1831

/* Note to all Users: lh is is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times.

Page 113: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

' yslkm for Awai.8 Mmagement

USER NAME PASSWORD

I-Foraot Username? Foraot Password?

Create an Account

PHOENIX TMDING INC. 17661 128TH PL NE STE 5

Entity Dashboard DUNS: 879289254 CAGE Code: 3SKQ2 WOODINWILLE, WA, 98072-8783,

Status: Active UNITED STATES

Expiration Date: 04/24/2015 Entity Overv~ew Purposed Registration: A11 Awards

Entity Record Entity Overview

Core Data

Assertions Entity Information

Reps & Ce& Name: PHOENIX TRADING INC. Doing Business As: AMERCARE PRODUCTS

pocs Business Type: Bus~nessor Organlzatlon POC Name: lulle Siegel

Registration Status: Act~veReports Activation Date: 04/24/2014

Service Contract Report Expiration Date: 04/24/2015

B~oPreferred Report

Exclus~ons Exclusions

Active Exclus~ons Active Exclusion Records? No

Inactive Exclusions

Excluded Famllv Members

Rt,YL k% I < lSrAkt *I

SAM I Systemfor Award Management 1.0

Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times.

IBM vl.P.24.20150116-1831

WWW6

Page 114: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

alrpf<$ations:B&ai.i;h;Resul~ iic:i~~cliRr:sults -:MIA Secretary o i ' S t a t i ; " ; s ; ~ P ~ d ~ ' ~ f l i d i l ~SC;$~jWA.rSeareta~oftBtatEiigq~h~~~ti2~~:r

Search Results Viewing 1 - 3 of 3 results for "Phoenix Trading, Inc."

Name Status

GOLDEN PHOEIVIX TRADING'INC. ^ Inactive

GOLDEN PHOENIX TRADING, INCORPORATED Inactive

PHOENIX TRADING INC. Active

If the results of your Nonprofit Corporation search was unsuccessfuI, try searching the name using the Charities database search (http://sos.wa.~ov/charities/)......................................................................................................................................................................................................................

9< Start N e w Search (corps search.aspx)

Disclaimer Neither the State of Washington nor any agency, officer, or en-~ployee of the State of Washington warrants the accuracy, reliability, or timeliness of any information in the Public

Access System and shall not be liable for any losses caused by such reliance on the accuracy, reliability, or timeliness of such information. While every effort is made to ensure

the accuracy of this information, portions may be incorrect or not current. Any person or entity who relies on information obtained from the System does so at his or her own risk.

All documents filed with the Corpora1:ions Division are considered public record.

Search Apps on Mobile Devices

Page 115: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Corporations: Registration Detail Page 1 of 1

PHOENIXTRADING INC.

UBI Number

Category

ProfitINonprofit

Active/lnactive

State Of Incorporation

WA Filing Date

Expiration Date

Inactive Date

Duration

Registered Agent lnformation

Agent Name

Address

City

State

ZIP

Special Address lnformation

Address

City

State

Zip

CovemingPerjons

Title

Pres~dent,Secretary.Treasurer.Chairman

601 377851

REG

Proflt

Actlve

WA

03/19/1992

03/31/2015

Perpetual

WENDY HEMMING

17661 128TH PL NE

Name Address

HEMMING. WENDY 10655 EXETER AVENUE NE SEATiLE . WA98125

Page 116: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

55--ao, r;fCommission Order #

PURCHASE AGREEMENT FOR

INMATE DETENTION SUPPLIES

THIS AGREEMENT dated the 0 15 is made between Boone County, Missouri, a political subdivision of the S gh the Boone County Commission, herein "County" and Charm

IN CONSIDERATION of the parties performance of the respective obligations contained herein, the parties agree as follows:

1. Contract Documents - This agreement shall consist of this Purchase Agreement for Inmate Detention Supplies Term and Supply, County of Boone Request for Bid for Inmate Detention Supplies Term and Supply, bid number 52-13NOV14, Introduction and General Conditions of Bidding, Primary Specifications, Response Presentation and Review, Standard Terms and Conditions, as well as the Contractor's bid response dated November 12,2014 and executed by Stan Danzger on behalf of the Contractor. All such documents shall constitute the contract documents which are attached hereto and incorporated herein by reference. Service or product data, specification and literature submitted with bid response may be permanently maintained in the County Purchasing Office bid file for this bid if not attached. In the event of conflict between any of the foregoing documents, this Purchase Agreement, the Introduction and General Conditions of Bidding, Prima~y Specifications, Response Presentation and Review, and Standard Terms and Conditions shall prevail and control over the Contractor's bid response.

2. Contract Duration - This agreement shall commence on the date of award and extend through December 31,2015 subject to the provisions for termination specified below. This agreement may be extended beyond the expiration date by order of the County for four (4) additional one-year periods subject to the pricing clauses in the Contractor's bid response and thereafter on a month to month basis in the event the County is unable to re-bid and/or award a new contract prior to the expiration date after exercising diligent efforts to do so or not.

3. Purc/~ase/Service- The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following items from the RFB:

Item # Item Contract Price Item 4.7.3. Poly Cotton Blankets $5.83/ea- #BLKimball Item 4.7.7. Toothpaste (1 441~s)- #H/CTP15 $ 2 4 . 9 0 1 ~ ~ Item 4.7.8. Toothbrushes $4.90Cs (1441~s)- #H/TB30 Item 4.7.1 0. Soap (500Ics)- #HIS 1.5UN $4 1 . 7 2 1 ~ ~ Item 4.7.23. Women's Underwear $8.00/dz (Size 5 - 18)- #CL/Pant Item 4.7.26. Shoes $4.90/pr- #F/SNLV-BK Item 4.7.27. Pen $0.1 17/ea- #PenBlack

These items shall be supplied as listed in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractor's bid response, as needed and as ordered by County.

4. Delivery - Contractor agrees to deliver items described above in compliance with the bid specifications and in accordance with the Contractor's bid within 30 days after receipt of an order.

5. Billitzg and Payment - All billing shall be invoiced to the Boone County Sheriffs Department and billings may only include the prices listed in the Contractor's bid response. 1Vo additional fees for delivery or extra services or taxes shall be included as additional charges in excess of the charges in the Contractor's bid response to the specifications. The County agrees to pay all correct monthly invoices within thirty days of receipt; Contractor agrees to honor any cash or prompt payment discounts offered in its bid response if county makes payment as provided therein. In the event of a billing dispute, the County reserves the right to withhold payment on the disputed amount; in the event the billing dispute is resolved in favor of the Contractor, the County agrees to pay interest at a rate of 9% per annum on disputed amounts withheld commencing from the last date that payment was due.

An Affirmative ActionIEqual Opportunity Institution

Page 117: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

6 . Binding Effect - This agreement shall be binding upon the parties hereto and their successors and assigns for so long as this agreement remains in full force and effect.

7. Entire Agreement - This agreement constitutes the entire agreement between the pal-ties and supersedes any prior negotiations, written or verbal, and any other bid or bid specification or contractual agreement. This agreement may only be amended by a signed writing executed with the same fonnality as this agreement.

8. Termination - This agreement may be terminated by the County upon thirty days advance written notice for any of the following reasons or under any of the following circumstances:

a. County may terminate this agreement due to material breach of any term or condition of this agreement, or

b. County ]nay terminate this agreement if in the opinion of the Boone County Commission if delivery of products are delayed or products delivered are not in conformity with bidding specifications or variances authorized by County, or

c. If appropriations are not made available and budgeted for any calendar year.

IN WITNESS WHEREOF the pal-ties through their duly authorized representatives have executed this agreement on the day and year first above written.

CHARM-TEXA - ., BOONE COUNTY, MISSOURI

APPROVED AS TO FORM ATTEST: I

AUDITOR CERTIFICATION In accordance with RSMo 50.660, I hereby certify that a sufficient unencumbered appropriation balance exists and is available to satisfy the obligation(s) arising from this contract. (Note: Certification of this contract is not required if the terms of this contract do not result in a measurable county obligation at this time.)

1255123025,23026 Term/Supply 42123025 / /5.

Appropriation Account

Page 118: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

(Please complete and return with Contract)

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.5 10, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19 160- 192 1 1).

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS FOR CERTIFICATION)

(1) The prospective recipient of Federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

c*Q P .- - q ? r!( "df-'DQw"e4j&C 5

Name and Title of Authorized Representative

\\\ \1j i.9 Date

Bid #52-13NOV14 Page October 31,2014

15

Page 119: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasina Dertartment 1. Introduction and General Conditions of Bidding

1.1. INVITATION - The County of Boone, through its Purchasing Department, invites responses which offer to provide the goods andfor services identified on the title page, and described in greater detail in Primary Specifications.

1.2. DEFINITIONS 1.2.1. County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a

pronoun for various subsets of the County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. Department(s) or Of$ce(s) - The County Department(s) or Office(s) for which this Bid is prepared, and which will be the end user(s) of the goods andlor services sought. Designee - The County employee(s) assigned as your primary contact(s) for interaction regarding Contract performance.

1.2.2. Bidder / Contractor / Supplier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid. but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods andior services described in the Bid. Supplier - All business(s) entities which may provide the subject goods and/or services.

1.2.3. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the first page. A "Request for Bid" is used when the need is well defined. A -'Request for Proposal" is used when the County will consider solutions, which may vary significantly from each other or from the County's initial expectations.

1.2.4. Response - The written, sealed document submitted according to the Bid instructions. 1.3. BID CLARIFICATION - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the

Purchasing Department. Answers, citing the question asked but not identifiing the questioner, will be distributed simultaneously to all known prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [for9 eight] hours in advance ofthe bid deadline. Bids, addenda. bid tabulations and bid awards are posted on our web site at: ~~~~~~v.showneboone .coni Note: written requirements in the Bid and its Addenda are binding, but any oral communications between County and Bidder are not.

1.3.1. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding this Bid. By submitting a Response, Bidder is presumed to concur with all terms, conditions and specifications of this Bid.

1.3.2. Bid Amendment - If it becomes evident that this Bid must be amended, the Purchasing Department will issue a forma! written .Addendum to al! known prospective Bidders. !f necessary, a r?ew d w dzte wi!! be est~blished.

1.4. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest value to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest of the County.

1.5. CONTRACT EXECUTION - This Bid and the successful bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim.

1.5.1. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: 1) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response.

1.6. COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

2

Page 120: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Purchasing Department 2. Primary Specifications

2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to contract with an individual(s) or organization(s), hereinafter referred to as "Contractor7' for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein.

2.1.1. Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a minimum volume for purchases under a prospective contract. The estimates provided on the Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary.

2.2. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods following expiration of the first contract period. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form. If renewal percentages are not provided, then prices during any renew-a1 period shall be the same as during the original contract period. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for a maximum of six (6) months from the date of termination or expiration if it is deemed to be in the best interest of Boone County. CONTRACT DOCUMENTS - The successful bidder(s) shall be obligated to enter into a written contract with the County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their own written agreement, any such proposed agreement shall be submitted in blank w-ith their bid. County reserves the right to modify any proposed form agreement or withdraw its aw-ard to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel. GENERAL SPECIFICATIONS Mattresses - Size: 25" x 75" x 4" - Should be flame resistant, tear resistant, waterproof. Should have vinyl cover. Wool Blankets - Size: 66" x 90" - Should be fire resistant, whip-stitched ends and made from at least 50% wool. Must be able to machine wash and dry. Color: Gray. Poly Cotton Blankets -Size: 66" x 90" - Should be a polyester and cotton blend. Color: Gray. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below-: Sandal 1: Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL. Sandal 3: Black, defined outsole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof, sizes S-3XL. Toothpaste -Fluoride toothpaste in 1.5 oz. plastic tube. Toothbrush -Bidders must bid both kinds of toothbrushes specified below-: 30-tuft soft wrapped toothbrushes.

Super Shorty wrapped Flexible. Soap -Bidders must bid both kinds of soap specified below: 1.5 oz. wrapped or unwrapped face and body bars. .5 oz. unwrapped face and body bars. Razors - Single blade with removable safety cap. Shampoo -2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo bottle must be individual sized approximately 202.. Combs - 5-inch plastic comb.

Bid #52-13NOV14 Page October 31,2014

3

5'4'' 3

Page 121: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ID bands -Orange plastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool. Cleaning Detergent -Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses. Bath Towels -White and Brown. Size 20" x 40" 100% Cotton dense looped terry. 5.5 lbs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. Wash Cloths -Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen. Latex Gloves -Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 1 1.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MUST BE SENT WITH BID Sanitary Napkins - 250 per case, individually boxed, beltless, powder free, adhesive strips. Tampons - Individually wrapped, regular size, 500 per case. Women's Underwear - Sizes 5-20, cottonlpoly blend, brief style. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom hem and sleeves, sizes S-3XL. Sweatpants -Grey, track style, no drawstring, elastic w-aist and cuffs, sizes S-3XL. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal loopholes, non-skid, non-marking soles. Sizes 5 - 13. Pen - Clear Flexible Pen. Black ink. DESCRIPTIVE LITERATURE -Bidders must submit complete descriptive literature for each product bid. Bids received without descriptive literature are subject to rejection. PRICING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest, penalties, termination payments, attorney fees, liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built into the unit cost of the item. The County shall not pay freight, etc. in addition to the price of the item. REPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any item received in damaged condition at no cost to the County. This includes all shipping costs for returning non-functional items to the contractor for replacement. RIIIVIMUM ORDER QUANTITY -The contractor shali not impose a minimum order quantity for any item listed in the contract or otherwise available to the County. PRODUCT AVAILABILITY AND LIMITATIONS -The contractor shall agree to provide inmate detention supplies on an 'as needed' basis as ordered. The contractor shall agrek that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item. The contractor must communicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identify and implement alternative options that shall maintain or reduce costs associated w-ith the replacements while maintaining established quality levels. BILLING AND PAYMENT - Invoices shall be submitted to the Boone County Sheriffs Department at the following address: 21 21 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement. RETURN OF GOODS -County may cancel any purchase at any time for a full credit.

Bid #52-13NOV14 Page October 31,2014

Page 122: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be furnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIWRY TERMS -FOB Destination at Boone County Sheriffs Department 2 121 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Department, 2 121 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLARWICATION - Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 613 E. Ash St, Room 11 1, Columbia, Missouri 65201 no later than 5:00 pm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-4390, E-mail: lsanders~,boonecountymo.org

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 319.075 to 319.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notify any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within ten feet of any high voltage overhead line. To the fullest extent permitted by law, Contractor shall indemnify, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees) arising by reason of any act or failure to act, negligent or otherwise, of Contractor, of any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any action for Contribution against the County on behalf of the Contractor, any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 123: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purehasinn Department 3. Response Presentation and Review

3 .l. RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain "N/A" or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response.

3.2. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier.

3.2.1. Submittal Package - Submit, to the location specified on the title page, three (3) complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time.

3.2.2. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at www.showmeboone.com.

3.3. BID OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud.

3.3.1. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects not to submit a Response and fails to reply in writing stating reasons for not bidding, that Bidder's name may be removed from our database. Other reasons for removal include unwillingness or inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet delivery requirements.

3.4. RESPONSE CLARIFICATION - County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses.

3.4.1. Rejection or Correction of Responses - County reserves the right to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or inconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest.

3.5. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or w-eighted point score does not imply that one Bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost.

3.5.1. Method of Evaluation - County will evaluate submitted responses in relation to all aspects of the Bid. 3.5.2. Acceptability - County reserves the sole right to determine whether goods and/or services offered are

acceptable for its use. County also reserves the right to request samples of any andlor all equivalent products bid in order to ensure comparative quality between those items and the name brand items specified.

3.5.3. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

3.5.4. Endurance of Pricing -Bidder's pricing shall be held firm until contract execution or 60 days, whichever comes first.

Bid #52-13NOV14 Page October 31,2014

Page 124: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

PRISON B This blanket is safe, durable and most of all affordable. Made with a cornbination of poly/acrylic/cotton brushed

to a soft, fluffy finish, these fire resistant blankets feature a strong durable heavyweight construction that will save

you money. Machine washable. Each packed in its own poly bag.

Soft & Comfortable: Features a brushed finish on both sides offering a soft, plush and comfortable feel.

Wool Free - Allergy Free: With its unique fabric content, complaints of allergies to wool will all but disappear.

Safe and Fire Resistant: Meets the flammability test ASTM D 4151 - Standard Test Method for Flammability of Blankets, making these blankets extremely safe for in cell use by inmates.

Durable Long Lasting: Strong seamless construction with stitching on all four sides to prevent unraveling and helps retain its shape even through multiple washings.

Heavyweight & Warm: Each blanket weighs 4.75 lbs, providing a warm cozy feel even in the dead of winter.

Sharp Look: Grey blankets features an eye catching blue stripe box design to enhance the appearance of your facility's sleeping quarters.

Affordable: Our low price is designed to save you money and stretch each and every budget dollar to the max.

Case Packed: To keep the price low, we're offering these blankets in case packed quantities only, thereby eliminating the high costs of repacking -- helping us help you.

Easy Care: Easy care, machine wash and dry. Will witil- stand hundreds of repeated washing and drying cycles.

Hides Obvious Stains: Its dark color helps hide obvious stains, elirnimting returns to the laundry department for rewashing.

Individually Packed: Each blanket is packed in its own poly bag, preventing it from getting dirty and allowing for easy storage and long shelf life.

Content: 55% Polyester 130% Acrylic 1 10% Cotton 1 5% Other Fibers.

See Page 214

Page 125: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

HlGH SECURITY CLEAR GEL FLUORIDE TOOTH PASTE Don't sacrifice security for dollars. We've designed high-security toothpaste at a discounted price that will meet even the tightest of budgets. Our clear gel tooth- paste features a fluoride-enriched formula that aids in the protection of cavities. Its high-security, see-through gel formula and clear tube packaging protects against hidden contraband and allows for quick and easy inspection. Twist cap. Contains no animal fat, no animal by-products, and no alcohol.

D HlGH SECURITY CLEAR GEL FLUORIDE TOOTHPASTE PACKET Ideal for overnight inmates or other one-time-use applications, our clear gel fluo- ride toothpaste helps fight cavities while saving you money. Features see-through formula a'nd clear'pla~ic packaging protecting against hidden contraband a i d allows for quick and thorough cell inspection. Conta~ns no animal fat, no animal bv-products, and no alcohol.

oz. Packet 1,000 $62.90

Save your budget dollars with our fresh, minty tasting white toothpaste whlch contains a fluoride-enriched formula that helps fight against Cavities as effec- tively as other leading brands. Twist cap. Its all-plastic tube helps reduce the risks of inmates creating dangerous weapons with it. Contains no animal fat, no animal by-products, and no alcohol.

HlCTPO6O -. HICTP055,oved paste HIC'TP15 hly. It HiTP27-hour even HTTP47B

0.6 oz. 0.85 oz. 1.5 oz.

2.75 oz. 4.75oz.,Boxed

144 $20.54 144 $23.54 144 $36.90 144 $53.36 60 $45.90

Save money w~th our fluoride tooth powder - a cheap alternat~ve to standard toothpaste Packed In z ~ p bags

Page 126: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Individually wrapped toothbrush features nylon bristles and durable construction. Designed shorter than the standard toothbrush making it difficult to make into a n el weapon. M2

no1 re: we

LSTAPdDARD TOOTH BRUSH This ivory colored toothbrush is individually wrapped in its own poly bag and fea- tures a standard size ivory handle and durable white nylon bristles.

El De wo Pla b r ~ Inc

Cho~ce of varlous premlum toothbrushes, each 1s ~nd~v~dually wrapped In ~ t ' sown poly bag 6%"long

6Tuft-Green i44 €4 OU

Sil all: . . -bagged.

I

Page 127: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

I

tBNWRAPPED ANTI-BACTERIAL l cleanlrness SOAP

he right choice for facilities looking to squeeze every last penny out of their budg- t, these unwrapped bar soaps are anti-bacterial and contain no animal fat or by- j-oducts.

WRAPPED ANTI-BACTERIAL BAR SOAP ___s_ tser, Dove bar1/\/e now offer wrapped bar soap at a price you can well afford These anti-bacte

,la; bar soaps are each ~ndividually wrapped and contain no anlmal fat or by-products The wrapplng around the bar assures that it is unused and allows for i.:zlenrc distribut~on - the wrapper prevents any germ contact to the soap bar

Long last~ng

lr-al for high secur~ty Inmates, these mo~sturiring and deodorrzlng soap bars allow for extra protection against m a t e s hrdlng contraband In the soap bar P'?m~umvegetable glycerin based soap bar -with no animal fat or by-products A8>oholdnd fragrance free lnd~vidually clear wrapped

_I_

I ::S 15C 1.502. 100 $45.90 1 , S3C 3.0oz. 144 $99.90

Page 128: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

I

ton mak~ng them extremely comfortable yet very cost effect~ve Features a snug kn~tted leg and covered elast~c wa~stband Packed 1 dozen per poly bag

Pacl(ed:12 Dozen Per Size Per Master Carton

Tred of your white panties getting dingyand unappealing after only several wash- es? Brown panties will hide all obvious stains -at a price you can afford. You'll no longer have to handle complaints from inmates that their panties came back from the laundry "dirty". Ideal for segregated populations, the dark color offers easy identification and allows for quick laundry distribution. It helps you organize your laundry service by color-coding your laundry system. Crafted from a durable, heavyweight 100% pre-shrunk cotton industrial knit fabric - these panties are extremely comfortable yet will stand up to repeated washing and drying cycles. Features a snug knitted leg, soft elastic waistband and reinforced crotch.

Packed: 1 2 Dozen Per Size Per Master Carton

CROSS HEART BRA Soft women's nylon cup cross heart bras offer support and long lasting wear. Extremely durable, provides long lasting wear and utility. Features soft stretchable adjustable elastic straps that gently hug and cushion the shoulders.

34 - 48 (Dl $30.18 34 - 48 (DD) $32.90

34 - 48 (DDD) $39.90

Page 129: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

!$8.i8

ster Carton

ERS ~d durabili- : lace eye- es to be

daster Carton

IZER freshens and ~ d o r& eliml-disinfect.

-=

Our new low top Velcro canvas sneakers are now available in orange. Ideal for indoor use as well as outdoor, these sneakers feature a soft padded collar; heavy- weight double lined canvas uppers, protective cap toe, heavy-duty arch support, and dual vulcanized non-marking, non-skidding basketball outsole. Its fully cush- ioned insole provides exceptional comfort and is sewn-in to prohibit it from being removed. The three easy lo open and close Velcro strips slide through non-metal loopholes for added safety.

Our Velcro closure canvas high-tops feature four secure Velcro strips that are designed to slide through non-metal loophcles for added safety. Crafted froin heavy- weight, double lined canvas fabric, these sneakers feature a wide width construction; durable rubber cap toe; strong arcl.1-support; and dual vulcanized non-marking, non- skidding basketball outsole. Fully cushioned insoles a1.e sewn-in, thereby prohibiting its removal to hide contraband underneath.

~ghTop Velcro Black 5- 16 $7.54 igh Top Velcro W h ~ t e 5 - 16 $8.36

Packed 12 P a ~ rSame S ~ z ePer Master Carton

lmoroves shoe fit and ~rovided added comfort. Can be used for shoes ranging in sizk from 6 - 16

ne Size Fits All 12 Pair $45.90

5 - 16 $6.90 5 - 16 $6.90

range 5 - 16 $6.90

Packed: 12 P a ~ rSame S~zePer Master Carton

Page 130: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

El PING PONG BALLS

B PING PONC RACKET

Six assorted puzzles per case

Size: 9"x12"

Used in correctional facilities in more than 50%of the states, these "inmate-safe" super-flex pens offer you even more security and reduces the risks that they will be used as weapons. It is lightweight (5.7 grams) and is super extremely flexible but rigid enough to write with.

Pre-sharpened 3" golf pencil with no eraser.

9 Volt 12 $21.90

Page 131: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasing Department 4. Response Form

4.1. Company Name: CW- - Tc'x

4.2. Address: \ b\% CG.--,J+ -z**r ,w

4.3. CityIZip:%-o(A\~, $7 \\ 2.50

4.4. Phone Number: 1\8-252-S ~ o o

4.5. Fax Number: ~7\6-. ~ S B - - X + G ~

4.6. Federal Tax ID: \ \ - 2<'&2ct~<

P

4.6.1. @f Corporation ( ) Partnership - Name ( ) IndividualIProprietorship- Individual Name (If Individual, Bidder must complete Certification of lawful presence in U.S. on attached form). ( ) Other (Specify)

4.7. 1 INMATE DETENTION SUPPLIES II NOTE: SAMPLE OFL A T m GLOVES MUST BE SUBMITTED WITHBID* I 1 1 Estimated I f on I Productnit Price 1 Qty 1 Extended Price 1

Mattresses Per Section 2.5.1. 14.7.1. <Y 1 S 3 i . 5 0 lea 100ea $ : J \ ' ! Z - ~Item # &',%3 .<-7 I

Wool Blankets Per Section 2.5.2. ? I 4.7.2.

2 ,q3 c;,T c: -2.; / $ t . : ~lea 300ea j $ 1x1'1-- Item #

.,, I Poly Cotton Blankets Per Section 2.5.3. . - 1c,- I

100ea / s ig3-~

-.-..A ,, - ! 1 -~ ~

Slip-on PVC, Sandals Per Section 2.5.4.1. item # $ ,'r.-,;xb

1i I 200pr I

/ s 323 \.

Toothbrushes ~ 6 rSection 2.5.6.1.

Bid #52-13NOVl4 Page October 31,2014

7

Page 132: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

tg1a C O W =-~ t p .NY 11230

(718) 252-8'00 WWW C++ARM-TEX.CQ*

I I I I

1 Latex Gloves Per Section 2.5.14. 1

r 4.7.12.

4,7=13.

4.7.15.1. / Fastening Tool I $ ?L.\?, lea / 1ea $ -8 lf

I I $ ,09,"ohx boxes $ 1 c , q ' j ~--

NOTE: S A M P ~ EOF LATEX GLOWS MUST BE SENT WITH BID$' :< i??:!,-f!~,<kC

4.7.16.

.,,, 1 Shirts Per Section 2.5.18. i i -1 q/\ -- I

Razors Per Section 2.5.8. Qty Per Case 2000 Item # ER3oo Shampoo ~erlsection2.5.9. Qty Per Case 9G Item # HILTScx

I * . , . ' * . I -ltem #A

Cleaning Detergent Per Section 2.5.12. i

Qty Per Case 9~ / $ Y : l o /CS Item# "5&\~ ? \ 7 8

i Sweatpnis Per Section 2.5.19./ 4.7.25- I l+pm t f C < i.2 ''4

S q 7 - q q ~ ~

I $17.90/cs

4.7.14.

I

60cases i $ 35--1L-!

I White Bath Towels Per Section 2.5.13. 1

1 .P-I * IG- :a 1 20 each $la---- 1

3 % - " ~ / c s Combs ~ e ;section 2.5.10. Qty Per Case 1I6o

II

1 4.7.28. 1 GRAND TOTAL of extended prices 1

I ^ ,'-25 cases ! $ -2 r .-

50cases

loocases

Item# v/ts i

4.K Minimum discount for ali product lines introduced after inception of the contract, and all existing lines not specified herein: 3 %off list price.

$ ~ ( 8 3 y ~

$ i q ? o - -

4.9. Quote expected delivery turnaround from receipt of order: 7- % DAYS

$ ! ~ , \ ~ , , 7 < ~2 4

1

4.7.15.

Bid #52-13NOV14 Page October 31,2014 a yr-\/;cit :c.f \+Q \,,,-z'

;f c. ,: 12 : 2.;~ CA,: i ! Is.,Ci-l;n .,... i 8

t I

ID Bands Per Section 2.5.1 1. Includesfasteners Qty Per Case <J c I $ \38.;'/cs Item# S k C b w i

75cases

Page 133: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

\o % 1 Renewal Period !0 % 2"dRenewal Period !a % 3d Renewal Period \ 2 % 4" Renewal Period

4.11. Will you honor the submitted prices in this bid for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County, response will not affect evaluation of this bid for Boone County purposes). NO

The Undersigned offers to furnish and deliver the articles or services as specified at the prices and terms stated and in strict accordance with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 34.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Actn) of the Revised Statutes of Missouri.

Authorized Representative (Sign by Hand):

Type or Print.--- Signed Name: 4 t - J \ - - - '19 d '5&l?5

Date of Signature: fk \ [-[LY

Bid #52-13NOV14 Page October 31,2014

9

Page 134: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Standard Terms and Conditions Boone County Purchasing 6 13 E. Ash St, Room 1 1 1

Columbia, MO 65201 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573) 886-4393 -Fax: (573) 886-4390

Responses shall include all charges for packing, delivery, installation, etc., (unless otherwise specified) to the Boone County Department identified in the Request for Bid and/or Proposal.

The Boone County Commission has the right to accept or reject any part or parts of all bids, to waive technicalities; and to accept the offer the County Commission considers the most advantageous to the County.

Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid; give the unit price, extended totals, and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications andlor establish further competition for the commodity or service required. The one (1) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid closing.

When products or materials of any particular producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

Do not include Federal Excise Tax or Sales and Use Taxes in bid process, as law exempts the CounQ from them.

The delivery date sha!l be stated in definite terms, as it will be taken into consideration in awarding the bid.

-7 . . ihe Coiir;vy~ ij;CGmmission to cai;ce! or any of orders if deliverjreserv-esthe is zct rnzde or work is not started as guaranteed. L.1 case of delay, the Contractor must notify the Purchasing Department.

In case of default by the Contracto-r, the County of Boone will procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

Failure to deliver as guaranteed shall disqualify Bidder from future bidding.

Prices must be as stated in units of quantity specified; and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

No bid transmitted by fax machine will be accepted.

Bid #52-13NQV14 Page October 31,2044

13

Page 135: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

12. The County of Boone, Missouri expressly denies responsibility for, or ownership of any item purchased until same is delivered to the County and is accepted by the County.

13. The County reserves the right to award to one or multiple respondents. The County also reserves the right to not award any item or group of items if the services can be obtained from a state or other governmental entity contract under more favorable terms.

14. The County, from time to time, uses federal grant funds for the procurement of goods and services. Accordingly, the provider of goods andlor services shall comply with federal laws, rules and regulations applicable to the hnds used by the County for said procurement, and contract clauses required by the federal government in such circumstances are incorporated herein by reference. These clauses can generally be found in the Federal Transit Administration's Best Practices Procurement Manual -Appendix A. Any questions regarding the applicability of federal clauses to a particular bid should be directed to the Purchasing Department prior to bid opening.

15. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

16. Should an audit of Contractor's invoices during the term of the Agreement, and any renewals thereof, indicate that the County has remitted payment on invoices that constitute an over-charging to the County above the pricing terms agreed to herein, the Contractor shall issue a refimd check to the County for any over-charges within 30-days of being notified of the same.

17. For all titled vehicles and equipment the dealer must use the actual delivery date to the County on all transfer documents including the Certificate of Origin (COO,) Manufacturer's Statement of Origin (MSO,) Bill of Sale (BOS,) and Application for Title.

18. Equipment and serial and model numbers - The contractor is strongly encouraged to include equipment serial and model numbers for all amounts invoiced to the County. If equipment serial and model numbers are not provided on the face of the invoice, such information may be required by the County before issuing payment.

19. Contractor shall comply with all applicable federal, state, and local laws and failure to do so, at County's sole Discretion, shall give County the right to terminate this Contract.

Bid #52-13NOVl4 Page October 31,2014

14

Page 136: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Bocone County Purehasing 613 E. Ash, Room 1 1 1 Columbia, MO 652011

Requestfor Bid (RFB)

(573) 886-4393 -Fax: (573) 886-4390 Email: [email protected]

Bid Data Bid Number: 52-113N08714

Commodity Title: Inmate Ileteatid-saa Suppllies- Term & Sa~psply

DIRECT BID FORMAT OR SUBMISSION OUESTIONS TO THE PURCHASING DEPARTMENT

Bid Submission Address and Deadline -Bid Closing Day / Date: Thursday, November 13,2014

Time: 2:OO pm (Bids received after this time will be returnaed unopened)

Location / Mail Address: Boone County Purchasing Department Boone County Purchasing Office 613 E. Ash, Room 11 1 Columbia, MO 65201

Directions: The Purchasing Office is located on the Northeast comer at 7Ihand Ash Street. Enter the building from the South Side. Wheel chair accessible entrance is available.

Bid Opening Day / Date: Thursday, November 13,20114

Time: 2:00 pm, Centrai Time Location / Address: Boone County Purchasing Department

Boone County Purchasing Office 6 13 E. Ash, Room I 1 1 Columbia, IWO 6520i

Bid Contents 1 .O: Introduction & General Conditions of Bidding 2.0: Primary Specifications 3.0: Response Presentation and Review 4.0: Response Form

"NO BID" Response Form Statement of Bidder's Qualifications Standard Terms and Conditions Debarment Certification

Bid #52-%3%80V14 Page

4

Page 137: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Purchasing Deuartment 1. Introduction and General Conditions of Bidding

1.1. INVITATION - The County of Boone, through its Purchasing Department, invites responses which offer to provide the goods and/or services identified on the title page, and described in greater detail in Primary Specifications. DEFINITIONS County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a pronoun for various subsets of the County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. ",

Department(.) or Of$ce(s) - The County Department(s) or Office(s) for which this Bid is prepared, and which will be the end user(s) of the goods and/or services sought. Designee - The County employee(s) assigned as your primary contact(s) for interaction regarding Contract performance. Bidder /Contractor / SuppIier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid, but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods and/or services described in the Bid. Supplier - All business(s) entities which may provide the subject goods and/or services. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the first page. A "Request for Bid" is used when the need is well defined. A "Request for Proposal" is used when the County will consider solutions, which may vary significantly from each other or Rom the County's initial expectations. Response - The written, sealed document submitted according to the Bid instructions. BID CLARIFICATION - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the Purchasing Department. Answers, citing the question asked but not identifying the questioner, will be distributed simultaneously to all known prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [forty eight] hours in advance of the bid deadline. Bids, addenda, bid tabulations and bid awards are posted on our web site at: www.show~neboone.coni Note: written requirements in the Bid and its Addenda are binding, but any oral communications between County and Bidder are not. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding this Bid. By submitting a Response, Bidder is presumed to concur with all terms, conditions and specifications of this Bid. Bid Amendment - If it becomes evident that this Bid must be amended, the Purchasing Department will issue a formal written Addendum to all known prospective Bidders. If necessary, a new due date will be established. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest value to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest of the County. CONTRACT EXECUTION - This Bid and the successful bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: 1) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response. COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

2

Page 138: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ebuntv o f Boone Purchasing Deuartment -

2. Primary Specifications 2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to

contract with an individual(s) or organization(s), hereinafter referred to as "Contractor" for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein. Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a minimum volume for pbrchases under a prospective contract. The estimates provgad on the Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods following expiration of the first contract period. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form. If renewal percentages are not provided, then prices during any renewal period shall be the same as during the original contract period. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for a maximum of six (6) months from the date of termination or expiration if it is deemed to be in the best interest of Boone County. CONTRACT DOCUMENTS - The successful bidder(§) shall be obligated to enter into a written contract with the County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their owv written agreement, any such proposed agreement shall be submitted in blank with their bid. County reserves the right to modify any proposed form agreement or withdraw its award to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel. GENERAL SPECIFICATIONS Mattresses -Size: 25" x 75" x 4" - Should be flame resistant, tear resistant, waterproof. Should have vinyl cover. Wool Blankets - Size: 66" x 90" - Should be fire resistant, whip-stitched ends and made from at least 50% wool. Must be able to machine wash and dry. Color: Gray. Poly Cotton Blankets -Size: 66" x 90" - SCnould be a polyester and cotton blend. Color: Gray. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below: Sandal 1: Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL. Sandal 3: Black, defined oursole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof, sizes S-3XE. Toothpaste -Fluoride toothpaste in 1.5 oz. plastic tube. Toothbrush -Bidders rnust bid both kinds of toothbrushes specified below: 30-tuft soft wrapped toothbrushes. 3 'A" Super Shorty wrapped Flexible. Soap -Bidders must bid both kinds of soap specified below: 1.5 oz. wrapped or unwrapped face and body bars. .5 oz. unwrapped face and body bars. Razors - Single blade with removable safety cap. Shampoo -2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo bottle must be individual sized approximately 202.. Combs - 5-inch plastic comb.

Bid #52-13NOV14 Page October 31,2014

3

Page 139: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ID bands -Orange plastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool. Cleaning Detergent -Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses. Bath Towels -White and Brown. Size 20" x 40" 100% Cotton dense looped terry. 5.5 Ibs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. t,. 1111g

Wash Cloths -Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen. Latex Gloves - Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 1 1.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MUST BE SENT WITH BID Sanitary Napkins - 250 per case, individually boxed, beltless, powder free, adhesive strips. Tampons - Individually wrapped, regular size, 500 per case. Women's Underwear -Sizes 5-20, cottonlpoly blend, brief style. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom hem and sleeves, sizes S-3XL. Sweatpants -Grey, track style, no drawstring, elastic waist and cuffs, sizes S-3XL. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal loopholes, non-skid, non-marking soles. Sizes 5 - 13. Pen - Clear Flexible Pen. Black ink. DESCRIPTIVE LITERATURE -Bidders must submit complete descriptive literature for each product bid. Bids received without descriptive literature are subiect to rejection. PRICING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest, penalties, termination payments, attorney fees, liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built into the unit cost of the item. The County shall not pay freight, etc. in addition to the price of the item. REPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any iten1 received in damaged condition at nu cost to the County. This includes all shipping costs for returning non-functional items to the contractor for replacement. MINIMUM ORDER QUANTITY -The contractor shall not impose a minimum order quantity for any item listed in the contract or otherwise available to the County. PRODUCT AVAILABILITY AND LIMITATIONS -The contractor shall agree to provide inmate detention supplies on an 'as needed' basis as ordered. The contractor shall agree that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item, The contractor must communicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identify and implement alternative options that shall maintain or reduce costs associated with the replacements while maintaining established quality levels. BILLING AND PAYMENT - Invoices shall be submitted to the Boone County Sheriffs Department at the following address: 2121 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement. RETWKN OF GOODS -County may cancel any purchase at any time for a full credit.

Bid #52-13NOV14 Page October 31,2014

Page 140: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be hrnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIVERY TERMS -FOB Destination at Boone County Sheriffs Department 2 12 1 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Department, 2 12 1 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLARIFICATION - Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 613 E. Ash St, Room 1 1 1, Columbia, Missouri 65201 no later than 5:00 pm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-4390, E-mail: l s a n d e r s @ b ~ ~ n e ~ ~ u n t p ~ . ~ r g

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 319.075 to 319.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notifl any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within ten feet of any high voltage overhead line. To the fullest extent permitted by law, Contractor shall indernnifl, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees) arising by reason s f any act or failure to act, negligent or otherwise, of Contractor, of any subcontractc3r (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any ~c t i onfor Contribution against the County on behalf of the Contractor, any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 141: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Couistv o f Boone Purchasina Department 3. Response Presentation and Review

3.1. RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain "N/A" or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response. L,,, LLCI

3.2. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier.

3.2.1. Submittal Package - Submit, to the location specified on the title page, three (3) complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time.

3.2.2. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at www.showmeboone.com.

3.3. BID OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud.

3.3.1. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects nut to submit a Response and fails to reply in writing stating reasons for not bidding, th& Bidder's name may be removed from our database. Other reasons for removal include unwillingness or inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet delivery requirements.

3 -4. RESPONSE CLAFUFICATION - County reserves the right to request additional written or oral information from Bidders in order to obtain clarificdon nf their Responses.

3.4.1. Rejection or Correction of Responses - Coirnty ressives the right to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or inconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest.

3.5. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or weighted point score does not imply that one Bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost.

3.S.I . Method of Evaluation - County will evaluate submitted responses in relation to all aspects of the Bid. 3.5.2. Acceptability - County reserves the sole right to detem.ine whether goods and/or services offered are

acceptable for its use. County also reserves the right to request samples af any and/or all equivalent products bid in order to ensure comparative quality beiween those items and the name brand items specified.

3.5.3. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

3.5.4. Endurance of Prfc~ng -Bidder's pricing shall be held firm until contract execution ar 60 days, whichever comes first.

Bid #52-13NOVl4 Page October 31,2014

6

Page 142: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Purchasinp Department 4. Response Form

4.1. Company Name:

4.2. Address:

4.4. Phone Number:

4.5. Fax Number:

4.6. Federal Tax ID:

4.6.1. ( ) Corporation ( ) Partnership - Name ( ) Individual/Proprietorship - Individual Name (If Individual, Bidder must complete Certification of lawful presence in U.S. on attached form). ( ) Other (Specify) -

,

;

~ - ~ . j. ,

r.. ....... .- ..... I -; PRICINGi: ... .~.~---i .. -

.......................... Description i Unit ...................

..

.....................................................

...............................................

4.7. : INMATE DETENTION SUPPLIES 1. ........................................ ... i i NOTE: SAMBLE OFLATEX GLOVES MUSIT BE S U M T T E D WITH BID* . . . . ~ . . - ,..~........... ............................................................................................................ .. ......................................................

i Estimated&)

1 c.......................

;

! .&....---.......---.-... ......................................................................................

Xtem # Product..............

..-... ...........................................................

iiiiii .... QtJ!Price -1.'Extended Price.................................; .... ....

i Poly Cotton Blankets Per Section 2.5.3. 1 4.7.3. 1 i Item #

Item #-..-................ ,-. .... ........

/ Toothbrushes Per Section 2.5.6.2. 4.7.9. j Qty Per Case I $ /CS i 5 cases

I Item # I

~-..i.... ..i..-. -. -..... -... -. - ... ..... . . .

/ Soap Per Section 2.5.7.1. I 4.7.10. ' ~ t y ' p e rCase I $ /CS / 4 cases

Ptem # , . - - - - - ... . . . . . . . . . . . . . . . . . . . . 1- .................

Soap Per Section 2.5.7.2. i

Bid #52-13NOV14 Page October 31,2014

7

Page 143: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

----

i

I---.... -- i :.. T----

! Razors Per Section 2.5.8. i $1 4.7.12. IQtyPerCase i /CS / 50 cases

1I Shampoo Per Section 2.5.9. I1 4.7.13. Qty Per Case I $ /cs 1 100 cases $

. .

I ; Item #

___I-- A

I Combs Per Section 2.5.10. j

4.7.14. 1 Qty Per Case /CS / 25 cases ' $ !----Il--.-__,-I Item # I

--_---------- i

ection 2.5.1 1. Includesfasteners I $ i

' i $ .

nt Per Section 2.5.12. 1 $-

I Ii Item # 12--- - tj White Bath Towels Per Section 2.5.13. '1 4.7.17. Qty Per Bale / $- /bale 10 bales '

i iL Item # 1~ ;-.-Ap-1

1 4.7.18. ; Brown Bath Towels Per Section 2.5.13. I $ -, Item #j -

I 1 Wash Cloths, ~ r a h n , Per Section 2.5.13. 1 4.7.19. j Item #-- --- 1 $-- /dz / 20 dozen $ I

s Per Section 2.5.14.

, $ i

I .0 1 ; l \ l : s l s l S f 1 /

: Sanitary Napkins Per Section 2.5.1 5. 250kase- i 4.7121. I $

: Item #- --.-.--..A .-+-

4.7.22. ii Tampons Per Section 2.5.16. 500icase- / $

,----I _ r Item #i. 1 Women's I-Jndenvear Per Section 2.5.17. 1

!1 4.7,23. i Item # ! $ d z 25 dozen $ I -- .-

I 4.7.24.

i

'

Shirts Per Section 2.5.1 8. i $--- - .

I 4.7.25. 1i Sweatpants Per Section 2.5.1 9.

Item # .-- ..-.- -.

' 4.7.26. 1 Shoes Per Section 2.530. ; Item #

-..

4.7.27. 1I Pen, per Section 2.5.2 1. I Item # I -. .- ii --.--.-I----.----...---.----.

I

4.8. Minimum discount for all product lines introduced after inception of the contract, and all existing lines not specified herein: % off list price.

4.9. Quote expected delivery turnaround from receipt of order: DAYS

Bid #52-13NOV14 Page October 31,2014

8

Page 144: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

% 1St Renewal Period % 2"*Renewal Period % 3'* Renewal Period % 4th Renewal Period

4.1 1. Will you honor the submitted prices in this bid for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County, Missouri? (A negative response will not affect evaluation of this bid for Boone County purposes). YES NO

The Undersigned offers to furnish and deliver the articles or services as specified at the prices and terms stated and in strict accordance with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 34.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Act") of the Revised Statutes of Missouri.

Authorized Representative (Sign by Hand):

Type or Print Signed Name:

Date of Signature:

.-

Bid #52-13NOVl4 Page October 31,2814

9

Page 145: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Boone County Purchasing 613 E. Ash, Room 11 1 Columbia, M 0 65201

"No Bid" Response Form Elizabeth Sanders, Senior Buyer

(573) 886-4393 -Fax: (573) 886-4390

"NO BID RESPONSE FO

NOTE: COMPLETE AND m T U m THIS FORM ONLY IF YOU DO NOT WANT TO $UBMI[T A BID

If you do not wish to respond to this bid request, but would like to remain on the Roone County vendor list ,please remove form and return to the Purchasing Department by mail or fax.

If you would like to FAX this "No Bid" Response Form to our office, the FAX number is (573) 886-4390.

Bid: 52-13NOV14 - Inmate Detention Supplies Term & Supply

Business Name:

Address:

Telephone:

Contact:

Date:

Reason(s) for not bidding:

Bid #52-%3NQV14 Page October 34,2014

% 0

Page 146: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

STATEMENT OF BIDDER'S QUALIFICATIONS

Each bidder for the work included in the specifications and plans and the Contract Documents shall submit with their bid the data requested in the following schedule of information. This data must be included in and made a part of each bid document and be contained in the sealed envelope. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal.

1. Name of Bidder:

2. Business Address:

3. When Organized:

4. When Incorporated: 5. List federal tax identification number: If not incorporated, state type of business (sole proprietor, partnership, or other)

6. Number of years engaged in business under present firm name:

7. If you have done business under a different name, please give name and business location under that name:

8. Percent of work done by own staff:

9. Have you ever failed to complete any work awarded to your corripany? If so, where and why?

10. Have you ever defaulted on a contract? If so, give details:

11. List general type of products sold and manufactured:

12. List of contracts on hand: (include contact names/phone/emails), type of items supplied, percentage of contract completed). Use additional sheets if needed.

13. List of previous contracts completed within last (3) years, including contact information. See following page-.

* Attach additional sheets as necessary *

Bid #52-13NOV14 Page October 31,2014

Page 147: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

STATEMENT OF BIDDER'S QUALIFICATIONS PRIOR EXPERIENCE

(References of similar services for governmental agencies are preferred)

1. Prior Services Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Bate of Contract: Length of Contract:

Description of Prior Services (include dates):

2. Prior Services Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Services (include dates):

3. Prior Services Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Services (include dates):

Bid #52-13NOV14 Page October 31,2014

12

Page 148: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Standard Tern~sand Conditions Boone County Purchasing 6 13 E. Ash St, Room 11 I

Columbia, MO 65201 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573) 886-4393 - Fax: (573) 886-4390

Responses shall include all charges for packing, delivery, installation, etc., (unless otherwise specified) to the Boone County Department identified in the Request for Bid and/or Proposal.

The Boone County Commission has the right to accept or reject any part or parts of all bids, to waive technicalities, and to accept the offer the County Commission considers the most advantageous to the County.

Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid, give the unit price, extended totals, and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications and/or establish further competition for the commodity or service required. The one (1) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid closing.

When products or materials of any particular producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

Do not include Federal Excise Tax or Sales and Use Taxes in bid process, as law exempts the County from them.

The delivery date shall be stated in definite terms, as it will be taken into consideration in awarding the bid.

The Cotiiity Commission reserves the right to cancel all or any part of orders if delivery is not made or work is not started as guaranteed. In case of delay, the Contractor must notify the Purchasing Department.

In case of default by the Contractor, the County of Boone will procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

Failure to deliver as guaranteed shall disqualify Bidder from future bidding.

Prices must be as stated in units of quantity specified, and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

No bid transmitted by fax machine will be accepted.

Bid 852-13NOV74 Page October 31,2044

4 3

Page 149: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

(Please complete and return with Contract)

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19 160-192 1 1).

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS FOR CERTIFICATION)

(1) The prospective recipient of Federal assistance h d s certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fiom participation in this transaction by any Federal department or agency.

(2). Where the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this px-oposal.

Name and Title of Authorized Representative

Signature Date

Bid #52-13NOV14 Page October 31,2014

15

Page 150: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

fst6rh for Award Management Paec 1 ol' 1 Page 1 of 1

View assistance for Search Results

Search Results

E u r r e n t Search Terms: Charm-tex

Glossary 0

lrlnt your complete search results, you can download the PDF and prlnt ~t - -

Entlty -

-- 1 -

CHARM-TEX, INC. Status: Active I Search Results

DUNS: 058347543

Has Active Exclusion?: No

CAGE Code:

DoDMC:

4W709 [ VIW Details 1 Ent~ty

Exclus~on

Expiration Date: 07/09/2015 Delinquent Federal Debt? No

Purpose of Registration: All Awards

By Record Status

BY Functional Area - Entity Management

BY Functional Area -Performance Information

SAM I System for Award Management 1.0 IBM vl.P.24.20150116-1831

Note to all Users: This is a Federal Government computer system. Use of this -,- i k ~ . ~ ~ system constitutes consent to monitoring at all times.

Page 151: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

,r'lbity'Informatiom,,,,,ir 1 ! i \ ',Page,L!o l ; P ~ ~ , c ~ ~ s L I I \\/I\ '*,Paga:2\ofi2!~t,iti>, I ,\ \ I ' o i ~ ~ ~ 1 : 1 0 0 i 7 5 R(:<\\\l:, a

i l ia1 - "11d address(es) of the initial officers, directors, and shareholders in the initial certificate of incorporation,

however this information is not recorded and only available by viewing the certificate.

*Stock Information

# of Shares Type of Stock $ Value per Share

200 No Par Value

*Stock information is applicable to domestic business corporations.

Name History

Filing Date Name Type Entity Name

JUL 07,2005 Actual CHARM-TEX, INC.

AUG 09, 1983 Actual CHARM-TEX MEDICAL TEXTILE PRODUCTS CORP.

OCT 29, 198 1 Actual CHARM-TEX, INC.

A Fictitious name must be used when the Actual name of a foreign entity is unavailable for use in New York State. The entity must use the fictitious name when conducting its activities or business in New York State.

NOTE: IVew York State does not issue organizational identification numbers.

Search Results New Search

Services/Programs I Privacy Policy I Accessibility Policy I Disclaimer I Return to DOS Homepage I Contact Us

Page 152: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Commission Order # 55-20) 5 PURCHASE AGREEMENT

FOR INMATE DETENTION SUPPLIES

THIS AGREEMENT dated the -57k day of Boone County, Missouri, a political subdivision of the State of ~ i s s o u r i Commission, herein "County" and Pyramid School Products, herein

15 is made between the Boone County

IN CONSIDERATION of the parties performance of the respective obligations contained herein, the parties agree as follows:

1. Contract Documents - This agreement shall consist of this Purchase Agreement for Inmate Detention Supplies Term and Supply, County of Boone Request for Bid for Inmate Detention Supplies Tenn and Supply, bid number 52-13NOV14, Introduction and General Conditions of Bidding, Primary Specifications, Response Presentation and Review, Standard Terms and Conditions, as well as the Contractor's bid response dated November 11,2014 and executed by Kenneth Miller on behalf of the Contractor. All such documents shall constitute the contract documents which are attached hereto and incorporated herein by reference. Service or product data, specification and literature submitted with bid response may be permanently maintained in the County Purchasing Office bid file for this bid if not attached. In the event of conflict between any of the foregoing documents, this Purchase Agreement, the Introduction and General Conditions of Bidding, Primary Specifications, Response Presentation and Review, and Standard Terms and Conditions shall prevail and control over the Contractor's bid response.

2. Contract Duration - This agreement shall commence on the date of award and extend through December 31,2015 subject to the provisions for termination specified below. This agreement may be extended beyond the expiration date by order of the County for four (4) additional one-year periods subject to the pricing clauses in the Contractor's bid response and thereafter on a month to month basis in the event the County is unable to re-bid and/or award a new contract prior to the expiration date after exercising diligent efforts to do so or not.

3. Purchase/Service - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following item from the RFB: Item 4.7.17. White Bath Towels- Section 2.5.13. of Primary Specifications- Price quoted: $274.75/bale (25 dzlbale). A&B #W2040-5.5 This item shall be provided to Boone County at the price quoted in response to the RFB's specifications and in conformity with the contract documents for the price set forth in the Contractor's bid response, as needed and as ordered by County.

4. Delivery - Contractor agrees to deliver items described above in co~npliance with the bid specifications and in accordance with the Contractor's bid w i t h i n s after receipt of an order.

5. Billing and Payment - All billing shall be invoiced to the Boone County Sheriffs Department and billings may only include the prices listed in the Contractor's bid response. No additional fees for delivery or extra services or taxes shall be included as additional charges in excess of the charges in the Contractor's bid response to the specifications. The County agrees to pay all correct monthly invoices within thirty days of receipt; Contractor agrees to honor any cash or prompt payment discounts offered in its bid response if county makes payment as provided therein. In the event of a billing dispute, the County reserves the right to withhold payment on the disputed amount; in the event the billing dispute is resolved in favor of the Contractor, the County agrees to pay interest at a rate of 9% per annum on disputed amounts withheld commencing from the last date that payment was due.

6. Binding Effect - This agreement shall be binding upon the parties hereto and their successors and assigns for so long as this agreement remains in full force and effect.

7. Entire Agreement - This agreement constitutes the entire agreement between the parties and supersedes any prior negotiations, written or verbal, and any other bid or bid specification or contractual agreement. This agreement may only be amended by a signed writing executed with the same formality as this agreement.

An Affirmative ActionIEqual Opportunity Institution

Page 153: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

8. Termination - This agreement may be terminated by the County upon thirty days advance written notice for any of the following reasons or under any of the following circumstances:

a. County may terminate this agreement due to material breach of any term or condition of this agreement, or

b. County may terminate this agreement if in the opinion of the Boone County Commission if delivery of products are delayed or products delivered are not in conformity with bidding specifications or variances authorized by County, or

c. If appropriations are not made available and budgeted for any calendar year.

IN WITNESS WHEREOF the parties through their duly authorized representatives have executed this agreement on the day and year first above written.

L -ampa, Florida 33810-1908

APPROVED AS T O FORM: ATTEST: 1

d w b ~ ~ Wendy S. o n, County Clerk

AUDITOR CERTIFICATION In accordance with KSMo 50.660, I hereby certify that a sufficient unencumbered appropriation balance exists and is available to satisfy the obligation(s) arising from this contract. (Note: Certification of this contract is not required if the terms of this contract do not result in a measurable county obligation at this time.)

1255123025,23026 Term1Supply I242123025

Appropriation Account

Page 154: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

(Please complete and return with Contract)

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19160- 192 1 1).

(BEFORE COlMPLETING CERTIFICATION, READ INSTRUCTIONS FOR CERTIFICATION)

(1) The prospective recipient of Federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fiom participation in this transaction by any Federal department or agency.

(2) Where the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Bid #52-13NOVl4 Page October 31, 2014

15

Page 155: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

County of Boone Purchasinp Department I . Introduction and General Conditions of Bidding

1.1. INVITATION - The County of Boone, through its Purchasing Department, invites responses which offer to provide the goods and/or services identified on the title page, and described in greater detail in Primary Specifications.

1.2. DEFINITIONS 1.2.1. County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a

pronoun for various subsets of the County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. Department(s) or Ofice(s) - The County Department(s) or Office(s) for which this Bid is prepared, and which will be the end user(s) of the goods and/or services sought. Designee - The County employee(s) assigned as your primary contact(s) for interaction regarding Contract performance.

1.2.2. Bidder / Contractor / Supplier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid, but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods and/or services described in the Bid. Supplier - All business(s) entities which may provide thesubject goods and'or services.

1.2.3. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the first page. A "Request for Bid" is used when the need is well defined. A "Request for Proposal" is used when the County will consider solutions, which may vary significantly from each other or from the County's initial expectations.

1.2.4. Response - The written, sealed document submitted according to the Bid instructions. 1.3. BID CLARIFICATION - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the

Purchasing Department. Answers, citing the question asked but not identiQing the questioner, will be distributed simultaneously to all known prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [forty- eight] hours in advance of the bid deadline. Bids, addenda, bid tabulations and bid awards are posted on our web site at: ww~..sho~~~neboone.con~ Note: w~itten requirements in the Bid and its Addenda are binding, but any oral communications between County and Bidder are not.

1.3.1. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding this Bid. By submitting a Response, Bidder is presumed to concur with all terms, conditions and specifications of this Bid.

1.3.2. Bid Amendment - If it becomes evident that this Bid must be amended, the Purchasing Department will issue a foma! written .Addendum to aa!!knnw./n prnspective Bidders. If necessary, a new due date wil! be established.

1.4. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest value to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest of the County.

1.5. CONTRACT EXECUTION - This Bid and the successful bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim.

1S.1. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: I ) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response.

1.6. COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

Page 156: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

County ofBoone Purchasing Department 2 . Primary Specifications

2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to contract with an individual(s) or organization(s), hereinafter referred to as "Contractor" for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein.

2.1. l . Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a minimum volume for purchases under a prospective contract. The estimates provided on the Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary.

2.2. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods folIowing expiration of the first contract period.

2.2.1. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form.

2.2.2. If renewal percentages are not provided, then prices during any renewal period shall be the same as during the original contract period.

2.3. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for a maximum of six (6) months from the date of termination or expiration if it is deemed to be in the best interest of Boone County.

2.4. CONTRACT DOCUMENTS - The successful bidder(s) shall be obligated to enter into a written contract with the County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their own written agreement, any such proposed agreement shall be submitted in blank with their bid. County reserves the right to modify any proposed form agreement or withdraw its award to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel.

2.5. GENERAL SPECIFICATIONS 2.5.1. Mattresses - Size: 25" x 75'' x 4" - Should be flame resistant, tear resistant, waterproof. Should

have vinyl cover. 2.5.2. Wool Blankets - Size: 66" x 90" - Should be fire resistant, whip-stitched ends and made from at

least 50% wool. Must be able to machine wash and dry. Color: Gray. 2.5.3. Poly Cotton Blankets -Size: 66" x 90" - Should be a polyester and cotton blend. Color: Gray. 2.5.4. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below:

2.5.4.1. Sandal 1: Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable.

2.5.4.2. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL.

2.5.4.3. Sandal 3: Black, defined outsole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof, sizes S-3XL.

2.5.5. Toothpaste- Fluoride toothpaste in 1.5 oz. plastic tube. 2.5.6. Toothbrush -Bidders must bid both kinds of toothbrushes specified below:

2.5.6.1. 30-tuft soft wrapped toothbrushes. 2.5.6.2. 3 %" Super Shorty wrapped Flexible.

2.5.7. Soap -Bidders must bid both kinds of soap specified below: 2.5.7.1. 1.5 oz. wrapped or unwrapped face and body bars. 2.5.7.2. .5 oz. unwrapped face and body bars.

2.5.8. Razors - Single blade with removable safety cap. 2.5.9. Shampoo -2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo

bottle must be individual sized approximately 20z.. 2.5.10. Combs - 5-inch plastic comb.

Bid #52-13NOV14 Page October 31,2014

Page 157: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.5.1 1. ID bands -Orange plastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool.

2.5.12. Cleaning Detergent - Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses.

2.5.13. Bath Towels -White and Brown. Size 20'' x 40" 100% Cotton dense looped terry. 5.5 Ibs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. Wash Cloths -Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen. Latex Gloves -Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 1 1.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MUST BE SENT WITH BID Sanitary Napkins -250 per case, individually boxed, beltless, powder free, adhesive strips. Tampons - Individually wrapped, regular size, 500 per case. Women's Underwear -Sizes 5-20, cotton/poly blend, brief style. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom hem and sleeves, sizes S-3XL. Sweatpants -Grey, track style, no drawstring, elastic waist and cuffs, sizes S-3XL. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal loopholes, non-skid, non-marking soles. Sizes 5 - 13. Pen - Clear Flexible Pen. Black ink. DESCRIPTIVE LITERATURE -Bidders must submit complete descriptive literature for each product bid. Bids received w-ithout descriptive literature are subiect to rejection. PRICING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest, penalties, termination payments, attorney fees: liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built into the unit cost of the item. The County shall not pay freight, etc. in addition to the price of the item. REPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any item received in damaged condition at no cost to the County. This includes all shipping costs for returning non-functional items to the contractor for replacement. MINIMUM ORDER QUANTITY -The contractor shall not impose a minimum order quantity for any item listed in the contract or otherwise available to the County. PRODUCT AVAILABILITY AND LIMITATIONS -The contractor shall agree to provide inmate detention supplies on an 'as needed7 basis as ordered. The contractor shall agrek that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item. The contractor must communicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identify and implement alternative options that shall maintain or reduce costs associated with the replacements while maintaining established quality levels.

2.1 1. BILLING AND PAYMENT - Invoices shall be submitted to the Boone County Sheriffs Department at the following address: 212 1 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement.

2.12. RETURN OF GOODS -County may cancel any purchase at any time for a fulI credit.

Bid #52-13NOV14 Page October 31,2014

Page 158: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be furnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIWRY TERMS -FOB Destination at Boone County Sheriffs Department 2 12 1 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Department, 2 12 1 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLARIFICATION - Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 613 E. Ash St, Room 1 1 1, Columbia, Missouri 65201 no later than 5:00 pm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-4390, E-mail: lsanders@,boonecountvmo.org

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 319.075 to 3 19.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notify any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within ten feet of any high voltage overhead line. To the fullest extent permitted by law, Contractor shall indemnify, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees) arising by reason of any act or failure to act, negligent or otherwise, of Contractor, of any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any action for Contribution against the County on behalf of the Contractor, any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 159: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv o f Boone Purchasing Department 3. Response Presentation and Review

3.1. RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain " N I P or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response.

3.2. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier.

3.2.1. Submittal Package - Submit, to the location specified on the title page, three (3) complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time.

3.2.2. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at www.showrneboone.com.

3.3. BID OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud.

3.3.1. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects not to submit a Response and fails to reply in writing stating reasons for not bidding, that Bidder's name may be removed from our database. Other reasons for removal include unwillingness or inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet delivery requirements.

3.4. RESPONSE CLARIFICATION - County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses.

3.4.1. Rejection or Correction of Responses - County reserves the right to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or inconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest.

3.5. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or weighted point score does not imply that one Bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost.

3.5.1. Method of Evaluation - County will evaluate submitted responses in relation to all aspects of the Bid. 3.5.2. Acceptability - County reserves the sole right to determine whether goods and/or services offered are

acceptable for its use. County also reserves the right to request samples of any andior all equivalent products bid in order to ensure comparative quality between those items and the name brand items specified.

3.5.3. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

3 S.4. Endurance of Pricing -Bidder's pricing shall be held firm until contract execution or 60 days, whichever comes first.

Bid #52-13NOV14 Page October 31,2014

6

Page 160: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

6510 N 54th Street T a m p a FL 33610 PHONE- (800) 792-2644 FAX- (813) 621-7688

E-MAIL- [email protected]

November 11,2014

Boone County Purchasing Department 613 E. Ash Columbia, MO 65201

RE: Bid #52-13NOV14, Inmate Detention Supplies

To Whom It May Concern:

Thank you for the opportunity to respond to this proposal. Our bid reference number for this project is #52-13NOV14BOONECO. This number must be referenced on all orders placed against this bid. Please refer to this -

number when corresponding with us regarding shipments or any other matter as it may arise.

(Orders may be e-mailed to our Sales Department at orders@p~ramidsp.com. For questions regarding shipments or invoices, please contact our Ctrsfonzer Service Department at ext 248, or by e-mail at customerservice@p~ramidsp.com.)

If you have any questions regarding the bid documents, or need additional information, please feel free to contact us @ (800) 792-2644, Ext. 233.

Sincerely,

Pyramid School Products Bid Department

Page 161: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

P SCHOOLPRODUCTS

Page 162: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Count)) o f Boone Purchasin~Department 4. Response Form

4.1. Company Name: p$&ffi~$*i~i:sifj

4.2. Address: T~rqxi,Flosid%;$331 Q-f $@3

4.5. Fax Number:

4.6. Federal Tax ID: 15q-093zL60 ( ) ~ a g n e r s h i ~- Name ( ) Individual/Proprietorship - Individual Name Individual, Bidder must complete Certification of lawful presence in U.S. on attached form). ( ) Other (Specify)

1 - PRICING 1 : 4.7. / INRIATE DETENTION SUPPLIES

I NOTE: SAMPLE OFLATEXGLOVES MUST BE SUBiMlTTED F'ITHBID*

; Item #

Bid #52-13NOV14 Page October 31, 2014

7

Page 163: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

omen's Underwear Per Section 2.5.17.

4.8- Minimum discount for all product lines introduced after inception of the contract, and all existing lines not specified herein: 0 % off list price.

4.9. Quote expected deliveryturnaround from receipt of order: 7- J 0 DAYS

Bid #52-13NOV14 Page October 31, 2014

Page 164: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

/g % 1" Renewal Period % 2ndRenewal Period % 3rdRenewal Period

lo % 4thRenewal Period

4.11. Will you honor the submitted prices in this bid for purchase by other ent' ies in Boone County who participate in cooperative purchasing with Boone County, Missouri? negative response will not affect evaluation of this bid for Boone County purposes). A s NO

The Undersigned offers to furnish and deliver the articles or services as specified a t the prices and terms stated and in strict accordance with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 34.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Act") of the Revised Statutes of Missouri.

Bid #52-13NOVl4 Page October 31,2014

9

Page 165: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Standard Terms and Conditions Boone County Purchasing 613 E. Ash St, Room 1 1 1

Columbia, MO 65201 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573 j 886-4393 -Fax: (573 j 886-4390

Responses shall include all charges for packing, delivery, installation, etc., (unless otherwise specified) to the Boone County Department identified in the Request for Bid and/or Proposal.

The Boone County Commission has the right to accept or reject any part or parts of all bids, to waive technicalities, and to accept the offer the County Commission considers the most advantageous to the County.

Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid, give the unit price, extended totals; and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications andlor estabIish further competition fgr the commodity or service required. The one (1) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid closing.

When products or materials of an)- particular producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

Do not include Federal Excise Tax or Sales and Use Taxes in bid process, as law exempts the County from them.

The delivery date shall be stated in definite terms, as it will be taken into consideration in awarding the bid.

TL- PC..- . . L LIG LUUIIQ-~ ~ ~ m i ~ l i ~ ~ i ~ i iTCSCNCS the right to c a x e i a!! or any part of orders if de!ivery :is not made or work is not started as guaranteed. L.1 case of delay, the Contractor must notify the Purchasing Department.

In case of default by the Contractor, the County of Boone will procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

Failure to deliver as guaranteed shall disqualify Bidder from future bidding.

Prices must be as stated in units of quantity specified, and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

No bid transmitted by fax machine will be accepted.

Bid #52-4 3NOV14 Page October 31,2044

4 a

Page 166: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

12. The County of Boone, Missouri expressly denies responsibility for, or ownership of any item purchased until same is delivered to the County and is accepted by the County.

13. The County reserves the right to award to one or multiple respondents. The County also reserves the right to not award any item or group of items if the services can be obtained from a state or other governmental entity contract under more favorable terms.

14. The County, from time to time, uses federal grant funds for the procurement of goods and services. Accordingly, the provider of goods and/or services shall comply with federal laws, rules and regulations applicable to the funds used by the County for said procurement, and contract clauses required by the federal government in such circumstances are incorporated herein by reference. These clauses can generally be found in the Federal Transit Administration's Best Practices Procurement Manual -Appendix A. Any questions regarding the applicability of federal clauses to a particular bid should be directed to the Purchasing Department prior to bid opening.

15. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

16. Should an audit of Contractor's invoices during the term of the Agreement, and any renewals thereof, indicate that the County has remitted payment on invoices that constitute an over-charging to the County above the pricing terms agreed to herein, the Contractor shall issue a refund check to the County for any over-charges within 30-days of being notified of the same.

17. For all titled vehicles and equipment the dealer must use the actual delivery date to the County on all transfer documents including the Certificate of Origin (COO,) Manufacturer's Statement of Origin (MSO,) Bill of Sale (BOS,) and Application for Title.

l 8 Equipment and serial and model numbers - The contractor is strongly encouraged to include equipment serial and model numbers for all amounts invoiced to the County. If equipment serial and model numbers are not provided on the face of the invoice, such information may be required by the County before issuing payment.

19. Contractor shall comply with all applicable federal, state, and local laws and failure to do so; at County's sole Discretion, shall give County the right to terminate this Contract.

Bid #52-13NOV14 Page October 31,2014

Page 167: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Boone CounQ Purchasing 6 13 E. Ash, Room 1 1 1 Columbia, MO 65201

Requestfor Bid (RFB)

(573) 886-4393 -Fax: (573) 886-4390 Email: [email protected]

Bid Data Bid Number: 52-ldNOV14

Commodity Title: Tamate Detention Supplies- Term & Saapply

DIRECT BID FORMAT OR SUBMISSION OUESTIONS TO THE PURCHASING DEPARTMENT

Bid Submission Address and Deadline -Bid Closing Day / Date: Thursday, November 13,2814

Time: 2:80 pm (Bids received after this time will be returned unopened)

Location / Mail Address: Boone County Purchasing Department Boone County Purchasing Office 6 13 E. Ash, Room 1 1 1 Columbia, MO 6520 1

Directions: The Purchasing Office is located on the Northeast corner at 7thand Ash Street. Enter the building from the South Side. Wheel chair accessible entrance is available.

Bid Opening Day / Date: Thursday, November 13,2014

Time: 2:88 pm, Central Time Location / Address: Boone County Purchasing Department

Boone County Purchasing Office 613 E. Ash, Raom 1 1 1 Columbia, IMO 6520 1

Bid Contents 1 .O: Introduction & General Conditions of Bidding 2.0: Primary Specifications 3.0: Response Presentation and Review 4.0: Response Form

"NO BID" Response Form Statement of Bidder's Qualifications Standard Terms and Conditions Debarment Certification

Bid #52-"%3NOV14 Page October 31,2014

1

Page 168: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

CounPv of Boone Purchasing Department 1. Introduction and General Conditions of Bidding

1.I. INVITATION - The County of Boone, through its Purchasing Department, invites responses which offer to provide the goods andor services identified on the title page, and described in greater detail in Primary Specifications.

1.2. DEFINITIONS 1.2.1. County - This term refers to the County of Boone, a duly organized public entity. It may also be used as a

pronoun for various subsets of the County organization, including, as the context will indicate: Purchasing - The Purchasing Department, including its Purchasing Director and staff. Department($ or OfJice(s) - The County Department(s) or Office(s) for which this Bid is prepared, and which will be the end user(s) of the goods andor services sought. Designee - The County employee(s) assigned as your primary contact(s) for interaction regarding Contract performance.

1.2.2. Bidder /Contractor / SuppIier - These terms refer generally to businesses having some sort of relationship to or with us. The term may apply differently to different classes of entities, as the context will indicate. Bidder - Any business entity submitting a response to this Bid. Suppliers, which may be invited to respond, or which express interest in this bid, but which do not submit a response, have no obligations with respect to the bid requirements. Contractor - The Bidder whose response to this bid is found by Purchasing to meet the best interests of the County. The Contractor will be selected for award, and will enter into a Contract for provision of the goods and/or services described in the Bid. Supplier - All business(s) entities which may provide the subject goods andor services.

1.2.3. Bid - This entire document, including attachments. A Bid may be used to solicit various kinds of information. The kind of information this Bid seeks is indicated by the title appearing at the top of the first page. A "Request for Bid" is used when the need is well defined. A "Request for Proposal" is used when the County will consider solutions, which may vary significantly from each other or from the County's initial expectations.

1.2.4. Response - The written, sealed document submitted according to the Bid instructions. 1.3. BID CLARIFICATION - Questions regarding this Bid should be directed in writing, by e-mail or fax, to the

Purchasing Department. Answers, citing the question asked but not identifying the questioner, will be distributed simultaneously to all known prospective Bidders in the form of an addendum. We strongly suggest that you check for any addenda a minimum of [forty eight] hours in advance of the bid deadline. Bids, addenda, bid tabulations and bid awards are posted on our web site at: www.show~neboone.co~n Note: written requirements in the Bid and its Addenda are binding, but any oral communications between County and Bidder are not.

1.3.1. Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid. Bidder's failure or omission to examine any relevant form, article, site or document will not relieve them from any obligation regarding this Bid. By submitting a Response, Bidder is presumed to concur with all terms, conditions and specifications of this Bid.

1.3.2. Bid Amendment - If it becomes evident that this Bid must be amended, the Purchasing Department will issue a formal written Addendum to all known prospective Bidders. If necessary, a new due date will be established.

1.4. AWARD - Award will be made to the Bidder(s) whose offer(s) provide the greatest value to the County from the standpoint of suitability to purpose, quality, service, previous experience, price, lifecycle cost, ability to deliver, or for any other reason deemed by Purchasing to be in the best interest of the County. Thus, the result will not be determined by price alone. The County will be seeking the least costly outcome that meets the departments' needs as interpreted by the County. The County reserves the right to award this bid on an item by item basis, or an "all or none" basis, whichever is in the best interest of the County.

1.5. CONTRACT EXECUTION - This Bid and the successful bidder's Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth, verbatim.

1.5.1. Precedence - In the event of contradictions or conflicts between the provisions of the documents comprising this Contract, they will be resolved by giving precedence in the following order: 1) the provisions of the Contract (as it may be amended); 2) the provisions of the Bid; 3) the provisions of the Bidder's Response.

1.6. COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the County's standard "boilerplate" terms and conditions for Contracts, a sample of which is attached to this Bid.

Bid #52-13NOV14 Page October 31,2014

Page 169: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2. Primary ~~eci f icat ions~ 2.1. ITEMS TO BE PROVIDED - Boone County, hereafter referred to as "County", proposes to

contract with an individual(s) or organization(s), hereinafter referred to as "Contractor" for a Term and Supply contract for the furnishing and delivery of Inmate Detention Supplies as specified herein.

2.1 . I . Quantity -All orders shall be placed on an "as needed basis". The County does not guarantee a minimum volume for purchases under a prospective contract. The estimates provided on the Response Form are for informational and evaluation purposes only and do not constitute a guarantee of usage. In addition, the County reserves the right to purchase inmate detention supplies from other vendors when the County deems the purchase necessary.

2.2. CONTRACT DURATION - The contract shall be effective from Date of Award for one 12-month contract period. This contract is subject to renew annually at the discretion of the County, for four (4) additional 12-month periods following expiration of the first contract period.

2.2.1. The unit prices for the items identified on the Response Form shall remain fixed for the identified original contract period. If the County exercises the option for renewal, the contractor shall agree that the prices for the items listed on the Response Form shall not increase by more than the maximum percent proposed on the Response Form.

2.2.2. If renewal percentages are not provided, then prices during any renewal period shall be the same as during the original contract period.

2.3. CONTRACT EXTENSION -The County Purchasing Director may exercise the option to extend the contract on a month-to-month basis for a maximum of six (6) months from the date of termination or expiration if it is deemed to be in the best interest of Boone County.

2.4. CONTRACT DOCUMENTS - The successful bidder(s) shall be obligated to enter into a written contract with the County within 30 days of award on contract forms provided by the County. If bidders desire to contract under their own written agreement, any such proposed agreement shall be submitted in blank with their bid. County reserves the right to modify any proposed form agreement or withdraw its award to a successful bidder if any proposed agreement contains terms and conditions inconsistent with its bid or are unacceptable to county legal counsel.

2.5. GENERAL SPECIFICATIONS 2.5.1. Mattresses - Size: 25" x 75" x 4" - Should be flame resistant, tear resistant, waterproof. Should

have vinyl cover. Wool Blankets - Size: 66'' x 90" - Should be fire resistant, whip-stitched ends and made from at least 50% wool. Must be able to machine wash and dry. Color: Gray. Poly Cotton Blankets -Size: 66" x 90" - Should be a polyester and cotton blend. Color: Gray. Slip-On PVC Sandals -Bidders must bid all three kinds of sandals specified below: Sandal 1 : Sizes: Men's 8 to 12. Should be non-skid and non-marking. Sandal should be pliable and durable. Sandal 2: Anti-microbial protection that is unable to be washed off, dissolved, or disabled, non-skid and non-marking, sizes S-3XL. Sandal 3: Black, defined outsole ridge, slip-resistant, stress tear resistant, odor resistant, waterproof, sizes S-3XL. Toothpaste - Fluoride toothpaste in 1.5 sz. plastic tube. Toothbrush -Bidders must bid both kinds oftoothbrushes specified below: 30-tuft soft wrapped toothbrushes. 3 ZYSuper Shorty wrapped Flexible. Soap -Bidders must bid both kinds of soap specified below: 1.5 oz. wrapped or unwrapped face and body bars. .5 oz. unwrapped face and body bars. Razors - Single blade with removable safety cap. Shampoo- 2 oz bottles. Shampoo must be clear. Bottle for shampoo must be clear. Each shampoo bottle must be individual sized approximately 202..

2.5.10. Combs - 5-inch plastic comb. Bid #52-13NOV14 Page October 31,2014

Page 170: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ID bands -Orange pIastic polyethylene bracelets with metal fasteners. Should be stretch resistant and can be written or typed on. No less than 500 bands including fasteners per case. Bidder should also submit cost of fastening tool. Cleaning Detergent - Pre-measured cleaner in water soluble packets that cleans, disinfects and deodorizes. Must be able to fight mildew, bacteria and viruses. Bath Towels -White and Brown. Size 20" x 40" 100% Cotton dense looped terry. 5.5 lbs per dozen. White towels are to be purchased in baled quantities. Brown towels to be purchased by the dozen. Wash Cloths -Brown. Size 12" x 12" 100% Cotton dense looped terry. Wash clothes to be purchased by the dozen. Latex Gloves - Powder Free. Size: Small, Medium, Large, Extra Large. Polymer coating. Beaded cuff. NFPA certified and UL certified. Cuff Thickness: min. 7.3 mils Palm Thickness: min. 9.8 mils Finger Thickness: min. 1 1.9 mils. No Substitutions allowed. NOTE: SAMPLE OF LATEX GLOVES MUST BE SENT WITH BID Sanitary Napkins - 250 per case, individually boxed, beltless, powder free, adhesive strips. Tampons - Individually wrapped, regular size, 500 per case. Women's Underwear - Sizes 5-20, cottonlpoly blend, brief style. Shirts -Maroon, 100% cotton, no pocket, seamless ribbed collar, double-needle stitched bottom hem and sleeves, sizes S-3XL. Sweatpants -Grey, track style, no drawstring, elastic waist and cuffs, sizes S-3XL. Shoes -Black, heavy-duty canvas uppers which fasten with three Velcro closures through non-metal loopholes, non-skid, non-mrrking soles. Sizes 5 - 13. Pen - Clear Flexible Pen. Black ink. DESCRIPTIVE LITERATURE -Bidders must submit complete descriptive literature for each product bid. Bids received without descriptive literature are subiect to rejection. PRICING -All prices shall be as indicated on the Response Form. The County shall not pay nor be liable for any other additional costs including but not limited to: taxes, packing, handling, shipping and freight, insurance, interest, penalties, termination payments, attorney fees, liquidated damages, etc. Additionally, the County shall not be subject to any minimum order quantities or total prices. All prices shall be FOB Destination, freight prepaid and allowed. This shall mean that the contractor bears all insurance costs and responsibilities for transporting the items, and the cost of freight, delivery, shipping, etc. must be built into the unit cost of the item. The County shall not pay freight, etc. in addition to the price of the item. REPLACEMENT OF DAMAGED PRODUCT -The contractor shall be responsible for replacing any item received in damaged condition at no cost io the County. This includes all shipping costs for returning non-functional items to the contractor for replacement. MINIMUM ORDER QUANTITY -The contractor shall not impose a minimum order quantity for any itcm listed in the contract or otherwise available to the County. PRODUCT AVAILABILITY AND LINIITATIONS -The contractor shall agree to provide inmate detention supplies on an 'as needed' basis as ordered. The contractor shall agree that the contractor may not cancel any item from the list of items unless the manufacturer has discontinued that item. The contractor must communicate the manufacturer discontinuation of any product under the contract to the Boone County Purchasing Department. In such instances, the contractor shall work with the Purchasing Department to identify and implement alternative options that shall maintain or reduce costs associated with the replacements while maintaining established quality levels. BILLING AND PAYMENT - Invoices shall be submitted to the Boone County Sheriffs Department at the following address: 2121 County Drive, Columbia, MO 65202 and at the Juvenile Justice Center at: 5665 Roger I Wilson Memorial Drive Columbia, MO 65202. Payment will be made within 30 days from receipt of an accurate monthly statement. RETURN OF GOODS -County may cancel any purchase at any time for a full credit.

Bid #52-13NOV14 Page October 31,2014

Page 171: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

2.13. AWARD -The County's preference is to award to one vendor; however, the County reserves the right to award to multiple vendors if it is deemed to be more cost effective. Award(s) will be made based on best overall value for the County.

2.14. SAMPLES -The County reserves the right to request samples after bids are opened and before the award is made. When samples are requested, they must be furnished free of charge. Each individual sample must be labeled with the bidder's name and manufacturer's brand name and number.

2.15. DELIVERY TERMS -FOB Destination at Boone County Sheriffs Department 2 12 1 County Dr., Columbia, MO 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.16. DESIGNEE -Boone County Sheriffs Department, 2 12 1 County Dr., Columbia, Missouri 65202 and the Juvenile Justice Center 5665 Roger I Wilson Memorial Drive Columbia, MO 65202

2.17. BID CLAWIFICATION- Any questions or clarifications concerning bid documents should be addressed in writing to Elizabeth Sanders, Senior Buyer, 6 13 E. Ash St, Room 111, Columbia, Missouri 65201 no later than 5 0 0 gm, CT, November 7,2014. Telephone (573) 886-4393 Fax (573) 886-4390, E-mail: lsanders~,boonecountvmo.org

2.18. The Contractor is aware of the provisions of the Overhead Power Line Safety Act, 319.075 to 3 19.090 RSMo, and agrees to comply with the provisions thereof. Contractor understands that is its their duty to notifl any utility operating high voltage overhead lines and make appropriate arrangements with said utility if the performance of contract would cause any activity within ten fcet of any high voltage overhead line. To the fullest extent permitted by law, Contractor shall indemnifl, hold harmless and defend the County, its directors, officers, agents, and employees from and against all claims, damages, losses and expenses (including but not limited to attorney's fees) arising by reason of any act or failure to act, negligent or otherwise, of Contractor, of any subc~intractor (meairing anyone, including but not limited to

- , consultants having a contract with contractor or a subcontract for part of the services), of anyone directly or indirectly employed by contractor or by any subcontractor, or of anyone for whose acts the contractor or its subcontractor may be liable, in connection with any claims arising under the Overhead Power Line Safety Act. Contractor expressly waives any action for Contribution against the County on behalf of the Contractor, any subcontractor (meaning anyone, including but not limited to consultants having a contract with contractor or a subcontract for part of the services), anyone directly or indirectly employed by contractor or by any subcontractoi-, or of anyone for whose acts the contractor or its subcontractor may be liable, and agrees to provide a copy of this waiver to any party affected by this provision.

Bid #52-13NOV14 Page October 31,2014

5

Page 172: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv oSBoone -- Purchasing De~artment 3. Response Presentation and Review

3.1. RESPONSE CONTENT - In order to enable direct comparison of competing Responses, you must submit your Response in strict conformity to the requirements stated here. Failure to adhere to all requirements may result in your Response being disqualified as non-responsive. All Responses must be submitted using the provided Response Sheet. Every question must be answered and if not applicable, the section must contain "NIA" or "No Bid". Manufacturer's published specifications for the items requested shall be included with the response.

3.2. SUBMITTAL OF RESPONSES - Responses MUST be received by the date and time noted on the title page under "Bid Submission Information and Deadline". NO EXCEPTIONS. We are not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier.

3.2.1. Submittal Package - Submit, to the location specified on the title page, three (3) complete copies of your Response in a single sealed envelope, clearly marked on the outside with your company name and return address, the proposal number and the due date and time.

3.2.2. Advice of Award - A Bid Tabulation of responses received as well as Award status can be viewed at www.showmeboone.com.

3.3. BID OPENING - On the date and time and at the location specified on the title page under "Bid Opening", all Responses will be opened in public. Brief summary information from each will be read aloud.

3.3.1. Removal from Vendor Database - If any prospective Bidder currently in our Vendor Database to whom the Bid was sent elects not to submit a Response and fails to reply in writing stating reasons for not bidding, that Bidder's name may be removed from our database. Other reasons for removal include unwillingness or inability to show financial responsibility, reported poor performance, unsatisfactory service, or repeated inability to meet delivery requirements.

3.4. RESPONSE CLARIFICATION - County reserves the right to request additional written or oral information from Bidders in order to obtain siarification of their Responses.

3.4 I. Xejection or Correction of Responses - County reserves the right to reject any or all Responses. Minor irregularities or informalities in any Response which are immaterial or inconsequential in nature, and are neither affected by law nor at substantial variance with Bid conditions, may be waived at County's discretion whenever it is determined to be in the County's best interest.

3.5. EVALUATION PROCESS -County's sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the departments' needs at the lowest possible cost. Any final analysis or weighted point score does not imply that bne Bidder is superior to another, but simply that in County's judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost.

3.5.1. Method of Evaluation - County will evaluate submitted responses in relation to all aspects of the Bid. 3.5.2. Acceptability - County reserves the sole right to determine whcther goods andlor services offered are

acceptable for its use. County also reserves the right to request samples of any andfor all equivalent products bid in order to ensure comparative quality between those items and the name brand items specified.

3.5.3. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

3.5.4. Endurance of Pricing -Bidder's pricing shall be held firm until contract execution or 60 days, whichever comes first.

Bid #52-I 3NOV14 Page October 31,2014

6

Page 173: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Countv of Boone Purchasine Department 4. Response Form

4.1. Company Name:

4.2. Address:

4.4. Phone Number:

4.5. Fax Number:

4.6. Federal Tax ID:

4.6.1. ( ) Corporation ( ) Partnership - Name -,

( ) Individual/Proprietorship - Individual Name (If Individual, Bidder must complete Certification of lawful presence in U.S. on attached form). ( ) Other (Specify) .-

...... ..'-.--- -- -...-.- - - --.--.- --r.. ........-.

I PRICING L 2. - ....~_ -...

-. -.---. .-. ... .... .. ....... .... .

! INMATE DETENTION SUPPLIES 4.7.'. ,

I I NOTE: SAMPLE OF LATEXGLOVESMUSTBE S ............. . .. . ............. . ..... - ...

.......... ...I . - 2.

Item # , Product Description . - - . ..---+....

attresses Per Section 2.5.1.

on Blankets Per Section 2.5.3.

PVC Sandals Per Section 2.5.4.1.

PVC Sandals Per Section 2.5.4.2.

j i--- .-- -. ..

...

Soap Per Section 2.5i7.1.

-Bid #52-13NOV14 Page October 31,2014

Page 174: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

---- --

------

----- -.

I . "

I $ /CS 1 50 cases i I -i--- .-

Razors Per Section 2.5.8. 4.7.12.

'

1 Qty Per Case --I Item #

I Shampoo Per Section 2.5.9.! Qty Per Case i Item # I Combs Per Section 2.5.10.1 Qty Per Case

4.7.13.

4.7.14.

4.7.15.

I

1 , I$ /cs

1 I $ ICS j

i' $

! $

100 cases

25 cases

75 cases -$i

I

--__i_-.

/bale 10 bales

I $ I/dz 5 dozen

-. -. 1 -1 $-.-- /dz 1 20 dozen $

Item # ID Bands Per Section 2.5.1 1. Includesfasteners Qty Per Case

..-- -..

ent Per Section 2.5.12.

Bath Towels Per Section 2.5.13.

Brown Bath Towels Per Section 2.5.13. Item # Wash Cloths, Brown, Per Section 2.5.13. Item #

'

i

/

1 4.7.18.; I I

4.7.19. / 1

iI :

Latex Gloves Per section 2.5.14. I1 I Qty Per Box jI 4.7.20. Item # i $ /bx / 100 boxes $

- :i : ) 1 ' . ) , , ' 1 ' 1 : i" '

1 Sanitary Napkins Per Section 2.5.15. 250/ca.~e- i1 1 $4.7.2 1. Item #I..- i-- .- . -.-

I 4.7.22. i Tampons Per Section 2.5.16. 500/case- !i $,I Item #!

I /- * -

1 Women's Underwear Per Section 2.5.17. 11 4.7.23. Item #-- ! $ dz ' 25 dozen 1 $

. ...

1- ---- -p-p---.p-

Shirts Per Section 2.5.18. pp

"1.24. i

! $ lea ' 20 each i... L I E #

,

' I

4.7.25. ii Sweatpants Per Section 2.5.19. i $ lea 20 each $1.. .....-------i.-. i Htem # j L i1

---pa

I $ each

4.7.28. 1 GRAND TOTAL of extended prices j

4.8. Minimum discount for all product lines introduced after inception of the contract, and all existing lines not specified herein: % off list price.

4.9. Quote expected delivery turnaround from receipt of order: DAYS

Bid #52-13NOVl4 Page October 31,2014

8

Page 175: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

4.10. Maximum Percentage Increase for each potential renewal period:

% 1" Renewal Period % 2"dRenewal Period % 3 1 ~ Renewal Period % 4' Renewal Period

4.11. Will you honor the submitted prices in this bid for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County, Missouri? (A negative response will not affect evaluation of this bid for Boone County purposes). YES " NO

The Undersigned offers to furnish and deliver the articles or services as specified at the prices and terms stated and in strict accordance with all requirements contained in the Request for Bid which have been read and understood, and all of which are made part of this order. By submission of this bid, the vendor certifies that they are in compliance with Section 34.353 and, if applicable, Section 34.359 ("Missouri Domestic Products Procurement Act") of the Revised Statutes of Missouri.

Authorized Representative (Sign by Hand):

Type or Print Signed Name:

Date of Signature:

Bid #52-13NOV14 Page October 31,2014

9

Page 176: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Boone CouaaQ Purchasing 613 E. Ash, Room 111 Columbia, M 0 65201

"NoBid" Response Form Elizabeth Sanders, Senior Buyer

(573) 886-4393 - Fax: (573) 886-4390

""NOBID mSPONSE FO

NOTE: COMPLETE AND IBETUE4.N THIS FORM ONLY IF YOU DO NOT WANT TO SUBMIT A BID

If you do not wish to respond to this bid request, but would like to remain on the Boone County vendor list please remove form and return to the Purchasing Department by mail or fax.

If you would like to FAX this "No Bid" Response Form to our office, the FAX number is (573) 886-4390.

Bid: 52-13NOV14- Inmate Detention Supplies Term & Sqpplly

Business Name:

Address:

Telephone: --

Contact:

Date:

Igeason(s) for not bidding:

Bid #52-13N0V14 Page October 31,2014

10

Page 177: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

STATEMENT OF BIDDER'S QUALIFICATIONS

Each bidder for the work included in the specifications and plans and the Contract Documents shall submit with their bid the data requested in the following schedule of information. This data must be included in and made a part of each bid document and be contained in the sealed envelope. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal.

1. Name of Bidder:

2. Business Address:

3. When Organized:

4. When Incorporated: 5. List federal tax identification number: If not incorporated, state type of business (sole proprietor, partnership, or other)

6 . Number of years engaged in business under present firm name:

7. If you have done business under a different name, please give name and business location under that name:

8. Percent of work done by ow11 staff:

9. Have you ever failed to complete any work awarded to your company? If so, where and why?

10. Have you ever defaulted on a contract? If so, give details:

11. List general type of products sold and manufactured:

12. List of contracts on hand: (include contact names/phone/emails), type of items supplied, percentage of contract completed). Use additional sheets if needed.

13. List of previous contracts completed within last (3) years, including contact information. See following page-

* Attach additional sheets as necessary *

Bid #52-13NOV14 Page October 31,2014

11

Page 178: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

STATEMENT OF BIDDER'S OUALIFICATIONS PRIOR EXPERIENCE

(References of similar services for governmental agencies are preferred)

1. Prior Sewices Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Sewices (include dates):

2. Prior Sewices Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Sewices (include dates):

3. Prior Sewices Performed for:

Company Name: Address:

Contact Name: Telephone Number:

Date of Contract: Length of Contract:

Description of Prior Sewices (include dates):

Bid #52-13NOV14 Page October 31,2014

12

Page 179: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

,,# OF ".o

* ~XL* *'s sou"'@

Standard Tern~sand Conditions Bsone County Purchasing 6 13 E. Ash St, Room 1 1 1

Columbia, MO 6520 1 Elizabeth Sanders, CPPB, Senior Buyer

Phone: (573) 886-4393 -Fax: (573) 886-4390

Responses shall include all charges for packing, delivery, installation, etc., (unless otherwise specified) to the Boone County Department identified in the Request for Bid and/or Proposal.

The Boone County Commission has the right to accept or reject any part or parts of all bids, to waive technicalities, and to accept the offer the County Commission considers the most advantageous to the County.

Bidders must use the bid forms provided for the purpose of submitting bids, must return the bid and bid sheets comprised in this bid, give the unit price, extended totals, and sign the bid. The Purchasing Director reserves the right, when only one bid has been received by the bid closing date, to delay the opening of bids to another date and time in order to revise specifications and/or establish further competition for the commodity or service required. The one (1) bid received will be retained unopened until the new Closing date, or at request of bidder, returned unopened for re-submittal at the new date and time of bid closing.

When products or materials of any particular producer or manufacturer are mentioned in our specifications, such products or materials are intended to be descriptive of type or quality and not restricted to those mentioned.

Do not include Federal Excise Tax or Sales and Use Taxes in bid process, as law exempts the County from them.

The delivery date shall be stated in definite terms, as it will be taken into consideration in awarding the bid.

The County Commission reserves the right to cancel a!! or any part of orders if delivery is n ~ t made or work is not started as guaranteed. In case of delay, the Contractor must notify the Purchasing Department.

In case of default by the Contractor, the County of Boone will procure the articles or services from other sources and hold the Bidder responsible for any excess cost occasioned thereby.

Failure to deliver as guaranteed shall disqualify Bidder from future bidding.

Prices must be as stated in units of quantity specified, and must be firm. Bids qualified by escalator clauses may not be considered unless specified in the bid specifications.

No bid transmitted by fax machine will be accepted.

Bid #52-13NOVI4 Page October 31,20A4

13

Page 180: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

12. The County of Boone, Missouri expressly denies responsibility for, or ownership of any item purchased until same is delivered to the County and is accepted by the County.

13. The County reserves the right to award to one or multiple respondents. The County also reserves the right to not award any item or group of items if the services can be obtained fiom a state or other governmental entity contract under more favorable terms.

14. The,@ounty, from time to time, uses federal grant funds for the procurement of goods and services. Accordingly, the provider of goods andfor services shall comply with federal laws, rules and regulations applicable to the funds used by the County for said procurement, and contract clauses required by the federal government in such circumstances are incorporated herein by reference. These clauses can generally be found in the Federal Transit Administration's Best Practices Procurement Manual -Appendix A. Any questions regarding the applicability of federal clauses to a particular bid should be directed to the Purchasing Department prior to bid opening.

5. In the event of a discrepancy between a unit price and an extended line item price, the unit price shall govern.

16. Should an audit of Contractor's invoices during the term of the Agreement, and any renewals thereof, indicate that the County has remitted payment on invoices that constitute an over-charging to the County above the pricing terms agreed to herein, the Contractor shall issue a refund check to the County for any over-charges within 30-days of being notified of the same.

17. For all titled vehicles and equipment the dealer must use the actual delivery date to the County on all transfer documents including the Certificate of Origin (COO,) Manufacturer's Statement of Origin (MSO,) Bill of Sale (BOS,) and Application for Title.

Equipment and serial and model numbers - The contractor is strongly encouraged to include equipment serial and model numbers for all amounts invoiced to the County. If equipment serial and model numbers are not provided on the face of the invoice, such information may be required by the County before issuing payment.

19. Contractor shall comply with all applicable federal, state, and local laws and failure to do so, at County's sole Discretion, shall give County the right to terminate this Contract.

Bid #52-13NOV14 Page October 31,2014

14

Page 181: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

--

(Please complete and return with Contract)

Certification Regarding , ' I Debarment, Suspension, Ineligibility and Voluntary Exaliision

Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98 Section 98.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19 160-192 1 1).

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS FOR CERTIFICATION)

(1) The prospective recipient of Federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fiom participation in this transaction by any Federal department or agency.

C2) Where the prospective recipient of Federal assistance funds is unable to certifL to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Name and Title of Authorized Representative

Signature Date

Bid #52-13NOV14 Page October 31,2014

15

Page 182: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

pstkh for Awarkll Managament I'ag+i:r~i' IIOI 1v\,lsd ManagcmcnL

V~ewassistance for Search Results

Search Results

Current Search Terms: pyramid* school* products*

Notice: This printed document represents only the first page of your SAM search results. More results may be available. TO Glossary print your complete search results, you can download the PDF and print it. yL" CA

No records found for current search. $&gp&

Results

Entity

Exclusion

By Record Status

BY Functional Area - Entity Management

BY Functional Area -Performance Information

SAM I Systemfor Award Management 1.0 IBM vl.P.24.20150116-1831

T~i\.so~oNote to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times.

Page 183: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

--

karcH By Entity Name

--Previous List Next List

Entity Name List Corporate Name Document Number PYRAMID SCHOOL PRODUCTS & DESIGN 920275

PYRAMIDS COMMUNICATIONS, INC. P97000073290 PYRAWIID'S COWIPUTER, IIVC. P98000101325

PYRAM l DS CONSTRUCl'ION COMPANY LLC LO6000083580 PYRAMID SCRAP METAL CORP PYRAMIDS DEVELOPMENT CORP.

PYRAMID SEAWALLS. INC. PYRAMID SECLIRITIES COMPANY, INC.

PYRAMID SECURITY COMPANY PYRAMID SECURITY SERVICES CORP. PYRAMID SECURITY SYSTEMS, L.C.

PYRAMID SERVICES. INC.

PYRAMID SERVICES, INC. PYRAMID SERVICES, INC. PYRAMID SERVICES, INC. PYRAMID SERVICES, INC.

PYRAMID SERVICES GROUP. INC. PYRAWllD SERVICES, INC. USA PYRAWIIDS G.M., INC.

PYRAMIDS GRILL & SEA FOOD CORP.

Previous List Next List

P I 3000028508 M4 1854

F18120 85351 1

126891 P I 1000001 998 LO2000027549

479307

F01000001243 F95000004525 PO0000085934 P37324

P97000098830 PO5000156979 PO4000008742

P13000048357

Status Active

INACT Active

l NACT Active INACT

INACT INACT

INACT INACT INACT INACT CROSS RF INACT INACT INACT

INACT

INACT Active

I NACTIUA

Entity Name Search

1' search'

I

Entity Name Srqrch I

Home us I I I I tide. Io--- I Contact --- D o c u r n e n t ~ ~ h e sE L ~ h n g S e ~ v ? . c gE.g~p2

Co~y_r iphtO and Privacy P_q!icjs~

State o f Florida, Department o f State

Page 184: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

i-11feadliby Entity Name r : , i ) i j j j - ; i ! i i l . , \ ; I I ~ ; ~ ' Page 1 o r 2 6 < I . . . t c l i k i i by f<nlii!; a n m c Page 1 of 2

.. I\'.,, <,) . ,: , ! 2 0 , ,, : 1 , '

.

.,--.. .

.vr;;;

. . ... . ,I,,(:) /[),G/{{:<-\;.'A\? :.!!y, ;,?,i'1' .1 ; ) / ( : )< ; i ! , I ' "1' r!~:d I ( ' . . . . . . . ..~

Detail by Entity Name

Trademark

PYRAMID SCHOOL PRODUCTS & DESIGN

Filing Information

Document Number 920275 Date Filed 0211 211 979 Expiration Date 0211 21201 4 Last Event RENEWAL Event Date Filed 02/05/2009 Event Effective Date NONE First Used in Florida NONE First Used Anywhere NONE Status ACTIVE

Mark Used In Connection With SCHOOL PRODUCTS

Owners

Name & Address

PYRAMID PAPER COMPANY, A FLORIDA CORP. 3510N.54ThST. '

TAMPA, FL 33610

Cross Reference

No Cross Reference

Document Images

02/05/2009 -- TradeniarkIRenewal I View image in PDF format

Page 185: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

CERTIFIED COPY OF ORDER

STATE OF MISSOURI February Session of the January Adjourned Term. 20 15 ea.

County of Boone

In the County Commission of said county, on the 5th day of February 20 15

the following, among other proceedings, were had, viz:

Now on this day the County Commission of the County of Boone does hereby approve the First Amendment to Collective Bargaining Agreement for 20 14-20 16 as attached.

It is further ordered the Presiding Commissioner is hereby authorized to sign said First Amendment to Collective Bargaining Agreement for 2014-20 16.

Done this 5th day of February, 20 15.

ATTEST: \

~ a r e f i . Miller District I Cominissioner

Clerk of thg County ~ommissioh

\ _41dstrict I1 Commissioner

Page 186: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

FIRST AMENDMENT TO COLLECTIVE BARGAINING AGREEMENT FOR 2014-2016

NOW ON THIS p d a y of GA 2015, the County Commission of Boone County, Missouri, (herein "County") and Laborers' Union 773 of the Laborers' International Union of North Aneiica (herein "Union"), mutual1 to amend the Collective Bargaining Agreement (CBA) for 2014-2016 as follows:

A. Paragraphs 8, 8.1, and 8.4 are hereby deleted from the original CBA for 2014-2016 and are hereby replaced with the following paragraphs:

8. COMPENSATION: The new Salary Range schedule and other policies adopted in Commission Order 567-2014 are incorporated herein by reference and made a part of this Agreement, except as specifically provided for otherwise as set out in paragraph 8.1 of this Agreement.

8.1 Base Salary - Starting salaries will be based on the salary ranges and positions adopted in the county-wide pay plan. Salary increases shall be granted in accordance with the following general principles:

Employees will be hired at 80% of the midpoint of the salary range. Upon successful completion of probation and any required training, the employee will receive a salary increase up to 82.5% of midpoint. Some basic safety training will be provided and required during the probationary period. Upon successful completion of all required training and performance requirements and 1 year of service, the employee will receive an increase to the Flexible Hiring Rate (FHR) which is 85% of midpoint. An employee becomes eligible to receive any merit appropriation made for the current year after advancing to the FHR. Employees who are promoted shall be compensated initially with an increase equal to the base salary of the new range or 3% above their current rate, whichever is higher. Upon completion of 1 year of service in the new position, an employee below FHR who meets training and performance criteria shall receive an increase to the FHR of the new range. A promotional employee becomes eligible to receive any merit appropriation made for the current year after advancing to FHR. Employees eligible to receive merit increases are those who are atlover the FHR of the salary range, but under the maximum of the range. The lump sum allocated to the Maintenance staff for merit increases will be divided by the number of eligible positions in the CBA. This method provides for an equal hourly rate increase. An employee who is approaching the maximum pay for a range may receive an increase to bring them up to the maximum for the range, but not exceed it. Employees who are over the maximum for their range are not eligible for any increases until their salary comes under the maximum of the range as a result of periodic market studies which result in the county increasing the maximum of the range to above the employee's salary.

Page 187: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

8.4 Demotions - It may become necessary to demote an employee who can no longer fulfill the responsibilities of their present position or in the case of reclassification or elimination of a currently filled position. Demotions are not to be used as a disciplinary measure. Compensation will be determined in accordance with the Flexible Transfer Policy approved in Commission Order 567-2014.

B. Except as amended herein, the original Collective Bargaining Agreement 2014-2016 shall remain in effect in accordance with its terms.

IN WITNESS WHEREOF the undersigned have hereunto executed this amendment, to be effective on the date executed by the Boone County Commission.

LABORERS' LOCAL UNION 773 BOONE COUNTY COMNIISSION LABORERS' INTERNATIONAL UNION OF NORTH AMERICA

B y

Kevin L. Starr Local 773 Business Manager Presiding Commissioner

'~ a r & nM. Miller District I Commissioner

Laborers' District Council

ATTEST:cTClerk of the County Commission

APPROVED AS TO FORM:

Page 188: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

CERTIFIED COPY OF ORDER

STATE OF MISSOURI

County of Boone ea.

February Session of the January Adjourned Term. 20 15

In the County Commission of said county, on the 5th day of February 20 15

the following, among other proceedings, were had, viz:

Now on this day the County Commission of the County of Boone does hereby approve the attached Consultant Services Agreement with Mowe Company, LLC, to provide engineering and technical assistance for the Gillespie Bridge Abutment Modification.

It is hrther ordered the Presiding Commissioner is hereby authorized to sign said Consultant Services Agreement.

Done this 5th day of February, 2015.

Daniel K. Atwill - J

ATTEST: I

~ i s t h c tI Commissioner Clerk of t&k County ~ommissiob!

i d s t r i c t 11 Commissioner

Page 189: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

APPROVAL OF PROPOSAL FOR CONSULTANT SERVICES f

Effective the flday of 20&, Boone County, Missouri, a political subdivision of the State of Missouri through its County Co ssion (herein "Owner") herby approves and authorizes professional services by the Consultant referred to b for the services specified herein.

Consultant Name: HOWE COMPANY, LLC, 11 19 S. MISSOURJ ST., SUITE A, MACON, MO 63552

Projectrnork Description: SEE ATTACHMENT A

Proposal Description: Engineering & Technical Assistance for Gillespie Bridge Abutment Modification

Fees & Expenses: Fees and expenses will accrue on an hourly basis according to the 201 5 hourly rate schedule and shall not exceed $12,800.00 (Twelve thousand, eight hundred dollars) without prior written approval of Owner.

This form agreement and any attachments to it shall be considered the approved proposal; signature by all parties below constitutes a contract for services in accordance with the above described proposal and any approved modifications to the proposal, both of which shall be in accordance with the terms and conditions of the General Consultant Services Agreement signed by the Consultant and Owner for the current calendar year on file with the Boone County Resource Management Department, which is hereby incorporated by reference. Performance of Consultant's services and compensation for services shall be in accordance with the approved proposal and any approved modifications to it and shall be subject to and consistent with the General Consultant Services Agreement for the current calendar year. In the event of any conflict in interpretation between the proposal approved herein and the General Consultant Services Agreement, or the inclusion of additional terms in the Consultant's proposal not found in the General Consultant Services Agreement, the terms and conditions of the General Consultant Services Agreement shall control unless the proposal approved herein specifically identifies a term or condition of the General Consultant Services Agreement that shall not be applicable or this Approval of Proposal indicates agreement with a specific term or terms of Consultant's proposal not found in the General Consultant Services Agreement.

Title: Principal Presiding Commissioner

Dated: 0/ - 8- zO/j

APPROVED AS TO FORM:

APPROVED: Certification: I certify that this contract is within the purpose of the appropriation to which it is to be charged and there is an unencumbered balance of such appropriations sufficient to pay the costs arising from this contract. n A

Page 190: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

ATTACHMENT A

Proiect Description

The following project description was used to develop the scope of work and fee for the project.

Boone County is planning a rehabilitation project for this bridge and would like to make the abutments integral at the same time. The ends of the bridge are simply supported and use a rocker type bearing that will be removed and replaced with neoprene bearing pads. The general plan is to drill into the existing abutments and insert rebar that will be cast in a concrete diaphragm about the same time the deck overlay is placed. Boone County intends to prepare the plans for the hydro-demolition with in-house staff and requests assistance with the engineering for the abutment modifications.

Scope of Services

Howe Company, LLC will:

Review available plans for the old bridge and make a site visit to confirm dimensional data and gather information about the condition of the abutments and affected components. If deemed necessary, perform some calculations to estimate changes in loading on the abutments

as a result of making them integral. Provide 1 1"x17" plan sheets for the modifications to the abutments. This is estimated 3 sheets and is would include a bill of reinforcing materials. It is assumed that both abutments and bearing scenariosare either identical or very similar. Provide technical information about connections or doweling materials for inclusion in the project specifications. Provide consultation / peer review for plans & specifications that may be related to the abutment modifications.

Fees & Expenses:

Fees and expenses will accrue on an hourly basis according to the 2015 hourly rate schedule and shall not exceed $12,800.00 (Twelve thousand, eight hundred dollars') without prior written approval of Owner.

Page 191: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

CERTIFIED COPY OF ORDER

STATE OF MISSOURI } February Session of the January Adjourned Term. 20 15 ea.

County of Boone

In the County Commission of said county, on the 5 th day of February 20 15

the following, among other proceedings, were had, viz:

Now on this day the County Commission of the County of Boone does hereby approve the attached Consultant Services Agreement with A Civil Group to provide legal descriptions research and drafting for the 201 5 Delinquent Tax Sale.

It is further ordered the Presiding Commissioner is hereby authorized to sign said Consultant Services Agreement.

Done this 5th day of February, 20 15.

ATTEST: \

Clerk of thucounty ~ommissior(l

(%et M. Thompson D strict I1 Commissioner

Page 192: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

APPROVAL OF PROPOSAL FOR CONSULTANT SERVICES

Effective t h e p d a y of 015, Boone County, Missouri, a political subdivision of the State of Missouri through its (herein "Owner") herby approves and authorizes professional services by the Consultant specified herein.

Consultant Name: A Civil Group

ProjectlWork Description: Legal Descriptions research and drafting for 20 15 Delinquent Tax Sale

Proposal Description: Services will be provided as requested by the County Collector at the attached rates, with research to be billed at the rate of $90.00 per hour, with a total contract not to exceed $4,000.00 without additional, written approval from the County.

Modifications to Proposal: Owner's representative shall be considered the Boone County Collector of Revenue. Consultant shall provide an itemized charge per legal description prepared, in addition to Consultant's monthly invoices for payment, to allow the addition of said direct cost to the relevant parcel as part of the costs of the delinquent tax sale.

This form agreement and any attachments to it shall be considered the approved proposal; signature by all parties below constitutes a contract for services in accordance with the above described proposal and any approved modifications to the proposal, both of which shall be in accordance with the terms and conditions of the General Consultant Services Agreement signed by the Consultant and Owner for the current calendar year on file with the Boone County Public Works Department, which is hereby incorporated by reference. Performance of Consultant's services and compensation for services shall be in accordance with the approved proposal and any approved modifications to it and shall be subject to and consistent with the General Consultant Services Agreement for the current calendar year. In the event of any conflict in interpretation between the proposal approved herein and the General Consultant Services Agreement, or the inclusion of additional terms in the Consultant's proposal not found in the General Consultant Services Agreement, the terms and conditions of the General Consultant Services Agreement shall control unless the proposal approved herein specifically identifies a term or condition of the General Consultant Services Agreement that shall not be applicable or this Approval of Proposal indicates agreement with a specific term or terms of Consultant's proposal not found in the General Consultant Services Agreement.

A CIVIL GROUP

BY

Title Presiding Commissioner

Dated: Dated: 2-5-1s

ATBk%J$i"* County Clerk

APPROVED: Certification: I certify that this contract is within the purpose of the appropriation to which it is to be charged and there is an unencumbered balance of such appropriations

Collector of Revenue

//a7///6-Date

Page 193: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

SUMMARY OF CHARGES ,221015

ENGINEER I $130 / HOUR ENGINEER II $125 / HOUR ENGINEER 111 $115 / HOUR ENGINEER IV $100 / HOUR

DESIGNER $IIO/.HOUR

SURVEYOR I $95 / HOUR SURVEYOR I1 $'75 / HOUR SURVEYOR 1.11 $60 / HOUR

DESIGN TECHNICIAN I $ ~ o / H o ~# DESIGN TECHNICIAN II $.80 / HOUR DESIGN TECHNICIAN Ill $75 / HOUR

1-MANFIELD CREW . . $125 / HOUR 2-MAN FIELD CREW $135 / HOUR 3-MAN FIELD CREW $145 / HOUR

OUTSIDE COPIES ACTUAL EXP.ENSE

OFFICE COPIES

LARGE COP1 ES $3.00-$~.OO/EACH BLACK AND WHITE COPIES $O.~O/EACH COLOR COPIES $~.OO/EACH

Page 194: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

CERTIFIED COPY OF ORDER

STATE OF MISSOURI February Session of the January Adjourned Term. 20 15 ea.

County of Boone

In the County Commission of said county, on the 5 th day of January 20 15

the following, among other proceedings, were had, viz:

Now on this day the County Commission of the County of Boone does hereby approve the Organizational Use of the Centralia Clinic by the Centralia 2nd Chance Group of Alcoholics Anonymous for every Wednesday in 2015 from 6:30 p.m. to 8:15 p.m. and every Saturday in 201 5 from 5:30 p.m. to 7: 15 p.m. beginning February 7,201 5 and ending December 26,201 5.

Done this 5th day of January, 201 5.

Presiding Gornrnissioner ATTEST: 1

--~idtrictI Commissioner Clerk of thycounty Commission V

CSI3"1strict I1 Commissioner

Page 195: CERTIFIED COPY OF ORDER - Boone County, Missouri...2015/02/05  · CERTIFIED COPY OF ORDER ) ea. February Session of the January Adjourned Term.20 15STATE OF MISSOURI County of Boone

Daniel K. Atwill, Presiding Commissioner Karen M. Miller, District I Comn~issioner Janet M. Thompson, District I1 Col~~~niss io~~er

Roger B. Wilson Boone County Government Center

801 East Walnut, Room 333 Columbia, MO 65201-7732

573-886-4305 FAX 573-886-431 1

Boone County Commission APPLICATION FOR ORGANIZATIONAL USE OF BOONE COUNTY CONFERENCE ROOMS

The undersigned organization hereby applies for a use permit to use Boone County Government conference rooms as follows:

Organization:

-'=-

~ d d r e s s : I & h .> j\sli ,cf ,* 8 A

Clty: ( i : b l {)z~,k,i?>. State: rk ZIP Code p:jb~cg't I

Phone: ebsite: i -,

Individual Requesting Use: Position in Organization: tf 1 L q :

Facility requested: Chambers R Room 301 l l ~ o o m311 n ~ o o m332 p e n t r a l i a Clinic

Event: \ \ i\i\\ Descrlpuon of Use (ex. Speaker, meeung, reception):

Start Time of Setup: Start Time of Event:

End Time of Event: End Time of Cleanup:

The undersigned organization agrees to abide by the following terms and conditions in the event this application is approved: 1. T o abide by all applicable laws, ordinances and county policies in using Boone County Government conference rooms. 2. T o remove all trash or other debris that may be deposited (by participants) in rooms by the organizational use. 3. T o repair, replace, or pay for the repair or replacement of damaged property including carpet and furnishings in rooms. 4. T o conduct its use in such a manner as to not unreasonably interfere with Boone County Government building functions. 5. T o indemnify and hold the County of Boone, its officers, agents and employees, harmless from any and all claims, demands,

damages, actions, causes of action or suits of ally kind or nature including costs, litigation expenses, attorney fees, judgments, settlements on account of bodily injury or property damage incurred by anyone participating in or attending the

Phone Number:

Email Address:

Applications may be submitted in person or by mail to the Boone County Commission, 801 E. Walnut, Room 333, Columbia, MO 65201 or by email to con~mission~,boonecounty~no.org.

PERMIT FOR ORGANIZATIONAL USE OF BOONE COUNTY GOVERNMENT CONFERENCE ROOMS The County of Boone hereby grants the above application for permit in accordance with the terms and conditions above written. The above permit is subject to termination for any reason by duly entered order of the Boone County Commission.

ATTEST: I

W@l%J$ 5.Jm.3 ;yCounty Clerk

B O O N E COUNTY. MISSOURI - A

County Commissioner

DATE: " J-s~&-